Loading...
HomeMy WebLinkAboutC2005-535 - 10/18/2005 - Approved ,..... I !- i 2005-535 10/18/05 M200S-360 r- i . S P E C I ALP R 0 V I SIC T & C Construction S PEe I FICA T I ON S AND ".... f FORMS OF CONTRACTS FOR & BONDS .. r r-' DOWNTOmt DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B, KINNE'y ST. PUMP STATION ,.... ,..." August 10. 2005 r-' .......,,"',,\ --~t Of rt.... 'l ':~~~''''''''..~4", t, F ./}-.. ...lh. "\ i< '1. ~*: ~ \*? ~ ...:......,..t.......... ...........~ ~ MARK A MARONEY ~ ~1r" ...62tJ1S....}S-:; 'IJt;1J:..f.;.r ~..~.; 'J "~'..". I$I 'u'.r... .. _ _ ~\", 11 - ' lI1 \: ~,-:.........-- / I t- B 10 OJ ,... ... FOR STORM WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/857-1880 Fax: 361/857-1389 ... ~ rrrI l .. URBAN ENGINEERING .'" P. O. BOX 6355 CORP\JS CHRISTI, TX 78466-,6355 (361, 854-3101 FAX (361) 854-6001 U.f:.JOB NO. 36G88.A3.00B r;;;~.2l~ r~~~N: NO: S:O-S2:~ 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: September 9,2005 From: qho fi}. (Pages: 6 (including cover sheet) Angel R. Escobar, P.E. Director of Engineering Services Downtown Drainage Improvements Phase 1 Project B-Kinney St. Pump Station Project No. 2242 Addendum No.2 Subject: Comments: This fax transmission contains the signed, sealed addendum from Urban Engineering. The addendum modifies the Special Provisions, Drawings, and Proposal Form. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. , City of Qipus = Christi I ADDENDUM NO.2 September 9, 2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: DOWNTOWN DRAINAGE IMPROVEMENTS PHASE I PROJECT B KINNEY ST. PUMP STATION PROJECT NO. 2242 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. I. PART A - SPECIAL PROVISIONS: A. A-6 Time of Completion/Liauidated Damaaes: See page 5 of 30 1. DELETE: The working time for completion of the entire Project will be 326 Calendar Days. ADD: The working time for completion of the entire Proiect will be 356 Calendar Days. 2. DELETE: Phase I Pump Station Wet Well and 6'x6' Agnes Box Culvert (8ta. 0+00 to 8ta. 1+65) 175 Calendar Days Phase II Remaining Portion of Project 326 Calendar Days *From the start of contract time as delineated by Notice To Proceed. Entire project shall be completed within 326 Calendar Days. ADD: Phase J Pump Station Wet Well and 6'x6' Agnes Box Culvert iSta. 0+00 to Sta. 2+07) 205 Calendar Days Phase II Remaining Portion of Proiect 356 Calendar Days *From the start of contract time as delineated by Notice To Proceed. Entire proiect shall be completed within 356 Calendar Days. ADDENDUM NO.2 Page 1 of 4 Engineering Services P.O. Box 9277 · Corpus Christi, Texas 78469-9277 . (361) 880-3500 ~~- 3. DELETE: This project is essentially a construction contract for a period of 326 Calendar Days, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above ADD: This proiect is essentially a construction contract for a period of 356 Calendar Davs, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. B. A.18 Schedule and SeQuence of Construction: See page 10 of 30 1. DELETE: PHASE I - Pump Station Wet Well and 6'x6' Agnes Box Culvert: Pump station foundation and walls shall be constructed to the level necessary in order to construct, connect and put into service the 6'x6' Agnes Box Culvert from Station 0+00 to Station 1 +65. Agnes Box Culvert shall be completed and in service within 175 Calendar Days from commencement of contract time. When Agnes Box Culvert is completed, remove existing brick/mortar walls in ends of existing box culvert and provide smooth mortar finish. PHASE II - Remaining Portion of Project: Construct remaining portion of project to complete pump station and put into service. Shall be completed and in service within 326 Calendar Days from commencement of contract time. 2. ADD: PHASE I - Pump Station Wet Well and 6'x6' Agnes Box Culvert: Pump station foundation and walls shall be constructed to the level necessary in order to construct, connect and put into service the 6'x6' Agnes Box Culvert from Station 0+00 to Station 2+07. Agnes Box Culvert shall be completed and in service within 205 Calendar Davs from commencement of contract time. When Agnes Box Culvert is completed. remove existing brick/mortar walls in ends of existing box culvert and provide smooth mortar finish. PHASE II. Remaining Portion of Proiect: Construct remaining portion of proiect to complete pump station and put into service. Shall be completed and in service within 356 Calendar Davs from commencement of contract time. ADDENDUM NO.2 Page 2 of 4 II. DRAWINGS A. SHEET 24 OF 71. STRUCTURAL SECTION DELETE: Section 1 and Section 2 ADD: SECTION 1 AND SECTION 2 (SEE ATTACHMENT NO.1) B. SHEET 38 OF 71. OFFICE/GENERATOR BUILDING ARCHITECTURAL FLOOR PLAN 1. ADD: THE FOLLOWING NOTE CONCERNING A FIRE EXTINGUISHER TO BE PROVIDED. 2. ADD: FURNISH DRY CHEMICAL TYPE UL 299. CAST STEEL TANK WITH RED ENAMEL. WITH PRESSURE GAGE. CLASS B:C. SIZE 10. CONFIRM FIRE RATING CLASSIFICATION AND SIZE OF UNIT REQUIRED WITH FIRE MARSHALL PRIOR TO ORDERING. PROVIDE SUITABLE FIXTURES AND HARDWARE FOR HANGING ON WALL. THE FOLLOWING NOTE CONCERNING A GANTRY CRANE TO BE PROVIDED FOR USE IN THE GENERA TOR ROOM FURNISH 5 TON CAPACITY ADJUSTABLE STEEL GANTRY CRANE TO ASSIST WITH SERVICING AND MAINTAINING PROPOSED GENERATORS. DIMENSIONS SHALL BE APPROX. 12'-2" HEIGHT. 8'-6" WIDTH. UNIT SHALL BE PROVIDED WITH ADJUSTABLE HEIGHT AND WIDTHS AND ALLOW EASY DISASSEMBLY FOR TRANSPORT. CASTORS SHALL SWIVEL AND LOCK IN 90 DEGREE INCREMENTS. CRANE SHALL BE PROVIDED WITH 5 TON TROLLEY AND COMPACT. LIGHTWEIGHT HAND HOISTS WITH LUBRICATION FREE WESTON-TYPE LOAD BRAKE AND HARDENED LOAD CHAIN. III. PROPOSAL FORM. PAGE 7 - TIME OF COMPLETION DELETE: Phase I Pump Station Wet Well and 6'x6' Agnes Box Culvert Phase II Remaining Portion of Project 175 Calendar Days 326 Calendar Days *From the start of contract time as delineated by Notice To Proceed. Entire project shall be completed within 326 Calendar Days. ADDENDUM NO.2 Page 3 of 4 ADD: Phase I Pump Station Wet Well and 6'x6' Aanes Box Culvert Phase II Remainina Portion of Proiect 205 Calendar Davs 356 Calendar Davs *From the start of contract time as delineated by Notice To Proceed, Entire proiect shall be completed within 356 Calendar Davs. Please aCknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM #2 """"\ --:\t OF Tty'h ~'\~... ,..... ',~'4...~t... "v.' * '.\1- 1:. "* " . '. t< '11 ".. ..... . 'f' it"..:, - ....,(~., Mark Maro~ey, ~.E 1-...:............;,..:.:,...,:~i:.;.:~ Urban Engineering ~ MARK A frd\;\Od.:V ~:' "~~"."""'.'f"'.'..'~'''.''.''';;'.'.j 'looO\ I ~-'Nl'W. ;;"'>-.:'.~ ~:f;:~~ n". _,,~.:.:;' m "~ S t.\.~,...,,~..;~.:f'. l(J'SIO;...'. '( ~,,'~.:" \\'\\.~~t......j..>> '1 (Cf I () S' REVISED DETAIL 1 AND 2, SHEET 24 (1 Dage) Attachment: No.1 - ADDENDUM NO.2 Page 4 of4 i ~ 0- M o N M N .., o a N a ~ co v>' :z o ~ Vl ...J ~ 6 => ~ t ~ :J: ~ :z :5 ! 8 S co :g \D .... <i: ~ \D .... ~ II e- o. B ~ N en c ~ '" -(16)16.<2J'-0' ., " O~ .~"Mr~ ~ ,t. 0" O.C. El ~~ !) 2'-6' 20 , 14 DES . 1'-0'- < WAll llfJHfORCOlfHl NOT SHOWN F'Ofl ClARfT'f r- t~ i?~ h ~ <> r '" --- -- 6" If l1[S . 1'-0" O.C. 'tJ-" ... ... .' I - - 1-7 ,2'Cl. ~ ~~ 1Iii" ;., ~ ... I ;., 1-. c.'. - 3 (18JI8 1-0 ~ ...,.. z, it ~ OUTSIDE C~~_~N SECTION Jj;) fUll HI. Cl~,~,~~N SECTION ADDENDUM NO.2 ATTACHMENT NO.1 PAGE 1 OF 1 City of Corpus ::r == ChrIsti , ADDENDUM NO.1' ~~ August 17,2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: DOWNTOWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B- KINNEY STREET PUMP STATION PROJECT NO: 2242 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. I. PART A - SPECIAL PROVISIONS - PARAGRAPH A-1, TIME AND PLACE OF RECEIVING PROPOSALS I PRE-BID MEETING AND NOTICE TO BIDDERS A. PRE-BID MEETING DATE CHANGE Prospective Bidders are hereby advised that the scheduled Pre-Bid Meeting date has been postponed from Tuesday, August 30, 2005 at 10:00 a.m. to Thursdav. SeDlember 1. 2005 at 10:00 a.m. Location and Time of Bidding shall remain unchanged. The postponement of the Pre-Bid Meeting is due to the meeting room being unavailable on the initially scheduled date. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM #1 ARE/eo f~::::~ Director of Engineering Services ADDENDUM NO.1 Page 1 of 1 Engineering Services PO.Box 9277 · Corpus Christi, Texas 78469-9277 · (361) 880-3500 ~~ S PEe I A L PRO V I S ION S S PEe I FIe A T ION S AND FOR M S 0 F CON T RAe T S FOR fie BONDS DOWNTOWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B KINNEY ST. PUMP STATION August 10, 2005 ~""""'" --t Of 7t'" ..?3..~... ......-*'4i', ;' * ~.., .....!h. ..... of< 'f. 1*1 ~ \*~ t'MARi{'A~MARONEY'~ l. ............ .... .... ........ :-.....;! t;~\ 62t115 /l!;:: 'l~~~'?'1 ~..~~ .~ '~'. ISl ,.. '.{J's. .. - v~ \\i ~,~,''''loIr-- / I t- B 10 0 J FOR STORM WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/857-1880 Pax: 36] /857-1889 u: UR~ ENGINEERING .I P. O. BOX 6355 CORPUS CHRISTI, TX 78466-6355 (361) 854-3101 FAX (361) 854-6001 U.E.JOB NO. 36688.A3.00B I PROJECT NO: 2242 I - r DRAWING NO: STO-513 , Eevised :/::'/00) DOWNTOWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B KINNEY ST. PUMP STATION Table of Contents NOTICE TO BIDDERS i{evi sed! /',/00 NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00! 1\-1 i\ 2 1\,-] 1\- 4 l,.- 5 .'-\6 l-'1. -~ "7 i~ -8 '-\-9 ,';-10 r, 11 1\-12 A 13 D, 14 '\-15 ",.-16 1\ _ 1 7 r\-.18 !~-19 t\20 [\-21 1\,-22 ,:\-23 ..\-24 !'1----8 ' . II, - 26 ;-"\~ 27 i\,- 28 1;-29 II, - 30 i\ - 31 1\ - 32 -33 1\- 34 .\ 35 /\-36 }",-37 A-38 Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS 39 40 Ti~e and Place of Receiving Proposals/Pre-Bid Meeting Oef lni tions and rillbreviation~; Description of Project t-lethod of Award Ttems to be SubmJtted with Proposal Time of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revis8d 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal/Salvage 0f Materials Field Office Schedule and Sequence of Construction Construction Project Layout and Control Testing and Certification Project Signs Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Inspection Required (ReVlsed 1/S/00) Surety Bonds 6.:llco T.:l1( E)(cmptiBfi NO LONGER APPLICABLE (6/11/98) Supplemental Insurance Requirements Responsibility for Damage Claims Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Contract" Requirements JI~'1\ended Pol icy on Extra ~-lork and Change Orders AJTIended "Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents City W.:ltcr F.:lcilitico Spcci.:!l Rcquircmcnto (NOT USED) Other Submittals (Revised 9/18/00) Amended "Arrangement ,md Charge for Water Furnished by the City" Worker's Compensation Coverage for Building or Construction Projects for Government Entities Certificate of Occupancy and Final Acceptance Amendment to Section 8-8-6: Partial Estimates i\- 4 /\-42 [\-43 /1-44 l,- 4') ;,- 4 (, 1\-47 A 48 ]\,-49 fl.-50 A-51 1'1-,52 A-53 A-54 1\-50, A,-56 1:\-5' A,-58 1\-59 lI.-60 p, - 61 !\ 62 PART B PART C Ol.)Oe Advl sor 'I OSHA Rujes & Re4~latlors Amended Indemnification & Hold Harmless (9/9B) Change Orders (4 '26/99) As Sui Li Ilimensl.ms clnd Orawi ngs (7/"/00) DJ'iposaJ of Hlgr-ly Ch10rinated Water ( /:,/CO) PI e-Const ruct iOL Exploratory ExcavatloIls (7/5/00) Overhead ElectrIcal Wires (7/5/00) Amended "Mainter Circe Gua rCint ',I" (8/21/0C TE\:hn ical Specia Pr -.'vi SiC':lS Ccntarnir:ated Soi S Fences E'r,::ecti of:.)1 Pll', Li:' and Pr l vate Property SC'Jril'y I\ccess Boads Parking No ; 5e Con t r) j Du."t Cont rol Temporary Dralnaqe PrOV1SIons Dewatering l\.dcjitional Time f Completion/Liquidated Damages information Related to '::::ornpleti:)n of OUler Projects by the City Windstorm Regula'ory Requirements TECHNICAL SPECIAL PROVISIONS GENERAL PROVISIONS PART S in) 11 !)2 010 02/420 02 404 U2 414 U2 416 2'802 U2b~~14 !)2H04 02 402 02 (0) U2 hlO FEDERAL WAGE RATES AND REQUIREMENTS STANDARD SPECIFICATIONS Equipment Documentation Requirements Project Signs Silt Fence Asphalts, Oils and Emulsions Aggregate for Surface Treatment and Seal Coats Sedl Coat Temporary Traffic Controls During Construction Grouting Abandoned Utility Lines Water Service Lines Reinforced Concrete Pipe Culverts Grdvity Sanitary Sewers Televised [nspection of Conduits PART T TECHNICAL SPECIFICATIONS T2 - SITEWORK T? A2[11 12 Fd '12 Bl T2 82 '12-R3[3 ['2- 13515 T2--B7(1 T2-B8[1 . [' 2 - B 1 0 [J ] 'T2-B12 T2-H16f] '12-0117 Deviations Occasioned by Existing Obstructions Cl ('aT incl ,~rubbing and St_ri pping Sire Grading Structural Excavation and Backfill Pipe Trench Excavation and Backfill Stree: ~nd Parking Lot Excavation and Backfill Site Excavation and Fill Lime Stabilized Subgrade Compacted F:mbankment Casings Concrete Sidewalk and Concrete Driveways Removing and Replacing Pavements, Curb and Gutter, 1"1 H18 1J U, ,75 J ~ j 2-/ T;- 12 [: ' T3 - CONCRETE 3:)]0 T4 - MASONRY 4810 4860 T5 - METALS T5-Al !'~ E2 ':'5 E3 r5 E5l1] T5-E5[2J TS E9[2J T7 - MOISTURE 'T'7 B4 [1] 'f7 F5 [2J "'7-r;2 [lJ :7 G3[lJ ''') [1 [lJ T8 - DOORS, WINDOWS 1'8 B1[11 78 C4 [11 "8 F'l [11 '1'8 11 [1 '1'8 12 [11 T9 - FINISHES '1'9 B1[11 T9-H1[1 T9-,Jl[3 '1'9 :< TIC - SPECIALTIES '1'lO-A3[lJ 1U-C1 TII - EQUIPMENT '1'1] B3 T 1] - 85 T 1]- 01 T 1] F3 J19';0 J 34 0 Driveways and Sidewalk Portland Cement Concrete Pavement Drilled Concrete Piers Hydraulic Slide Gate Operator Aluminum Ornamental Pickel Gates Cast-in-Place Concrete Unit Masonry Assemblies Stone Masonry Structural Steel and Other Metals Stairs and Walkways Handrails Steel Floor Grating Steps Steel Floor Grating Aluminum Access Covers PROTECTION Preformed Vapor Barrier Modified Bitumen Roofing Metal Roof Flashing and Trim Gutters and Downspouts Caulking AND GLASS Hollow Core Wood Fiberglass Doors Door Hardware Gldss Glazing Doors and Frames and Frames Taping, Floating and Texturing Relnforced Vinyl Tile Flooring Coating of Concrete Walls Painting Restroom Accessories Fiberglass Grating Wet Pit Submersible Pumps-Propeller Wet Pit Submersible Pumps Mechanical Bar Screen Trailer tor Hauling Integrated Access Control System Process Control Systems & Instrumentation Work ]3420 E13420 E13421 13900 TIS -MECHANICAL 15010 15140 15193 15260 15410 15440 15743 15890 15936 TIS-C2 TE1-C5 T15-C6 TI~-C14l1J- T15-C20 TIS-D2 [3] - TE,-EIO TI6 - ELECTRICAL 16010 16170 16235 16240 16402 16421 16461 16470 16480 16496 16510 16530 16600 APPENDIX A Documentation Requirements- SCADA Engineering Documentation Requirements - SCADA SCADA CAD Standards Control System Basic Mechanical Requirements Supports and Anchors Diesel Fueling Systems Mechanical Insulation Plumbing Piping Plumbing Fixtures Room Air Conditioning Unit Ductwork And Ductwork Accessories Air Outlets And Inlets Ductile Iron Pipe and Fittings Installation of Process Piping Testing of Process Piping Pipe Hangers and Supports Pipe Labeling Resilient Wedge Gate Valves Flap Gate (Heavy Duty) Electrical General Requirements Ground And Bonding Diesel Engine-Generator Set Generator Set Paralleling Equipment Electrical Wiring Systems Utility Service Entrance Dry Type Transformers Panelboards Motor Control Center ~utomatic Transfer Switches Interior Lighting Site Lighting Equipment Operating Sequence LIST OF DRAWINGS - Geotechnical Investigation NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS a eel proposals, addressed to the City ot Corpus Christi, Texas for: DOWNTOWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B KINNEY ST. PUMP STATION '~nsists of sitework and demolition, utility adjustment, excavation and lCKfllllng, sheet piling and shoring, dewatering, drilled concrete piers, 'oncrete structures, fiberglass grating, cast-in-place concrete box ulvert, generator b\lilding, three generators, fuel storage system, five 185 Hp ubmersible propeller pumps, two 18 Hp submersible pumps, gantry tane, ffice building, eMU walls, stone veneer, plumbing, doors and ~lndOWS, painting, HVAC, electrical, yard piping, precast concrete fence, Javement repair, concrete pavement, concrete sidewalk, traffic control and isz'ellaneous items at work required to complete project in accordance with Lans, specifications and Contract Documents. ~lll be received at ~he office of the City Secretary until 2:00 p.m. on Wednesday, September 14, 2005 , and then publicly opened and read. Any bid received after closing time will be returned unopened. :, pre-bid meeting 1S scheduled for Tuesday, August 30, 2005 beginning at 10:00 a.m. The pre-bid meeting will convene at Utilities Building Conference Room, 5352 Ayers Street (corner of Holly Road and Service Center Drive) and will be conducted by the City of Corpus Christi. The meeting ",ill include a revie'w oJ the project scope, followed by a question and ,nswer spssior. A site visit wi I I follow after the meeting, if requested. bld bond in the am()unt of 5% of the highest amount bid must accompany c"ach proposal. Faillire to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture :,f the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if Ln dding documents are not returned to the City wi thin two weeks of receipt bids. Lans, proposal forms, specifications and contract documents may be rocured from the City Engineer upon a deposit of One Hundred and no/100 Dollars ($100.00) as i guarantee of their return in good condition within rwo weeks of bid date Doc\llnent5 can be obtained by mail upon receipt of In additional ($10.00, which 15 a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates dhich prevail in the locality in which this work is to be done and that ;\Ich wage scale is set out: in the contract documents obtainable at the ffice 01 the CIty Engineer and the Contractor shall pay not less than the -'l/age rates so shown lor each craft or type of "laborer," "workman," or "mechani .. employed () 1 this project. 'he City reserves the right to reject any or all bids, to waive rregular ities and tc accept the bid which, in the City's opinion, seems most advantageous to rhe City and in the best interest of the public. ~ITY OF CORPUS CHRISTI, TEXAS /s/'AngeJ R. Escobar, P.E. Director of Engrg. Services /s/ Armando Chapa City Secretary ReVlsed 7/0/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September. 2000 A Certificate of Insurance indicating proof of coverage in the following amounts IS required: 30 ce -.- - TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE -Day Notice of Cancellation required on all Bodily Injury and Property Damage rtificates ____..__.._.____._..._______~__,.._., ._....._____..__e"._..'_.____ mmercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT Commercial Form Premises - Operations Explosion and Collapse Hazard Underground Hazard Products! Completed Operations Hazard Contraduallnsurance Broad Form Property Damage Independent Contractors Personal Injury ~._-- TOMOBILE L1ABILlTYuOWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT RENTED ---- -----.. WHICH COMPLIES WITH THE TEXAS WORKERS' ORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT PLOYERS' LIABILITY $100,000 I --..-- -- ~~----_.__._- -, CESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT ~._---~_. -- OFESSIONAL POLLUTION LIABILITY! $2,000,000 COMBINED SINGLE LIMIT VIRONMENT AL IMPAIRMENT COVERAGE - REQUIRED t limited to sudden & accidental discharge; to indude L NOT REQUIRED g-tem environmental impact for the disposal of ntaminants ILDERS' RISK See Section 8-6-11 and Supplemental Insurance Requirements L REQUIRED - NOT REQUIRED ---.- -.." - ------~..._--- -- STALLATION FLOATER See Section 8-6-11 and Supplemental Insurance Requirements -- REQUIRED X NOT REQUIRED --~-,-_._----- 1-. -- Co 1 2 3 4 5. 6 7 8 9. r- ! AU i OR i---- ~ lw ~~M i EX f- l.' PR EN No Ion co I i BU IN Page 1 of 2 OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. DThe name of the project must be listed under "description of operations" on each certificate of insurance. OFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy. signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section 8-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORKER'S CO~PENSATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR C-CVER!n4ENT ENTITIES Texas law requi~es that ~ost contraccors, subcc~cractors, and others providing work or serv~ces for a City building cr construction prcjec:: r:1ust be covered by worker's compensation insura:lce, authorized self-i~surance, or an appr~ved worker's compensac~=:l coverage agreerr.ent Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) t.~ provide 1 of the 3 forms of worker's compensacion coverage, the c~~y will require such coverage for all individuals providing work or ser....iees on this proj eet: at any time, including during the mai::::e:-"ance guaranty period. :'iotor carriers which are required to regis::er with the Texas Depar:::-::ent: of Transportation under Texas Civil Stac~~es Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Seccion 4{j) need not F=ovide 1 of the 3 forms cr worker's compensation coverage. The Contractor agrees t~ comply with all applicable provisions of Texas Administrative code 7itle 28, Section 110.110, a copy of whict is attached and deemed i~corporated into the project contract. please note that under secticn 110.110: :!. certain language :..ust be included in the contractor's Contract with the City and the Contractor's contracts with subcontractors ana others providing services for the Project; ~ , the Contractor :..srequired to submit ~o the City certificates of coverage for its employees and for all subcontractors and others providing services on the proj eat. The Contractor is required to obtai.n and submit updated certificates showing extension of coverage during the Project; and the Contractor is required to post the required notice at the job site. , By sig:ling this Contract, the Contractor certifies thac ~~ will ti.mely campI:: ;.nth these Notice to Contractors "B" requirements. NOT~CE ~o CONTRACTORS - B IRevi5ea 1/13/981 Pllqe 1 of 7 8/7 /18 .....; 1,,~ \ ,~IJ l ~ ~age 1 0i C Title 28. [,{SlK-\~CE Pan II. TEXAS \VORKERS' COl\lPENSATION COfi-lMISSION Chapter 110. REQUffiED NOTICES OF COVERAGE Subchapter B. El\1PLOYER NOTICES :) llO.110 Reporting Requirements for Building or Construction ProjectS for Governmental Entities (a) The foUowing words and terms, when used in this mie, shall have the following meanings, unless the context c!euly indicates otherwise. Terms not defined in this rule shall have the meanins:?: defined in the Texas Labor Code, if so defined. - (1) Certificate of coverzge (certiiiC3.te}-A copy of a certiiiC3.te cfbsurance, J. certificate or authority to sejf-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-8 I, TWCC-82, TWCC-83, or TWCC-S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (induCing those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or COIlSUUct:.on-Has the meaning defined in the Texas Labor Code, S 406.096(e)(I). (3) Contractor-A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage-Workersl compensation insurance meeting the starutory requirements of the Texas Labor Code, S 401011(44). (5) Coverage agreement-A written. agree~ent on formlWCC-81, fonn TWCC-S2, form TWCC-S3, or form IWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the panies for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be respoosible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project-Includes the time from the beeinnine; of work on the project until the work on the project has been completed ;LId accepted by the governmental entity. (7) Persons ~roviding services on the project ("subcontractor" i..-: 9 406.096 of the Act)-With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons o~ entities perfonning all or part of the services the contractor has undertaken to perform on the proJect, regardless of whether that person contracted directly with the contractor and regardless ofwherher that person has employees TI,is includes but is not limited to independent contractors, subcontractors. leasing companies, motor carners, owner-operators, employees of any such entiry, or employees of any entity furnishing persons to perform se;vices on the project. "Services" includes but is not limited http://www 5cs.statetxusltad23/II/IlO/B/]]0 I JOhtml ~IOTrCE TO CONTRACTORS - ? Revi5ed 1/13/981 paqe 2 of 7 8/7/98 23 T....C l.. "" Page 2 ere> ;0 pr~\-: c::::g, ;:::.:ling, or rie:,,:':ering equipment or :::z:er:i3.is. or ~ro\.;ding labor, tra.~spcr::!.!:on. or other serv:ce ,e::!.:e:: to a proje~. "Services" does not i.;ci~de acti\;r:es ur-.:-elated to the proje~ s;.:ch as foodJ":Je':er:!.;e 'Iendors, office supply deliveries, az:::i delivery of;:onable toilets. (8) Prcje~-L1c1udes the pro;;sion of all services re:~!ed to a building or construction Co::tract for a govefr'_'":1e::::!i entity. (b) PrQ\,idir.g or causing to be provided a certificate of coverage pursuant to this rule is a represem.aticn by the insured :hat all employees Dfme insured who are providing services en the project a:-e cc','ered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amOUnts, and that all coverage agreements have been ftled with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insura:lce Regulation. Providing false or misleading ceriliicates of coverage, or fulling to provide or r.:aintain required coverage, or failing te report any change that materially aife~..s the provision of coverage may subject the contractor or other person providing services on the project to adrninistT2.t:ve penalties, criminal penalties, civil pe:lahies, or other civil actions. (c) A gover.'.r::ental entity that enters into a building or COnstnlc:on contract on a project shall: (I) induce ir. the bid specifications, all the provisions ofparagrzpn (7) of this subsection, csing the language required by paragraph (7) of this subsecticu; (2) as pan or L,e contract, using the language required by paragraph (7) of this subsection, require the contrac:or to perform as required in subsection (d) of this section; (J) obtain :Tom the contrac:or a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain ITem the contractor a new certificate of coverage showing extension of coverage: (A) before tr.e end of the <:cr:ent coverage period, if the contra~or's current cenificate of coverage shows that the coverage per-:od ends during the duration of the project; and (B) no later I1-..an seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for- three years thereafter, (6) provide a copy of the cer-ificates of coverage to the commission upon request and to any person entitled ~o them by law; and (7) use the Ia...guage contained in the following Figure I for bid specifications and contracts, without any additionai words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: T28S I 10.) 10(c)(7) tbl http://WWW.50s.State.tx.usltac.f23IIL.IIO/BnIO.I IO.hurJ HOTICE TO CONTRACTORS - 9 Revised 1/13/98\ paqe 3 ot 7 817/98 :S TAC \ 10.110 Page 3 of6 :) A contractor shail: ~ i) provide coverage for its employees providing services on a project, fc: ti:e duration of the project :ued on proper reponing of class:.=c::.::.on codes and payroil amounts and E=g of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental e::ltiry prior to beginni:1g work on the project; (3) provide the governmental entity, prior to the end of the coverage period. a new certificate of ~verage showing extension ofccverage, if the coverage period shown on the COntractors current ~ertificate of coverage ends during the duration of the project; . (4) obtain from each person providing services on a project. and provide to the governmental entity: (A) a certificate of CQverage, prior to that person beginning worle on the project. so the governmental e.'1tity will have on file certificates or coverage showing coverage for all persons providing services on ~~e project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certi:5cate of coverage ends during tbeduration of the project~ (5) retain all required certificates of coverage on file for the duration of dIe project and for one year thereafter, (6) notify th_e governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have jr...nown, of any change that materially meets the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered., and stating how a person may verifY current CQverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point nonna! type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The Jaw requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. r:-.is'includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive infonnation on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers failure to provide coverage. " hnp:flwww 50S.state. tx.usltac/28/II111 018/11 0.11 O.htmi NOTICE =0 CONTRACTORS - B Revised 1/13/98. '''ge . of 7 8n/98 28 T AC . ,0.110 .t'age4 or 0 (8) cC:lt:-acn:ally req~ire ~c.:t person with wnor:: :t contrac:s :::: ,;:o\ide services c:: :!. ~!"Oject to: (A) provide coverage based on proper reporting of classification codes and payroU CJ:lounts and filing of any coverage agree:ner::.s for :ill ofits empioyees providing services cn the project, for the duration of the project; (B) pro\ide a certifiC2.te 0:- coverage to the cont.'"2.Ctor prior to that person beginni.~g '''.ork on the proje~; (C) induce in all contrac.:s to pro\ide services en the project t..i.e language in subsec-.ien (e)(3) ofmis section; (D) provide the contrac::c:-, prior to the endoftbe coverage period, a new certifica:e of coverage showing extension of coverage, if the coverage period shown on the current certiiicate of coverage ends during the duration of the project; (E) obtain from each other- person with whom 1: contracts, and provide to the comracror. (i) a certificate of coverage, prior 10 the other pe:-son beginning work on the project; ~"1d (ti) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current ce....tificate of coverage ends during the duration of the project; (F) retam all required certificates of coverage on file for the duration of the project a."ld for one year thereafter; (G) notify the governmental entity in writing by certified mill or personal delivery, v.ithin ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractUally require each other person with whom it contraC"'..s, to perform as required by subparagraphs (A)..{H) of this paragraph, "with the certificate of coverage to be provided to the person for whom they are providing sernces. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroU amounts and filing of any coverage agreements; (2) provide a certificate or- coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) bave the following language in its contract to provide services on the project: ":9y signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contrac: who will provide services on the project will be covered by workers' compensation coverage http://v.'WWsos.state.tx.usltacJ28/II/IIOIBIIIO.11 O.hunJ MOTIC!: TO CONTI\ACTOas - B aevised 1/13/981 Paqe S ot 7 8n198 ..0 ..^'"' 1 V.l!V t'age .) OI 0 for ti:~ c:.!ration of t..:':e proJect, that the cc';erage will be based on proper reporting of classification codes and payron ar.::ounts, and that all coverage agreeme~ts v.i.il be filed with the appropriate insura::ce carrier or, ~ the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading i::iormation may subject the contractor to administrative penairies, criminal pe:'lalties, civil penalties, or other civil ac::ons. " (4) provide the person for whom it is providing semces on the project., prior to the end of the coverage period shown on its current certiIicate of coverage, a new certificate showing extension of coverage, ii the coverage period shown on :he certificate of coverage ends during the duration of the ~~ . (5) obtain from each person providing services on a project under contract to it. and provide as required by its contract: (A) a cenificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new ceni:iicate of coverage showing ex:tension oCthe coverage period. if the coverage period shown on the current cerrificate of coverage ends during the duration of the projea; (6) retain all required ceniiicates of coverage on tile for the duration of the project and for one year thererii:er, (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially meets the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractUally require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services On the project, for the duration of the project; (B) provide a cert:i1icate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (0) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a ce~cate of coverage, prior to the other person beginning work on the project; and (ii) prior to ~e e~d of the coverage period, a new certificate of coverage showing extension of the coverage penod, If the coverage period shown on the current certificate of coverage ends during the http://www.sos.state.tx.usltacl281II11IOIB/l10.11 O.html NOTICE TO CQHTRAC:TOI\S - B Red..eeI 1/13/981 'aqe , of 7 Sn/98 .:.:S l A\..... I l V. 11 V Page 60f6 duration or :l1e contract: (F) retain ail required cer"..:Zca:es or coverage on file for the duration of the project and for one year thereafter: (G) notify the govemmemai entity in writing by cenified mail or personal delivery, "'Iithin ten days after the person knew or should have known. of any change that materially affectS the provision of coverage of any person providing services on the project; and (H) contracrually require ~ch person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) Ifany provision of this rule or its application to any person or circ'.J...-nstance is held invalid, the invalidity does not affect other provisions or applications of this rule ~t can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable (g) This ruie is applicable for building or constrUction contracts adve....tised for bid by a governmental entity aD or after September I, 1994. This rule is also applicable for those building or coDStlllction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor caniers who are required pursuant to Texas Civil Stawtes. Aniele 6675c, to register with the Texas Depa.nment of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Stawtes, Article 6675c, 940). (i) The coverage requirement in.this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, 9 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, 9 406.097(a) (as added by House Bill 1089. 74th Legislature, 1995, 9 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to s_e1f-insure that is delivered., issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this 9 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://www.sos.state.tx.usltacl28/ll/1101BIlIO.110.htm1 NOTICE to CONTMCTOas - B Revtaed 1/13/98' Pave 7 of 7 8n/98 SECTION A SPECIAL PROVISIONS SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting :ealed pruposals will be recelved in conformlty with the official advertisement flviting oids for the praject. Proposals will be received in the office of the City ;ecrctdry. located on 'he first floor of City /lall, 1201 Leopard Street, until 2:00 p.m. I Wednesday, September 14, 2005. Proposals mailed should be addressed in 'he following manner: 'ity of Corpus Chrlstl City Secretary's Office 201 Leopard S1 reet Corpus Christi, Texas 78401 ATTN: BID PROPOSAL-DOWNTCJWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B KINNEY ST. PUMP STATION C\ pre-bid meeting is schi~duled for Tuesday, August 30, 2005 beginning at 10: 00 a.m. The pre-bld meeting will convene at Utilities Building Conference Room, 5352 Ayers Street (corner of Holly Road and Service Center Drive) and will be conducted by the 'ity of Corpus Christi. The meeting will include a review of the project scope, followed by a question and answer session. 1\ site visi t will follow after the 'rleeting, : f requested, >10 ad<!it_ional o~ :5.eparate visj..t.at~il~ will be ,:onducted by the City. A-2 Definitions and Abbreviations ;ection B1 of the General Provisions will govern. A-3 Description of Project This project consists of sitework and demolition, utility adjustment, excavation and backfilling, sheet piling and shoring, dewatering, drilled ':oncrete piers, concrete structures, fiberglass grating, cast-in-place ;oncrete box culvert, generator building, three generators, fuel storage '5ystem, five 385 Hp submersible propeller pumps, two 18 Hp submersible pumps, ~antry crane, office building, CMU walls, stone veneer, plumbing, doors and windows, paintinCJ, HVAC, electrical, yard piping, precast concrete fence, pavement repair, concrete pavement, concrete sidewalk, traffic control and miscellaneous items of work required to complete proiect in accordance with plans, specifications and Contract. Documents. A-4 Method of Award i'he bids will be evaluat ed based on the following order of priority, subject to the availability of funds; Total Base Bid (Bid Items 1 through 17) 2. Total Base Bid {Bid Items 1 through 17)+Additive Alt. No. 1 3. Total Base Bi.d {Bid Items 1 through 17)+Additive Alt. No. 1 and No. 2 4- Total Base Bid (Bid Items 1 through 17) +Addi ti ve Al t. No. I, No. 2 and No. 3 The City reserves the r~ght to reject any or all bids, to waive irregularities and '0 accept the bid which, in the City's opinion, is most advantageous to the City and ,n the be~;t intere:-;t of the pubJi (:, Section A - SP (Revised 9/18/00) Page 1 of 30 ExpL~atiof1 ()t__I'~ds~eme~l~",!1~ S9-yment h _lllds & Ins~ra[,ce: -.--.----- .-..- ~ ""lis it_em wlll be measured as a Lumf-:' sum and shall include the bonds and 15urance Tcqui red by the Contract Documents. One hundred percent of this item h 11 bf.' we on the fu_sl approved monthly pay estimate. Contractor shall f ,wide documen. tc show cost incurrer], !,~StaJ.-~on ~d Si ~J-'1~!l<:.: ThlS item shalJ be measured as a Lump Sum. This item shall include all work r"quireci t:l ,:on tru ,t the pump statior:, such as site work, dewatering, yard p ping,n,j !EeL,: cd tems, and not measured under another bid item, complete in pace, 35 )llt 1 i 'ed n t he plans and contract documents. This item shall also i elude repair of damaqed existlng curb, gutter, sidewalk and asphalt p emen~ f'lclndatl.!2.[!..J2rilled Concrete Pier Adjustments: a Additive cost fo~ providing casing includes but is not limited to the additional cost Ear providing a steel casing for completion of the drilled pi,'r due to encountering free water in the excavation and which is Dver and above that provided for the uncased drilled concrete piers in Bid Item Nc. 2 Pump Station and Site Work. Uncased drilled piers are to be paJd fo! in Bid Item No.2. Thls item shall be measured by the linear foot of drlled pJer installed uSlng a steel casing. b, Addl] ve 01 deduct ive cost for uno-cased concrete pier shall be measured by the add. ional or shorter linear foot of drilled pier without a casing in~talled "r not installed from the tip elevation shown on Sheet 16 of the Plans. AddltJoncil or shorter length shaLl be justified due to site ';ordl t 1 onsmd approved by Inspector and not due to over-drilling by Contractor Quantity LS shown solely to establish a unit cost. Adelt lve or deductive '~st for cased concrete pier shall be measured by the ddditi, nal or shorter linea: feot of drilled pier with casing .n~taLled ( not instaLled from the tip elevation shown on Sheet 16 of :he Flans. Additional or shorter length shall be justified due to site condi t iOilS Ind approved by Inspector and not due to over-drilling by Contra 't ~. Quantity is shown solely to establish a unit cost. Cast In Place Concrete Box Culvert: Thi i tem-:'Sh~lll~e meastlr-e;j by the linear feet of cast-in-place concrete box n~:lalled, regardless of the depth. Measurement will be made horizontally ",ICing the centerl J ne ')f box, including multiple box culvert, from end to end. "h,l ; item i ncl udes but is not limited to the following work: rench Excavat lon, including removing all material encountered, including jsphal t pavemEnt, ,concrete pavement, concrete debris, abandoned pipe and Lttir.gs, ,'xi tinq drOlin pipe to be abandoned, and disposing of all ::suitable HlcL'or .,xees:; material removed. nn i sr i ny anc! irl.';ta r 1 ing formi nlj, steel reinforcement and concrete to lOVldec cast in-Dlace box culvert as specified in the plans and pee i fica t ions and clny olhe r items r eelui red to complete the drainage system mpr.ovement; rl iH:cordance with the Contract Documents that are not :fc:asll~?d and i 'd ld for under another bid item. Box culvert to include 'ocko~ts a~ n'cessary lor connections to existing or proposed drain lines. 'rnish 'empo:ary supporting, temporary rerouting if necessary and roviding and installing concrete encasement or steel casing for existing lilitles cros. Lng through box per details on the plans. Cl Making any <connecLi ons to existing concrete boxes as required to complete ' he drd inage S'/stern improvements ready for use. e Ilacinq and cOllcpacting embedment and trench backfill (including furnishing f "IE bedding and backfi] 1 material). f (radinq dr:d clE:a.nir;lj up of cuI vert 1 rench and affected area. 9 F no ish: ng dnd installing concrete and HMAC pavement to repair/replace existing street damaged from trench excavation and related activities. h. F1lrnishlfl<] ,ind nstallinq concrete to repairlIeplace existing driveways. Section A - SP (Revised 9/18/00) Page 2 of 30 m. l Removal and replacement or repair of curb clnd qutter and sidewalks damaged oy construction activities. furnIsh restc 'atImlf pr'()perty of co 1 disturbed areas as specified in the ':::ontldct [)ocunent K turni sh prcc-c >nst ~ucr, ion exploratory cor.strllcti on per Special Provision A- n _ Protection ot eXIstIng utLlities during construction, including temporary supports and rerouting if necessary, Furni sh t ('mporary supporting, temporary rerouting if necessary and providing clnd installing concrete encasement or steel casing for existing ltillty cross ngs per details on the plans. ..'urn" sh dewar ering as necessary to provide d dry foundation for the proposed i~pr()vements_ c, LJtll i t Y Adj us tme~lts : This item shall he measured by each existing utility adjusted. The item shall include, but not be limited to the following: a. Trench excavation and shoring including removing and disposing of existing excess or unsuitable soil, pavement, etc. Isolating clnd removing existing utility. ~. ~urnishing and installing any filtings, piping, polyethylene encasement, ;oncrete thrust blocking or any other joint restraint required to complete the utility adjustment. :1. Furnishing and installing concrete thrust blocking as specified in the plans and specifi cat ions and any other items required to complete the utility adjustment in accordance with the Contract Documents that are not measured and paid fOI under another bid item. €. Placing and compacting embedment and trench backfill (including furnishing the select bedding material.) Grading and clean~up of trench and affected area. j. Hydrostatic testing, sterilizing, dechlorinating and flushing of all blow- ff valves and taps required to test, sterilize and flush the utility. Furnishing and installing flexible base material and HMAC pavement to repair/replaci existIng street damaged from trench excavation and related dctivlties. Furnishing an" installing concrete to repair/replace existing driveways. Removal and replacement or repair of curb and gutter and sidewalks damaged l)y constructiciT) acti vi t1 es. curnish restor,jtiorl of property of all disturbed areas as specified in the :ontract Documents. e'urnish Stormwater' Pollution Control as specified In the Contract Documents. :i'urnish t ra Ef.l m. Repair or rep] r:ench excavat :::>. h. i',e control as necessary to perform the adjustment. ,lcement of traffic signal controls removed or damaged from Ion and related activities. 'Ire:lch Safety: Trench Safety shall be measured by the linear foot for all trenches over 5' deep and shall inrlud~ the rost to provide trench safety as set out in Section T2-f)). Corll'rete Walk: i'hi -- it-em-sha-ll b, rneilsured by the square foot of new concrete walk installed. Thi item does 'lot apply to sidewalk requiring removal/replacement for (:oro--:truction of pump station or sidewalk damaged by contractor but applies only to any addit Dna] sidewalk requested by City and is solely to establish a uni, cost. ALl o'her walk replacement shall be subsidiary to the other types ::.f work provided, Thi~; dem includes but is not limited to the following 'work: ii, Removal and d sposal of existing concrete sidewalk. h. Furnishing any excavation or compaction required. C'. Furnishing anc! instal ling all dowels, reinforcing steel, forms and other materials requi.red, including doweling into existing sidewalk. Section A - SF (Revised 9/18/00) Page 3 of 30 d Fur;nshillg, Furlllshing pIal inq,:onsolidating and finishing concrete. nd rlalinq curing compound as directed. e One-Coarse Over L~y; Tl-i s Iter;;' ~~haIT be neacrurFd by the square yard of one coarse overlay applied. a Clean.lng and sweeping existing pavement. b Thic; item does not Include repair of existing asphalt pavement damaged by Cont racto::- during l()[]:5l r uction. This repair shall be completed prior to the overlay md :5ha L.l be subsidiary to the pump station construction cost. b Furrlshinq "nd installing one-coar.';e overlay. DJ ,sposaL of Contaffilnatcd So i 1: Ai; c'O:~-fS~d~C;-S; lei atect-- wi th- excavat ing contaminated soil, transporting cCI,-.taminated soi 1, landfill disposal fees, constructing and maintaining a sl ~ckpile in the requited manner, and cleaning up the project site after the cc"taminated sOll i~ removed shall be paid for by the cubic yard as measured by the CIty ;nspect r. Excess contaminated soil will be transported by the eCI racter te alate disposal landfill to be approved by the City. The cubic ie' j ,otal in UP bid proposal is an estimate for bidding purposes. Tr.,ifflc l.ontr.,~, Tr1fficCofltrol 3hall be tnd3s a Lump Sum item for the Base Bid. This item sh,ll include. but ic; not IJJldted to, all personnel, equipment, and materials [1E','ded to pro'Jid.~ prnper traffic control. u tl,i..!:L ~ 11 0 wa n CE.,: : ~c ,tractor shall insert the figure noted in his bid proposal. This item shall ;)e lsed for unfcreseen =ircumstances. Payment shall be negotiated for each ~i 'umst'lncp Addl tl ve Al terna lv,,=-_No '-_~ EXlsting Bar ~creen Structure Demolition: Thlus i te'r;;-wil11 e measured as a lump sum for the removal of the existing mei'hanical bar S Teen equipment and structure. If selected for award by the eil y this item includes but is not limited to the following work: t. Remove existJng reechanical bar screen, accessories and electrical outside )f t!,e bui Idl ilg. t> SawcLt along exiolting wall and break off and remove existing concrete ;trurtlJre to El. 4.0 (approx. five feet) per plans. Haul off debris. Plug existlnc opening into existing wet well with concrete. ,c.il1 cerna ni ,Cj b,:ox",i t h;and IJp 0 bottom of proposed new concrete pavement. ;'rovi dE' cpncl."te pa .'(,m.~nl in this .>lea to match adjacent new concrete f)a\Temer:- . i'ldoltive Alternat lve No. 2- ExistiT1(lPurrp:Station_~uipment Removal and Wet We] I"hi ",qu -------- Filli.!:1.9 : item wi] b meJsureu 'is a lump 'rum fOI the removal of the existing pment cJnd fil ing in 1 trlC: belo'", grade structure. If selected for award he r:ity this ,tern iw:ludes but is not. .limited to the following work: f<emov." two e)< sting pumps and motors, muffler and piping, accessories, level ('(,fjt rol sy:;te''1, pump pipe a':d fittings, mechanical bar screen ;enerdt:.cc. e ;!jiP!lll~Lt .dc".t-rica] paneJs, interconnecting wiring and ondu L t: ')ewateL clear out "nd r j II existing wet well with sand to bottom of ',x.ist n') slab Kemcve steel qrd Ln'l 'penings at floor lC\leJ opal 'WI" we II at pump open I ngs, dowel j nto existing slab at 'lnd pour 6-inch think iOOO psi concrete slab to L1Y AddItive Alterndt_~No._~_ c). Shoreline_Blvd,~Curb Inlet and Pipeline Thi item shall bt' bid as a j,i.lInP Sum item. If selected for award by the City thi' item shal] i[;~ludc" hut j '3 not limited 1.0, all personnel, equipment, and Section A - SP (Revised 9/18/00) Page 4 of 30 m,,'eria s npederi to orovide the curb ~nlet and piping as shown on Sheet 5 of p_1H1S. l~ems _ Not~~steu on _ ~hc_~_r2.P.c)sal: It;ems or work tnt !is'ed on the Proposal f'orm necessary to complete the pr,) Ject as shown on 'he drawings and as specified are considered as subsidiary tc ::he est.ablished bid items and there will be no separate payment. Their cc",t should be iricluded in the appropriate bid item. Any item required on the pI dIlS and c:ontrdi::t documents shall be paid under the appropriate bid which '~c -"'IS the' item. A-5 Items to be Subm1tted with Proposal :Ie f( ll,)wing items ~re,~ui.r::~ to be submitted with the proposal: 1 , 5% Bid Bond (MUst reference Proiect Name as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages rnlnlffi ze inconvenience to the general public and to minimize their exposure to Janyerou:'. conditions, the contractor will be required to follow tight scheduling for 'i)nstrllct i on and wi 11 he required to meet dead lines for completion of each item nown below. The project has been divided into phases. Time duration for ::mstruct Ion i~' allocated for each item and if the work in that item is not complete shown below, liquidated damages will be assessed for each day the work is telayed. A penalty in the amount of $ 800.00 per calendar day will be assessed ,gal ns t'lf' cont ract or ;IS 1 iquidated damages_ "lmplet icn sha 1 be ba",ed on ,;atisfactory work, completed, in accordance with the a:" "ipe 'ificcJt lone:, Old contract documenls dnd accepted by the City. Start of Phase is initiated by the Notice to Proceed. 'he ''''or ki c:g time for completion of the entire Project will be 326 Calendar Days. ,wh phase of the Proj t,cLshall be completed within the number of calendar days I Located as describe ill the following; i-ha e r Pump Station Wet Well and 6'x6' i\.gnes Box Culvert (Sta. 0+00 to Stic 1+65) From Day One * 175 Calendar Days Fha'!' 11 Remaining Port ion of Project 326 Calendar Days *fr m the st.~r~ 0 contract time as delineated by Notice To Proceed. E~lt Ie pr::je':1 sh 211 tie :ompleted wHtlj n 326 Calendar Days. [Jays AJ.location for Rain 'le COl<' rictor sha11 an iCl pal" the following number of work days lost due to rain 1 dpL€Cm [ling :.he conti ~ct schedule and for each phase of the contract. A rain day -j defi:1ed as any day i whlch the amount of rain measured by the National Weather ,'erVlce at the PoweI 5t reet Stormwater Pump Station is 0.50 inch or greater. No x:,er'sion:>f time will b, considered until the expected number of rain days has been xceeded dnd the Englneer has agreed that the status of construction was such that 'h,"re was an jmpact detri.mental to the construction schedule. Section A - SP (Revised 9/18/00) Page 5 of 30 JanualY 3 Days May 1\ Days September 7 Days et)rUdr l Days Jl1nF 4 Day:c: October 4 Days t"'ar. 'r' ;} Day's ,J! l ] 'y J Llays November 3 Days l\pr i I ] Udj"S Allqu~o' 4 'Jays December 3 Days Thispr{ Ject LS essenl ially 13 construct ton Days, a,: detailed elsewhere 1.n the contract total tune allotted ~'hal] bp independent of desrr; be" abovE' ontract for a period of 326 Calendar documents. Damages for exceeding the damages assessed for each item, as After Cc ,tract !\ward md pre-construction meeting is held, the Contractor shall 'ommer:ce work within t','n [i 0) calendar days after receipt of written notice from the JrtOC:l]lI )f Ergineerib1 Serv}ces or designee ("City Engineer") to proceed. t. or each .:alendar day chat any work remains J ncomplete after the time specified in he Cont! act for compl.>tion 0 t the work FOR EACH PHASE or after such time period as extended pursuant tu Ci her provi sions of this Contract, $800 per Ca1.endar Day will c>e assessed against the" CO:ltL3.ctor as liquidated damages. Said liquidated damages ire not ~mposed as d. [",oal t y but as an estimate of the damages that the City will sustalrl 'rom delay inompJet Ion of the work, which damages by their nature are not :apab_e precise pro;')f. The Din?ctor at Enqineeriog Services (City Engineer) may ".}LthhoLd and deduct .rom monies otherwise due the Contractor the amount of q"idilt. j damages ,lue the Cl+:Y from the monthly pay estimate. A-7 Workers Compensation Insurance Coverage f the workinq w()rker:-; , not i1 , nsuranCf' , equ LL f'd )ntractor':-: workers' compensation insurance coverage for its employees )[\ the Project is terminated or canceled for any reason, and replacement :ompensation lnSUran(:e coverage meeting the requirements of this Contract effect on thl effective date of cancel~atjon of the workers' compensation cover'age to Le replaced, then any Contractor employee not covered by the ,,",orkers' comp"nsat i011 insurance coverage must not perform any work on the rOl(_~cr 'lrthermeore, for edch calendar day inel uding and after the effective date of emln,,!.] HI or c:ancellltiorl ()t t.h(> Contractor's workers' compensation insurance overaue ror ; t:.; empl"yec working on the Project until the date replacement ""orker,,' ompensa!. i.on i iisurance coverage, lIleet ing the requirements of this Contract, ll1 eftect for those Contractor employees, liquidated damages will be assessed 1qainsl and paid by the Contra(:tor at the highest dai ly rate elsewhere specified in his ConI. 'lct. Such liquidated damagE"S will ac::umulate without notice from the City ~',ngir:eer u the Contrac;,or dnd will be assessee! and paid even if the permitted time cnmj.,'iF' f' the Pro-ject has net ('XPl r'ed. accord,"nce wl1.h UUII r requcrements ot t his Contract, the Contractor shall not "ermlt sutJConlr actors crothers to work on 'Jhcr Project unless all such individuals "'orking or the PLOject ,ire ('ov"red by workers' compensation insurance and unless the equ ired iocumenta" j on f slJch coverage has been provided to the Contractor and the Ity Enqi t'el A-a Fax~d Proposals rapOSciLS taxed directli to the Clty will be onsidered non-responsive. Proposals 'ltust ::c.nLnn original s gnat'ures and guaranty and be submitted in accordance with ect U:>r; B of ':he Gene ral t'rov is ion:: A-g ACknow1.edgment of Addenda 'riP Contractor shall acknowledge receipt of all addenda received in the appropriate 'pace provided in tho proposal. Failure to do so will be interpreted as non-receipt. lnce addenda can have ';ignl ficanf- impact on the proposal, failure to acknowledge Section A - SP (Revised 9/18/00) Page 6 of 30 eeel pt, and a subsequent ffc'ct hen determinir'3 the L:1terpretation ot non-receipt, lowest responsible bidder. could have an adverse A-10 Wage Rates (Rev~ ed 'SiOO) :,ab:)! pH:ference and I-Jage rates tor heavy construction shall apply. Whcn conflict fi ~ f~- +-h-e--MqfleE- of the r0tC8 ::;h;lllprC'J;lil. M~L~u~Pre\Tai llnS!~ ~e~_::;c::ale" '"he Corpus Christi eit,' Councl has determined the general prevailing minimum hourly waye rat ;~s for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must no' pay less than the specified wage rates to all laborers, workmen, and mechanic employed by them in the execution of the Contract. The ontract)r or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, cT portlun thereof, fOt each laborQr, workman, or mechanic employed, if such person "3 paid ess than the specIfied rates for the classification of work performed. The ,ant ract,-,! and eClch subcont ractor ml;st keep an accurate record showing the names and _lass1 fi, "tlClriS of a: L laborers, workmen, and mechanics employed by them in cnneiti 'iJ with the Pr 'ject and showing the actual wages paid to each worker. fhe em'racto1:' wiJ l 'lake bl weekly certifled payroll submittals to the City ::.ngineer The Cont:rilctor will also obtain copies of such certified payrolls from all ubcontr,wtors and otners vwrking on the Proj eet. These documents will also be :.-;ubmitted to the eit] Engineer bi-weekly. (See section for MinoritY/Minority Business Enterprise Particlpatlon Policy for additional requirements concerning the D1:'Oper f ,rm and content of the payroll submittals.) )ne and ',re-haLf (1 1/") tlme~; the specified hourLy wage must be paid for all hours ..,corked iI, excess of 40 hour sin anyone week and for all hours worked on Sundays or wUdays (See :::;e("tin B 1~1, Definition of Terms, and Section 8-7-6, Working -!UULS. A-II Cooperation W1th Public Agencies (Revised 7/5/00) "he Contrdctor shaLl c(i.)perate witn all public and private agencies with facilities lperatIng withrn the l"mits or the Project. The Contractor shall provide a forty- ight 14B\ hour notice to any applicable agency when work is anticipated to proceed n the VIcinity uf any facility by using the Texas One-Call System 1-800-245-4545, 'he Lorl8 Star Notificc,tion Company at 1-800- 669-8344, and the Southwestern Bell !,ocate Group at 1~800- 28-')177, F'or the Contractor's convenience, the following ,.1ephonE numbers ar'.' [sted, C ty Enqineer Project EngJneer Urban EngineerIng Mark Maroney Traffic Engineer PolIce Department Wate! DivLsion Wast c~water ServiCI:,s Dl vi ,".:; O;~l Cas Division 88')-6')00 S onn WatE~!:' Park~ & Recreatior 301"1 Waste Serviles Cen1 ral Power & L qht (:0. Suut !lwe~itprn Bell f'elephone Co. elt) Street DJv. )T Ttalfic Signal/Fiber Opt : Locate CablevisicIl ACSJ (Fiber Opt ic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPRnCK (Fiber Opt c) 880-3500 880-3500 854-3101 880-3540 882-1911 857-1880 857-1818 (885-6900 857-1882 880-3461 857-1970 299-4833 881-251J (880-3140 after hours) (880-3140 after hours) after hours) (880-3140 after hours) (693-9444 after hours) (1-800-824-4424, after hours) 857-1946 857-5000 887-9200 813-1124 881-':>707 512/935-0958 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mobile) Section A - SP (Revised 9/18/00) Page 7 of 30 A-12 Ma~ntenance of Services '?he Cun! r actor sha 1 above ar:d belcw grollnc lbtainec from e~[Sr L~C as much I! eld wor k as prc'e,t ,th reqard tc 'ake d I f'recautlons I il protecting existing utilities, both T'ie Drawings show as much information as can be reasonably as uui it Jrawings, b<Jse maps, utility records, etc. and from ,ormalJ y deemed necessary for the construction of this type of the lecation and nature of underground utilities, etc. Howeve r, the accuracy and completeness of such information is not guaranteed. It is the Con+ ractoe' s SOlE. and 'ompJ ete responsibi li ty to locate such underground fea Ules uffi:ientLy n ddvance of his operations to preclude damaging the existing [ac j 1 j ti>:s. 1 f the CC~ltractcr (3nCounters utility servj ces along the line of this work, it ~s his respon ib~,ity to maintain Lhe services In continuous operation at ;-1 is own xpense_ In i he e\,ent of damage to underground util i ties, whether shown in the drawings, the :ontract.r shall make the necessary repairs to place the utilities back in service o -:onstr uct the wock 1S ICltendE'd at no increase in the Contract price. All such cepairsl'ust cor;form t) Pee "equi rements of the company or agency that owns the Jtj it;e Vlhere '~x_-.ting sewerSJre encountered and are interfered with (i.e. broken, cut, etc. f cw must be m"inL,ined. Sewage or other liquid must be handled by the :ontractcr eitheL by ('onnect_lon Into other sewers or by temporary pumping to a ;atisfaCIJry outlet, ail w th the dpproval of the City Engineer. Sewage or other quid mLst oat be pUml)ed, balled or flumed over the streets or ground surface and :ontt'a,lc, must pay for all fines and remediat ion that may result if sewage or other lquid c,'otacts thr ~c'reets ':H ground surface. It is also the Contractor's -esponsiblLity to make all necessary repairs, relocations and adjustments to the atisfaci ,un of the Cit y Enqi neer at no increase in the Contract price. Materials ~or r-epaJ -s, adjustment: or relocations oj 5evler service lines must be provided by he '-'0"t1 1 ~tor-. A-13 Area Access and Traff~c Control :ufficlenr traffic: controL measures must be used to assure a safe condition and to ,)xovi de a minimum of in,'onveni enee to motorists _ All weather access must be provided o all ['(',idents and bJsincsses at all times during construction. The Contractor 'lust pro'\! ide tempordry drl veways rillel/or roads of approved material during wet c:cather I'he ConI. ractor must !!tel j ntain a stockpi Ie on the Project site to meet the lemands 01 inclement we~the'. he 'ontrJctor -,d-.rerse impact <; not 1 iT! i t cd dmps. '1. will oeequ Lred t u schedule h.lS operations so as to cause minimum )f) '.he a cess ibi lit Y of adjolnHlCJ properties _ This may include, but t:c, war ki nq dl i veways in ha 1 f widths, construction of temporary lli,' C:lDt'r) tor ;t1aLl cO'T;ply c'/Jch the !andards -lnel ,ocact] ce a::: adopted '.'ailabie through lh,' City'" Traffic 'curr:-? ht~ f1eCe~i'=:1,]ry permit t T(lrTt t=hc City of ,'orpus Christi I s Uniform Barricading by the it 'I_ Copies of this document are EngineerJng Department. The Contractor shall City's Traffic Engineering Department. -0,', c' -J/rne n t w for .- ra f t I c _'OLt rol a , , be H!c-lcie - 0 :ont f'a ( t 01 considereci ~-;l1bsidiary; therefore, no direct A-l4 Construct~on Equipment Spillage and Tracking 'he Conerd tor shall k,'cp the adJoining streets free of tracked and/or spilled '''later i al s Joing T () or f10m the canst ruction area. Provide stabilized construction entrance as necessary to help reduce vehicle tracking of sediments. Hand labor "nd/or mechanical equipment must be used where necessary to keep these roadways ('ar ot j)b-related matf'rials. Such '-lOrk must De compJeted without any increase in ,'Ie Contra 1 price_ Section A - SP (Revised 9/1B/00) Page 8 of 30 ;t.ceets f nece 1 ibLe and curb line sary, 'u pre rraterial that it e l, de: oi :oust be cleaned at the end of the '''ork day or more frequently, lent materia] from washing into the storm sewer system. No ~OlJ: j :)e \"dshed i nt 0 storm sewer i,s allowed to remain on the lng ,;1 'ceTS. :--r )f- A-15 Excavation and Reaovals The eXCdvated areas b"hind cJrbs and adjacent to sidewalks and driveways must be fiJ l.ed wi th "dean" dj rt top soil. "Clean" dirt Top soil is defined as dirt that is 'apab.i e )f pcovidl:1g a 'lood 'J1owth of grass when applied with seed/sod and ter"i] i/er. The dJrt must bE' free of debris, caliche, asphalt, concrete and any ,ther ma:erial that dc,tracts from its appearance or hampers the growth of grass. "L' e>:i~ Lng (:oncrete ind asphalt>'lLthin the limits of the Project must be removed 's! (~herwJse notec lUl necessary removal including but not ] Lmi ted to pipe, tc al to be cc,nSj derfcd subsidiary t.O the bid item for Therefol'". no dJ.rect !>iymef1t well be made to Contractor. driveways, sidewalks, "Street Excavation"; A-16 Disposal/Salvage of Materials ~:xcess excavated mater ia1, broken asphalt, concrete, broken culverts and other Jnwanted material becomes the property of the Contractor and must be removed from the si tF by tile Contractor. The cost of at 1 hauling is considered subsidiary; cherefou', no direct p",ymerlt ...1J I be made to Contractor. A-17 Field Office rhe Cont (dctor must fL ,ni Sf the Ci ty Engineer or his representative with a field )fflce a' the const!uc,ion site. The field office must contain at least 120 square ~eet of useable space. The field office must be air-conditioned and heated and must lJe funli hed with an inclined table that measures at least 30" x 60" and two (2) ;hairs. :'he Contractor shaLl move the field office on the site as required by the 'Lty Englneer or his representative. The field office must be furnished with a 'elephon" (with 24-hour per day answering service) and FAX machine paid for by the :nntract( r. There is n( separcde pay item for the fjeld office. A-18 Schedule and Sequence of Construction flun,m;ze inconver:ier:ce to rhe general public and to minimize their exposure to langerous conditions, the contractor will be required to follow tight scheduling for OnSlruct lon and wi] 1 ce requ Lred to meet dead 1 ines for completion of each item howfl belOW. The pro:,ect has oeen divided into phases. Time duration for ',nslruct Lon is allocat'c'd for f'aeh item and if the work in that item is not complete ;5 shOl,m below, Jiquidated damages wil1 be assessed for each day t:he work is klayed. [\ pendlty tn :he amount of $ 800.00 per calendar day will be assessed 'qai nst t'le cant Iacr:n lS 1 iquidated damages. 'ompJet iO!i shall he ba~l,d Oft c;atisfactory work, completed, in accordance with the Jan, .:ipe'lfications, arid contract documents and accepted by the City. Start of Phase chargetime is initiated by the Notice to Proceed. ne ContLi(;tor shall submit to the City Engineer a work plan based on calendar days for construction of the entire project and broken down into construction of each phase. ThIL; plan must de..ail the c;ch(~dule of work for each phase of construction and shall be structured to meet all the requirements of Section A-6 "Time of Completion" md must he submitted to the City f.nqineer at least three (3) working days prior to he prc-Ci,nstrur:t ion me."t i nq. Section A - SP (Revised 9/18/00) Page 9 of 30 The Contractor to furnish Construction Schedule for the following Items SCHEDULE OF COMPLET lOti ;'HASE Pump Stat J un Wet vie 1.1 dnd 6' x6' i\.gnes Box CuI vert: Pump station foul,dalLon and walls shall be constructed to the level necessary l[ !.)rde: t,) !:oritruct, connect and pdL into service the 6' x6' Agnes Box ~u vert from Stition C+OO to Station 1+65. Agnes Box Culvert shall be :ompleted and i, I serv 1 oe wit hin 175 Calendar Days from commencement of :or,t ract t Enf' When Agnes Box culvert 1S completed, remove existing brick/mortar walls in enns of exi3t ng box cuLvert dnd provide smooth mortar finish. PHASE 11 Remaining Portion of Project: ~onstruct remainlng portion of project to complete pump station and put into service. Sha! 1 be "ompleted and in service within 326 Calendar Days from ~Ojfunencement tof .ont!.act t lme. ~he plan must also nd cate ~he schedule of ~he following work items: lmcial Schedule: SUDmi to the City Engineer three (3) days prior to the Pre- Construction Meet ing an inltial Construction Progress Schedule for review. l..!..ems to ~.J:!.lclude: Show complete dentifying Work of separate stages Identify the tLrs' work day of each sequence of construction by acti vi ty, and other logically grouped activities. wee r.. S~lIT~ltta1 Dates: Indlcaresubrnittal dates requlred for all submittals for the entire project Re-~ubmission. Revise and resubmit as required by the City Engineer. Once a Month Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. " 1 S Lh. mean ~] prcselu t e h uch manLer as he fc 1, Ning flg and ntent of this Contract that the Contractor shall be allowed s work at such times and seasons in such order or precedence, and in shall b, thlC' :T1nst conduci ve to economy of construction, subject to ondit iOI:~): '\ rOle schedule 0: Clnst ruct ion shall be structured to meet all requirements of Sec!ion A-6 "Time of (:ompletion" and as noted above. " Trle schedule of onst ruction shall not confl ict with any provision of the C::mt ract Document and a1 so t hat when the Owner is having other work done, erther by contract or by their own force, the Engineer may direct the time and mdnr~r of constructing the work done under this Contract so that conflict will h., voided and ~hc. const! '.let lon of variolJS works being done for the Owner will be rmonL7.cd. Tratfic control is ess00tial to maintainIng public safety and flow of traffic. ennt ractor shai L re, aware of other construction projects occurring in the area, :cud as the Downtuwn Ura I nage Improvemem:s Phase I Project A New Interceptors dnd nlet.'; 2long Watel- St.), Downtown Drainage Improvements Phase II Agnes St. EJX Culver t and Ui version Li nes and ~;eawall Reconstruction project, and cuordinat~ s,:hE'duiing, traffic control, maint,enance of services and street a :C\3S wi th the ot her Cor'tractors. Cunl ractor sl1all !:oordinate and COOpeLJte with the City for construction scheduling and traffic control modifications for sper:ial events that will occur durc"g thp period of the c'olll ract, Section A - SP (Revised 9/18/00) Page 10 of 30 A-19 Construction ProJect Layout and Control !k drawLngs may depic~: but not necessary incLude: lines, slopes, grades, sections, T'ieasurements, bench mar ks, basel ines, etc. that are normally required to construct a preiect f thJS LaturF MaJ,n c("'rols and two (2) bench minks required for project layout will be provided by . h,c ( y or Consult ~lnt ~)roj eet F:ngineer. Le C;"nt dclor will f, :-nish ,11 I1nes, slopes and measurements for control of the -,,"e'01,:':, 1t, duri ICJ constr'-1cLic'" It js necessary to disturb or destroy a control point or cench ma k, the Contra:tor shall prcvide the City or Consultant Project Engineer 48 ~!;)UIS nc' ice so that "dternare control points can be established by the City or In ulta~,t Project Enqlncer ciS necessary, at no cost to the Contractor. Control coints 0 bench marks iamaged as a result of the Contractor's negligence will be ;es:ored by thc City or ConslJltant Project Engineer at the expense of the :)n ra:t F for,hatever ~biSO:, J_t is necessary to deviate from proposed line and grade to properLy execute the ."ork, the~cntractor shall obtain approval of the City or >:msujtar,t Project EngIneer prior to dev,iation. If, in the opinion of the City or :lflsultant Project EngJneer, the required deviation would necessitate a revision to ne draWings, ~he Cont actor shall provide supporting measurements as required for ile 'i~y H CO-1SU tdnt Proiee Eng.Jneer to revise the drawings. fie Cont r Clctor shaLl t ," if or reference all valves and manholes, both existing and 'o[>osod. for ,_he purpc3e cf adjusting valves and manholes at the completion of the '),cl'.ri ng pI ocess. Also, r he Ci ty or Consultant Project Engineer may require that the Jot rac t<, furnish a maximum of 'WQ (2) personnel for the purpose of assisting the a; in nll::>f the complf' Lee! work. lhe CC'[Jt:actoL ~;hall I rovlde trw tollowing certification for documentation and 'erl fical ton of compliance wi t h the Contract Documents, Plans and Specifications. odld c()mpl iance certi! cat ion shall be provided and prepared by a third party r:dependent Reglstered Professional Land Surveyor (R.P.L.S.) licensed in the State j Texas retained and laid by the Contractor. The third party R.P.L.S. shall be ,pproved !ll! thE'" c.lty pc lor to any work. Any discrepancles shall be noted by the h j rei ["ar' y surveyor ar ,j certi fy compliance to any regulatory permits. "?JJ5)~~~ l,-,,--lJ:1~~~rLLmum scheduLe of documentation required: Strcct~: ~M~l--~Fb_r et u rns- at=---pe-i:ft~-E,:Hlgcncy /point 0 f ci rcumf c rcnce '~-aHe-~'uttcr flo\l line both~Jidca of alITct on .:l 200' inter'J.:ll -bt-ree-t cro.mo on~){l-L i_nter"Jol a.nd ot -a-l--l interoection:::;. --."-- -_._- ----,-, '-.- - --- ----- Wastewater; -Al1-F-ifu-t'invcrt elcvo~T ot Rlonholc::;~~- -M+--int crocet i~:Ll ii1COinffi~nholc,- ~ ~'3~iI29 ~leva~l~~~_ (t';E- of:E\E_~ - aJ:l9_....!l~"'--Llne AU tal' of vdJve box,s Valve vaUltsrlm---- -_._~-- 9sir:g ~leva~~r~_ll5)E_?J:_El~_.?0<:i flow line) Water: Storm Water: All r irn/ invert elevat ions at manb,oles- All inl~rse~~Tng-lJ:lli;s in manhole~-- ~asir1g ele",~tiSJnsmi!oE... oj Q.ip~_ and flow line) Section A ~ SP (Revised 9/18/00) Page 11 of 30 A-20 Testing and Cert~fication All tests required under this item must be done by a recognized testing laboratory selected by the Engineer Consul tant. The cost of the laboratory testing will be borne bv the City. In the event that any test fails, that test must be done over lfter correctlve meaSIJres have been taken, and the cost of retesting will be borne ~)y the (" Jntractor and jeducted from the payment to the Contractor. ~CHEDULF Of TESTING B) THE C1TY: Emt~~dmenJ:L__ F iJL 1 ~ B~c k fiLl Laboratory Testing: (1 Gradation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (2 Moisture-Density Relationship.. ............ 3) In-Place Density Tests......... . ........... Concrete 4 Ea. 5 Ea. 200 Ea. Laboratory Testing: ! 1) 2) c) Mix Design One for each class of concrete. Concrete Cylinders: (I set is 3 cylinders) a) Cast In-Place Box Culvert ....... .... .......... b) Pump Station 1) F8undation Piers ... ................... 2) F)undation ...................... 3i Walls.. ...................... 4 \ Upper Slab ............. ................... Generator Building 1) F:caming 2) Reof Slab. Offiie Building 1) Fr,undation Piers ""'" 2) fc:undatiull 3) Roof Slab . ............ 4) CMU Wall Grout Concrete Pavement. """" 4 Sets 5 Sets 10 Sets 10 Sets 3 Sets ......... ....... ..... ......... 2 Sets 2 Sets d) e) 1 Sets 2 Sets 1 Sets 1 Sets 3 Sets Pri:c.m Tests Provide prlsm lest for each 5000 sf of waLl in accordance with ASTM E447 Method \, f3'" Hot t1ix A~hiil tic Concret_~yii..vement (See Subsection 025424) Lab( (1) (2) r)) ratory Testinq: Extract ion Test .. . . . . . . . . . . .. """"." Stability alld Laboratory Densi l y ........... F'i e] d De n s j L Y . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Ea. 1 Ea. 10 Ea. ;CHEDULF: OF TESTING BY :ONTRACTOR: Test lng, includinq sampJ .Lng, will be pprformed by Engineer or the testing firm's laboratory personnel, in the general manner indicated in the Spe'. fications. Fngineel shall determine t.hc exact time, location, and number of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's 13.bc)I atory wi II be made by Owner. The testing firm I s laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and sha 1 fur~lsh a written report of each test. Contractor shall :urnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allo'", testj ng, i neluding samplj ng, to be performed. Contractor shall have no claim fer an increase in Contract Price or Contract Times due to Section A - SP (Revised 9/18/00l Page 12 of 30 s',ch interrupticn. When testing activi ties, including sampling, are performed in the field hy lcngineer or the testing firm's laboratory personnel, Contractor shal furnish personnel and facilities to assist in the activities. When the spec'~f cat i eln:> requi re inspectioll of materials or equipment during the productlon, manufacturing, or fabricating process, or before shipment, s;.~h services wIll be performed by Sngineer or an independent testing firm or i; 'opect em or gaL czat ~ or accEcptable to Fngineer. Contractor shall give appropriate written notice to Engineer not less than 10 days before Gffsite inspection services are required, and shall provide for t~0 producer, manufacturer, or fabricator to furnish safe access and proper fa,:ilities and 1) ccoperate with inspecting personnel in the performance of their dutJes. rhe inspectIon organization will submit a written report to Enqlneer, with ~ copy to Contractor, at least once each week. The Contractor must provide all applicaole certifications to the Engineer C:onsultant. A-21 Project Signs The Contractor must furnish and install t~o (2) one (1) Project signs as indicated in Section 021010 0_ the Standard Specifications. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the Engineer ronsulta~t A-22 Minority/Minority Business Enterprise Participation Po1icy (Revised 10/98) Po] c1: It s the po] 1 cy of the Ci ty of Corpus Christi that maximum opportunity is aff'lrded minorities, women and Minority Business Enterprises to participate in the performance of corltracts awarded by the City of Corpus Christi in support of ~:qual Employment Opportunity goals and objectives of the Affirmative Action POllCY Statement ",f the Clty dated October, 1989, and any amendments thereto. In decordance with such policy, the City has established goals, as stated herpin, both for ~Iinoritv a~d female participation by trade and for Minority Rus ness Enterpri 'e. Oef,,,1t10n3 a Prime Contractor: _._--_.._~..~- ~ assoc1ationcr joint. City cantrae- Any person, firm, partnership, corporation, venture as herein provided which has been awarded a b Subcontractor --_.~.- association, or labor, services, foregoing under Any named person, firm, partnership, corporation, joint venture as herein identified as providing work, supplies, equipment, materials or any combination of the contract with a prime contractor on a City contract. Minor~tY!Jusiness Ente92-r~-'-'5:: ^ business enterprise that is owned and contra Ll ed by one or more minority person (oS). Minority persons include Blacks, Mexican-Amelicans and other persons of Hispanic origin, American Indians, Ala kan Na t i ves, and As ians or Paci f ic Islanders _ For the purposes ,)f thio; section, women are also considered as minorities. '1inority perSCm(Si must collectively own, operate and/or actively manage, 3nd share in jJayments from such an enterprise in the manner hereinafter 3et forth: Owned el! lor a 5)le proprietorship to be deemed a minority business nterpr i c;e,i t must be OWTlPd by a minority person. Section A - SP (Revised 9/18/00) Page 13 of 30 Ib For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . (e for an enterprise dOlng 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(sl. ~. Control ed 'j'he primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). L Shale in Pa~~:? Mincrity 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, and subcontract payments, and any other monetary distrIbution paid by the business f' nte "pr i se_ ~inor~_l~ ee rleflnitlon under Minority Business Enterprise. e. !'~_l1l.ale Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 0% of whose assets or interests in the corporate shares are owned by onf or more women. JOiflt__~er.1..~~I'<::: A joint_ venture means an association of two or more persons, paltnerships, corporations, or any combination thereof, founded tc ':ar IY on a single business aCllvity whictJ is limited in scope and dirp~:t ion. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of th,. work. Minority members of the joint venture must have eiU:f'f finaLcial, managerial, or '-echnical skills in the work to be performed by the joint venture. Coai a The goals Enterprises work force [oLl.')ws: tor particlpation by minorities and Minority Business 0xpressed in percentage terms for the Contractor's aggregate >f1 all const ruction work for the Contract award are as Mlnority Participation (Percent) Mlnority Business Enterprise Participation (Percent) 45% 15% b These goals Jre applicable to all the construction work (regardless of federal part l cipation) performed in the Contract, including approved change orders. The hours of minorlty employment must be substantially '.miforrn throughout [:he length of the Contract and in each trade. The LIanc;fer .)f minor lty employees from Contractor to Contractor or from project t rroject for the sole purpose of meeting the Contractor's percentaqe i, prohibited. Section A - SP (Revised 9/18/00) Page 14 of 30 -1 . ~JE1pl iaT!'p a. Upon compler.ion of the Project, a subslanl iat ed by copies of paid Conr ractor .0 the City 2:ngineer. final breakdown of MBE participation, invoices, shall be submitted by the c- ..) ~ Th~ C:'Jntra tor shall make bi-weekly payroll submittals to the City t:ngineer. 'f'he Contractor is to j ndicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indical e, n writing, the overall participation in these areas which have been ',chieved. The City Engineer may withhold monthly or final payments tc the Contractor for failure to submit bi-weekly payrolls in a timely fashion 0, co submit overall participation information as required. A-23 Inspection Required (Revised 1/5/00) The Contractor shaLL ~ssure the appropriate building inspections by the Building nspectlon Division at the various intervals of work for which a permit is required clnd to "ssure a fi nd: inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section 8-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and ~harges leVIed by the City's Building Inspection Department, 3nd all .-,ther City fees, ,ncluding water/wastewater meter fees and tap fees as required by City. A-24 Surety Bonds Paragrap~ two (2) fol tows: S. ct i.,n ')-] 4 of the General Provisions is changed to read as "Nc 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 pdyment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company Sha provide certification satisfactory to the City Attorney that the Sur Iy Company ha reinsured the portion of the bond amount that exceeds ren percent (10% of the Surety Company's capital and surplus with reinsurer(si authorized to do business in the State of Texas. The amount of 'he bOCld reins ,red by any reinsurer may not exceed ten percent (10%) of he reinsurer' capital and surplus. For purposes of this section, 1 he amount of all !>wed capital and surpl us will be verified through the State Board of Insurance as o[ the date of the last annual statutory tLn,Hicial statemefit of the Surety Company or reinsurer authorized and adIn! tted to do f,lsiness in the State of Texas. The Surety shall deSIgnate an 3'Jent who is a resident of Nueces County, Texas. Each bond miJst be executed by the Cont ractor and the Surety. For contracts in excess of SlOO,OOO the bond must be executed by a Surety company that is cer' ified by the United States Secretary of the Treasury or must obtain TPir:surance for any liability ill excess of $100,000 from a reinsurer that is . ertified by the United States Secretary of the Treasury and that mee! saIl the abc:ve requ i rement s. Th~~ insurer or reinsurer must be IJSicld in U1P Federal Reqister as holdinq certificates of authority on the Jdte t he bond '.vas ] ssued _ " A-25 Sales Tax Exemption (NOT USED) beeH Ofi--B 6 22 , -----'I'ilif- --&J+efllf*-:H:ffi--p r 0 v i ~ ion, --t s -d€ let cd .--i-n i t ~ cn t ire t y .::md the ~ollm:ing embet i-t-ti-t-ed in li(:u t.lTeF€+B'-. Section A - SP (Revised 9/18/00) Page 15 of 30 ~~5 -f.e.r-~V€ffttc'Rtc-s ffi--r-ea-l-- property ,)....Jrdcd by thc City of Corpus Chrioti ~ n-&lc- ~u-a+i-f.y--f0f eHLffipt~ of [.:liCD, El{cioc, Jnd Use T.:111CO unlc:JD the Contr;1ctor CICct" f-B opc~-,)tC-Bfl-€l.e-r-a--ocp,)rJted contr;1ct ;10 defined by Section 3.291 of Ch;1pter ~u~BR-B-f---'f.t-t--f.e--.~1+, Public FinJ:lce of. thc TC1(;1S .1\,dminiotr:lth-c-Geee-.,- &I'--tttH* o-t:--A-e-r-rUlc.; u-F----F<~l,)t ions- JS I!lJj' be-'.proffiulg;1ted by the Comptroller of P-uB-l.ci~ee-ttft{ 5- -e4---- T€-7< ,}5-,. +.f-+-fl.e-..--{-"~'-ae-E-BT-+>lect:o to Bf7e-f'-aE-e under .:1 ,~ep;1r:lted contr;1ct, he :Jh;1ll: ~- -Gb-l"3c~'l-e'ftf.-"'"-<'e-sS'a-f-Y- ~-- ~f>e~froffi the St.:ltc COfflptrollcr. r-..... H:k:ntify :.n ~ dwropri.:1tc Jp:lCC ---efl--.t--A-e--."St.:ltefficnt of ~1.:1teri.:1ls .:lnd Other (:harges"-i-fr.-+he- P~--f-B-rflr----t-A-e--~ of ffiJteri.:ll:J physic:lll]' incorporJtcd ; fl-t -B.-Hte-- -P F--ejf-et--, . -iJ-F-f-,,f---t-€le----I'€-5-a+t --ef f'-E--i.4 - 1 e ,) t e ::; to::; up P 1 i e r ::.... 4-,- .--fLF.e-"---i4e-- t-.fle-..Gi-t-y-w--i--t-h-~i-es-'of ffi.:1tcriJl---i-fl..voicc:J to oub:JtJnti.J.tc the propos.J.l -Ifill H<; 0 f Ill,) t -e++a--l " . f..f-..t.h.e..-{;e-fl-~--F--a€W-F' OOe-s---fte--t-clect ffi operJte under 0 sepJrotcd controct, he H\UGt p.JY for .:11l ;'";a-l-e-G-,-- ~>€-r ---aR-El-- Use T.JJ(eD Jpplicabl-e-to this Proj ect. :~ubcontr.)ctors a-F~- elj gibl e for-.s--ale::; t.Jl{ el(efllptions if the Gubcontr;1ctor ;11so complies willi ---HTe--- --a-OO-Ye--- --F-ef.Jffircl!lent::;. The Contr;1ctor flIu:Jt i:JGue J resJlc certifl-€-rlt--e--4:-e.--t-fie-subcont-r;1:;tor and the soocontr.Jctor, in turn, iosuc::; J resJlc f-7f'-i'4" l-Fl.ed-t ~- -f--e- -ft-l--S-~ tlpf"H-e+ . A-26 Supplemental Insurance Requirements '""nr each cnSUJi.lnce co-:erage provided In "ontra(:t, the Contract,," sha}', obtain an ::'cO]l':Y, siqned by the insurer, stating: accordance endorsement with Section B-6-11 of the to the applicable insurance In 'e event at cdnceilation or material change that reduces or restricts the i'lsurance aftordec by this coverage part, each insurer covenants to mail prior witten nO(lee of canceli51..!:Lon or ma.!~.!:~~.:!...change to: 1, Name: -":it",- at Corpus Christi Engineering Services Department Attn: Contract Administrator 2.lI.cJdre s: 9.0. Box 9277 ~orpus Christi, Texas 78469-9277 3. Numbe 0 f days advance not i ce :jO "'he Cont.rlctor shall pr(l\fjde to the City Engineer the signed endorsements, or copies 'hereof certified by the insurer, within thirty (30) calendar days ~fter the date he ity engineer reque ts ,hat the Contractor sign the Contract documents_ \/ilthin h Ity (30) c"lerdar days aiLer the daU~ the City Engineer requests that the - ".tracto' s1.grl Lite Contract documents, the Contractor 5hall provide the City Fngineer wIth a cel"tifj :ate oi insurance cCl"tlfying that the Contractor provides ,vorker' 'ompensat ion I nsurance coverage for all employees of the Contractor -mployed the Proj,'ct jes(rib(~d in the Contract. ~Jt each ,:lsUri.1flU~'OV" caC-J' prov lCled j n dcc:crdance with Section B-6-11 of the ontr ac;, rhe C")nt I'a 'to I shall obla i n an endorsement to the applicable insurance 'i()licy, S.: qned t,y the irsurer, ,;tot ing that the City is an additional insured under he insllr";lce pedley. ille City need not be named as additional insured on Worker's ompensatlon coveragl Section A - SP (Revised 9/18/00) Page 16 of 30 For contractual liabilJty insurance coverage obtained in accordance with Section B- 6 11 (a) of the Contract, the Contractor shall obtain an endorsement to this ~overage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract The foregoing indemnity shall apply except if such injury, death o:r damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder A-27 Responsibility for Damage Claims Paragraph (a) General Giability of Section B-6-11 of the General provisions is amended to include: Contractor must provide Builder's Risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's risk coverage must be an "All Riskn form. Contractor must pay all costs necessary to procure such builder's risk insurance coverage, including any deductible. The City must be named additional insured on any policies providing such inourance coverage. A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1 Whether any liens have been filed against bidder for either failure to pay for services or materIals supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. ~ bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer'S request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Fie~d Administration Staff rhe Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City E:ngineer The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in the day-to-day field management and oversight of projects of a similar size and complexity to this ,Project. This experience must include, but not necessarily limited~~, scheduling of manpower and materials, structural steel erection, Section A - SP (Revised 9/16/00) Page 17 of 30 md';onry, sutlmi L tal ('1 ;e-olt sdfety coordlnaLlon of suhcontractors, and familiarity with the praces , fedecal and state wage rate requirements, and City contract :: L)CeC!lres. ['he Sclf'd iJlt",n2-el2!c sh'~Lt:>~ E!es~Il!!_~or) .J}lE' :0b__si te, at all times that work is tl~ln9 EerformE;~, Foreman, 11 util ,zed, shall have at least five (5) years recent experience in Sir.Tl.".liJ.~~or~ and ~_e2~~'.:l.~ji!late to the~':P.er~ntenden~ ~'orema~ ::.annoL..dct as ~_~Fin!-~I29~flt witbco~~.E:!::ior written approval from the City. ~)ocum(;nt ition ,;u[\cernJng these requirements will be reviewed by the City Engineer. The C'lDtractor's field administration staff, and any subsequent substitutions or rep1..aCelTients theret'l, 'nust be approved by the City Engineer in writing prior to such super nt endent !;[ torE'man as~umj ng responsibJ lities on the Project. den Air 'ten dppro"dl '.>1. : lC d a::lministratlcn staff is a prerequisite to the City t';ngineeI s obJ igat j on 0 execute a contract for this Project. If such approval is not obtaLned, thE awald may bE, rescinded. Further, such written approval is also necessar i priJ,r to a change en field a::lministration staff during the term of this Cant Iact If the ',:on! raC'or fails to obtain prior wri tten approval of the City Enginee1 concerning aL'{ substitutions or replacements in its field administration staff fOI this Project dur.ng the Lerm of the Contract, such a failure constitutes a CaS1S tc ~nnul the ~ontract pursuant to sectIon B-7-]3. A-30 Amended "Consideration of Contract" Requirements Jndel "C",neral Prov is i)nS and Requirements for Municipal Construction Contracts" Section ['3-1 Consi(f!::.ra~ion_of Contr.act add the following text: v'llthin i ve (5) workI clg day', following the publ i.c opening and reading of the Froposal , the three (!) apparent lowest bidders (based on the Base Bid only) must lubmit t the ity Fnq :1eer the foJlowing information: st of the 'Tla] '1 components of the work; I\ st of the prcducts t be incorporated into the Project; i\ o"hedule of vaLues which specifies estimates of the cost for each major com!"onent of ~.he "Jork A. s, hedule of ant, cipated mont h ly payments [or the Project duration. The names and ddaresses af MBE firms that will participate in the Contract, al.ong with a descript iOI' of the work and dollar amount for each firm; and s'lb' antidtion, either through appropriate certifications by federal agencies or iigned affida\:its from the MBE firms, that such MBE firms meet the guidelines contained her~in, Similar substantiation will be required if the ConI I actor is an MBF:. I f the responses do not clearly show that MBE [idrl] cipaLion wi I Inc,et the requiremer;ts dbove, the bidder must clearly d~m' 'rlstrat P, t,- tt"e satistact ](1!1 of the CLty Engineer, that a good faith effort r'dS in I a,et, be n made tJ meet said requi rement s but that meeting such r"qLLrements I~ nlt reascnabJy possible, A lJoL of c>ubC(,ntl dcters that v.'ill be working on the Project. This list may conti in mop, than one subcontractor [or major components of the work if the Cant raclOI has riot completed hLc evaluation of which subcontractor will perform tfa ,,,'orK. Tne ity EngJneer cetains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the 'ity Engineer ,f all ~f ~ts subcontractors prior to beginning work on the Section A - SF (Revised 9/18/00) Page 18 of 30 .r Jeet. It the:ity Engineer does not approve all proposed subcontractors, it 1a reOiciwi the ontr.act awarrL n . he eJenl_ ,ha ( a :;clbcontr dctor previously listed and approved is sought to l)e substituted f r or replaced during the term of the Contract, then the City ,.:nqlneer u,t din the right to approve any substitute or re:?lacc-;'>:T' ubcontractor prior to lts participation in the Project. Such approval will not be gJven If tIe replacement of the subcontractor will result in an increase n the Contract }>rice. E'ailure of the Contractor to comply with this provision COI;stitutes d ba is upon which to annul. the Contract pursuant to Section B- -~ ; I, F. (el im ina cy pr"gress schedule indicating relati onships between the major omponenls (,f the work. The final progress schedule must be submitted to the it ! Eng neer at _he pre-construction conference; c'Ot Jmentatlcn required pursuant to the Special Provisions A-28 and A-29 ::or,,:ern i TiC] Consiaerat ions for Contract Award and Execution and the Contractor' s .ie/a Admlnistrat Lon Staff. DOCllmentatlon as cequired by Special Provision A-3S-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title (s) of individual (s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change Orders inder "G"rler a 1 PrOVl sicns cind Requirements for Municipal Construction Contracts" B- d-~?olicy_sm Extra -'..vor Js....an~hang~-.-S2rders the present text is deleted and replaced Hith the following; Contractor acknowledges that the City has no obligation to pay for any extra work for which change order has not been signed by the Director of F,ng:neering Servj:es or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contr~ctor acknowledges that any change orders in an amount in excess of $)5 OOO.OJ must a so he approved by the City Council. A-32 Amended "Execution of Contract" Requirements Jnder "GeLeral Provi SiU1S and Requirements for Municipal Construction Contracts" B- - 5 Execu, Lon of Contra :t add the followjng: The 'lward of the I Jontract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures 01 ttle City Manager, City Secretary, and City Attorney, or their authorized deslqnees. Contra::tar 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 C()nt dct, ur,t.i 1 tt>, da tE, the City Engineer delivers the signed Contracts to the Cont r act or A- 33 Condi tions of Work 3ch biddc' ompl.et io: bJiqatlor> ttend the r must fdrnil,arize himself fully with the conditions relating to the of r:he Proj"ct. F'ai ILl! (2 to do so will not excuse a bidder of his to carry out the provisions of this Contract. Contractor is reminded to Pre-Bid Meeting referred to in Special Provision A-I. Section A - SP (Revised 9/18/00) Page 19 of 30 A-34 Precedence of Contract Documents n case c:f c:cni I iet 1'1 the Contract documents, first precedence will be given to addeuJa issued during the biddinq phase of the Project, second precedence will be jiven t the Special Provisions, third precedence will be given to the construction plans, luurth preced{'nce wi Ll be given to the Standard Specifications and the Seneral ~rovislons will be given last precedence. In the event of a conflict between dny of tns Standard Specifications with any other referenced specifications, such as 'he Texas Department (of Public Transportation Standard Specifications for Highways, ,'-;treet sand Brldges,!\STM speci fications, etc.. the precedence will be given to addenc1a, Spec ,J] Prov sions ,~nd Supplernenta Special Provisions (if applicable), canst r U( lon f'} ar,s, rE fere~,ccd spec I ficat ions. Standard Specifications, and General Pr"c)vi i< }, ir t ;--.at O_t ,jer A-35 City Water Facil~ties: Special Requirements (NOT OSED) Pro- Vioitor/Contr.::tctor Orient.:!tion ~~~~n(J ....orlc ;:It :my Cll'll IJ.:Jtcr. f.::tcility, the Contr;}ctor, hiD [JUbcon:: Y,te8>F-&y-- ;:lnd e;:lch. af theirc--clflployeco muot h.::t','c on their perGon il vo.lideaffl-.-certifying ttte-icr prior .::tttend.:mcc LIt .::t Visitor/Contr.:lctor SLlfctY~nt.:ltion -Proqr.:!1fI conducted by the City Water Dep.:lrtment Pcr:Jonne1. A-----\Li-.sitor/Contr.:lctor S.:lfety Oricnt.:ltion Progrum I.-ill bc offered b~mthorized City W.:1tcr Dcp.:lrtlflent perGonnel for thODe peroono wfle-.-4e~-~ ouch 0. card, .:lnd I:ho deGire to perform .::tn'll tmrl( \:ithin any-- Ci ty ~f--fae+-l-i{:--y.-.-F&F-- .::tddi ticmal infarm:ltian refer to Attachmont ] k..._ ~on of City Owned Equipacnt ~ Contract~~l~u~t, operate, or atop any pWBp, moter, ".-alve, e~ipBlcnt,---swi.tch, breaker, eeAtrol,~ or any other itClll related to Ci.ty ~r---fncility at ;:my tille. I'.11---5-H-eh--- itemo Blust be opcr.::ttcd by an opcr.:1tor -e-F-.othcr .:luthorized m;}intcn.:Jncc employee of the City W:lter ~-Hl\ef+tco { -~otcctiefl. of Water Quality Thc'::ity -fffil-5-t. dcliv~Wtlt~F of drinking quality to itG cuotomcra :It .:111 H-rne-s-...----'I'..fte-,:ontract-.er Clho.ll protect the qU:llity of the \:.:1ter in the job ~-rtfl4.-strrJH-- +:oordinttt:c ita Hor-*- l:ith the City W.:ltcr Dopnrtmcnt to protCc-E--t4't€-..J".a+ci.~ of thc;- Wd~ -b-,- Coaformi ty with .\NSI/NSF St-aftaard ~ M+- -ffiatxF-i-a~-- tlflti--~pmcnt u:Jcd lo----Hre- rcp.:lir, rCJ~~cRlbly, t-l"-an~;port.:Jtion, rClr..st :lll;Jtion, ..:lnd inspection of pUHtpO, or ;)ny other :i:-t-em&,-~ ~into coRtaet I.ith pot.:Jble- './.J.ter, l!Iuat conform to A1Rcrlcdfl---Nat Lon:11 8tandQr-es InJt-Hutc/N;J~ S;Jni t.::ltion Foundation -t-AN&=f.f-N.&F.+ -&I~lcRi- .t>-l-as dcocriBe4-lli--t.flc Et.::lndil~cific.:ltion3. Seeft.. ---maeeriala 1ncluoo. ttlcl sol vcn~ cleaners, lubricanta, gaskets, thread compounds, contiA~s, or hydraulic equipment. ~sc items must not Be~- unleas they confona with .'\NSI/NSF St,anelard 61 and lUlless each i-t:ems-~~~speet.ee-e& the site by authorieed City perseanel i_ediately ~_.-tc&~, The ConlrcH~fH ohJll 1*B-V4.ee thc EnginCCF-+rH:-fl--copicD of I.-rittcn proof of AN&It'NSF~4affi~ ~v:ll for Jl}-iIlatcriala Hhich could come into '~e{---~ f~b+e ..iJtcr. Section A - SP (Revised 9/1B/OO) Page 20 of 30 ~ Hancll.iag -aftd-I}i~po3al of Trash M+ tr.:l::3h ~r.:lted by-4=-fle-~r~or or hi::; employeeo, .:lgento, or oL:beontraetors-,-- fftt!-5-t---Be- eont.:lined .:It .:lll timeD .:It the ....:Iter f.:lcility ~-~i-f*f---'tr.:loh I..ill not be .:lllo\led. The Contr.:lctor .::;h.:lll keep HorJ( .:lre.:u cle.:ln a+--al-l- -t+me-s- .Jnd rCHlo'.re ,:111 tr.:l::;h- d;:}ily. CONTR~CTOR'S ON SITE PRE~~TION ~ Contr.:lctor'. peroonncl- ~~.'-,----or I..hi t e . and iadi.idual employee ff1uot IIC.:lr colored uniform over;:}llD other than Eaeh e.p1oyee uniform must p~:idc company Bame idEmtifica~ f-~ ~-sfl.a.ll pro'.ride tclephoneo for Contr.::lctor peroofincl. P1aftt tc1ephoftC9 are not a.ailablc for Cofttractor use. ---WorJong hour-&-w-1l+---ee-=i: 00 1',.P1. to 5: 00 P-.PL, Hond;)y thru Frid;)y. f--;- Contr;)ctor ffiUOt fltTE-- u-se- ;:}ny City facility reotroOHIG. Contr.:lctor mUGt provide--BWft 5a-fHcr.:lry f.Jcilitico. - ---A--l4-~.:lctor ~-e-l-e-s-Iffl:t-St'~lced .Jt de::;ign.:ltcd Dire, .:l0 dcoign.:ltcd by City \'o'.:ltC'T Dcp.Jr-t-ffie-fl--E :Jt.::lff. All Contr.::lctor vehicle.::; lfIuot bc clearly l.::lbelcd Hi--Htu--e-omp;:my n.:lHlC __ No priv.::ltc employee '.chicles .::lrc .:1llo\lcd .:It O. N. Steven::; W;)ter Trc;)tlflcnt Pl.::lnt~--l--peroannel muat be in compilny VChlcle::; -- Du~ I..orking h~~c;ontr;:}etor employeeo muot not le;)'"e the deoi gn;Jt ed c;eft5--t-r~ i-{}fi---ttreQ nor II.:loder throl:lgh ,:my bui lding.:J other th.:ln -f-e-F---re<'ftl-iF€+4-we-r* ~ .::lO directed by City W,"1ter Dep;)rtment peraonnel ffi:rrHtq--emergc~~.:lcu.:ltion . K,- - ~~~~~_LJ,..!.2 <::~~o~____SCl\Dl'. __LS~ISORY CONTROL l'~lD Dl\.Tl'. ~c:gUI ~..!'!:_l~ ARy-~-~ -t:-fle-- eomputcE---bas€€l- monitoring .:lnd control ay::;tem HlUOt be performed onl-y---b-y-~-t-:l-i-f--i-e4 technicQl .:Jnd :;uperT:iaory per::;onflcl, .::l.:J dctermincci--br---!fl€-e-t-i-ng the qU.:llifie.:ltion::; l----- thru 9 belo\... Thio 'dork includes, ---bu~5-------f-l&t- limited -E-e," modifie.:ltiono, .:ldditiono, chQnge::;, Gel eet iono, furni~,-----f-HsE-a-H.i-FHf-,-- connecting, progr.Jmming, cU3tomizing, debugging, c..'dB-h-ra--ting, or pl;:}cing in oper.:Jtion Qll hQrdHQro ,:md/or ooft'.,'.:lrc Sf*'c-io-'f4-e4-~H'-fe.quired by t-he-se opeeifiC.Jtiono. The Contractor Or---fH--s-SUheBfttr.:lctor propooing to perform the SCl\.DI\. I:ork Iffi::tS-i:- ---B€---a--Bl-e t-&-(!emf~ ;J t e the f 011 01: in g : ~ --He i.; regul.:lrly c~---i-fJ- the computer b.J.:Jed monitoring .:lnd control oyotem--e-tisineo.:J,""f*"Cfer.:lbly aG .:lpplied to the municip.:ll wa-t:-e-F -afl€l \/;:}::;tel:.:lt-cr indu::;try-.- ~--- -----He--~; perfoFtft€-G---wB-Fk on ::;yatemo of comp;:}r.::lble oize, type, .:lnd ~~~y-as-required in thio Contr.Jct on ;:}t le;:}ot thrce prior f7F-B-j--f;+ '-tcs-" ~ - --He----ft.a~; been .Jet i'vcly eng;:}qed.in the type of llOrI( opecified hcrein fur--a-t. lcaot -c~- ye-dF-tr.- ~. ---H€--e-IRF1--o-ys---a-~~ered L'roteooion;:Il Engineer, 0 Control SyotcHlo E-Rqincer,&f=-.-ctft ELeetric.:Jl~neer to ::;uper'li::;e or perform the 'rffl-:F-k-+equired---B--y- +fl-i--s-~ f iC.:lt ion::;. ~ ------H-e- cmploy-&-- ~~ncl on thio Proj ec1=-- I:ho h;:}7e oueccoofully {~(.t-e€i- .:l lfIonuf:lcturcr' o-t-FQining courae in configuring ;)nd _l.mplellcntlng -t-fle--:;pccif:i-e--computcr::;, RTUS I G, .)nd Gattllore propo.:Jcd ~~--i3--e-l'--. ~---He--.-ffi&~ffis--,'l- perm.:Jncnt, tul-l--y----st;-a-Hed Qnd equipped ocrvice -f-a.erl.1 t'-y- --w+t--ft:i-R---4-m}..-f!l-i-l-es . &f the P TO j e ct 0 i t e tom.) in t.J in , repo ir , e;) 1 i b r .::l t c , --+H Hi-p-n:>g-F-a-IR---t he :J Y:J t e!ll35!3€-€-i-t: i c d herein. Section A - SP (Revised 9/18/00) Page 21 of 30 +. ~-- - -Ht--- s-ftaclc-furni:Jh equipRlent - '..hich iD the product of one Hta-fl-u-f-a-e-t-,ttrer to~ the mil-){~iRluffi pr.::lctic.:ll eHtent. ~'lhere thiD i:J not pr.:l:;tic.:ll,~---a++-----{~~pmeR-t of .) gi\ren type '.Iill be the product of: ftfl-e. -fllafiUF--a-f;f,-crE~- 8-,-.-- ~-'F---flcrforffi.:mce'.:1t the D. ---N-.. StcveflD W.:1ter Tre.:1tmcnt Pl.)nt Ilill be--b-se4n--ffi-~u.)ting \lhich Contr.::lctor or oubcontr.::letor progr.::lffi3 ~ TteW---we-F-k--- f-e-F-~t hi :J r r 0 j~ ~. -- - --+he---Con L r':lC'.tEHc- :Jh.::lll produce .::11.:. fill ed out progr.::llllHling blooJ(:J re~-Htle&-+e--sho'" the proqralllHling .:18 needed .::Ind required, to .:1de tfte-s-e---t~w :::yotem:J ~ eJ[i3ting Cit')r CC.".DA oyotem. 1'.tt.)ched is .)n ~ll.:1mplc--e--f----4c--flc required progr;]ffifl\ing bloeJw './hich the City F-equi-re-s-t-H--Be-f illed in ;]nd gi 'Jen to the City Engineer '.lith .::l11- ~'~~~ing the progr.:lffiflling ph.:1oe. The .::ltt;]ehed ohect is dn-e~l-e---aOO--f:->.r---not intended to ohOl. ;]11 of the required :::;heetD. ~ '~ont r;]ctor wi-II provide .:1_II_E~9~')ffifl\ing b1ecJw uDed. T~rlc::h~~.~~~emc::'*~ A-.f+ +rcnching for thi:J !*-e-j-ee-E--.3-t--t.fie-.--G.---N-.--&tcvcnD W.:1ter Tre;]tment Plant s~be per formed --~'.:1 b.:1ckhoe -e-f.-f1.:1nd digging due to the number of eHiot ing~"f!~~ucti on::.! ,- N&-trenching m.:1chinco 011.:111 bc .::lllo',led eft--8--te-p-r ej-<-'€-t.-o- A-36 Other Submittals ;:>hop Draw~ubn~ittill: The Contractor shall follow the procedure outlined below when processing Shop Drawing subml. t tiJ 1 s: Quant.Lty: i ontLac'~or shall submlt number required by the City to the City Engineer or his (jesignated representative. The Engineer will retain six sets (SEven if clcctri.cal) for distribution to City staff, inspector and Enginee:' s i ile. Contractor shall submit the additional number reqUITed lor retJrn for his files, manufacturers, sub-contractors, etc. Rcproducioles; also submit Joe Lo addition to the required copies, the Contractor shall 1) reproducible transparency for all shop drawings. Submittal Tlansmittal E'orms: Contractor shall use the Submittal Transmi ttdl ,"orm attached at the end of this Section; and sequentially number each trarlsmittaJ form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, Ihe Subcontractor or supplier; pertinent Drawing sheet and detall ;lUmber (s) a:ld specificatIon Section number, as appropriate, on each subml tt fcnn () COIlt aector's St-:im[J: Contractor must apply Contractor's stamp, 3ppropriatel~ ~; gned 01 ini t i d J ed, which certifies that review, verif1.cat i on of Products required, field dimensions, adjacent :onst nJCt i on work, and coordination of j nformation, is all in accordance .-.Ii th the reqL Lrement S (If the Project and Contract documents. e ;cheouJing: ontractoI must schedule the Pro-jeet, 3nd JelJvcr to the City Enqineer '-he submissic I of related items. submittals to expedite the for approval, and coordi~ate f Marki ng: '~on' ract::n must mark each copy to identify applicable products, models, aptior,s, and other data. Supplement manufacturers' standard data to provide informdtion un que to this Project. q, '!ariations; Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be JetrimentaJ t successful performance of the completed work. h. "pace Hequi rentents; Contractor must provide adequate space for Contractor :md Engineer evipw<;tampE' on all submittal forms. Section A - SP (Revised 9/18/00) Page 22 of 30 Resubmittal ; C'-mtractor must rev;se and resubmit submittals as required by C:cty Ew;ineerlrld ,~learly ldeiltify all changes made since previous 5 ubm] t taL. I. Distrlbutio,,; Contr-dctor must distribute copies of reviewed submittals to subcontract ,rs ,md suppl iers and instruct subcontractors and suppliers to prcrnpt 1'1 r "port, thru Cant racl:.:>[, any i nabili ty to comply with provisio:ls. 3ample~; The Cor tractor mus '3ubmit samples of finishes from the full range of manufacturers's andard colors, textures, and patterns for City Engineer's ';e ection. Test an.s:! _~e.1>al ~Fepor..!. When specIfied iT the Technical Specifications Section, Contractor must submit three (3) copies If all shop test data, and repair report. and allan-site test dat a withul the ~;pecj fied time to the Ci ty Engineer for approval. Otherwise, tb5.o re1:at_e~.~~~:pmen~ ..wiLl not be ~.1>!_<)ved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" 'inder "General Provisiu!1s and Requirements for Municipal Construction Contracts", B- - -:1.5~rrClngement _~nd.r::-h~fo!:...Water Furnished by th~c:lli. add the following: "Th, Contractor mus :omply wi th the City ot Corpus Christi' s Water 'OfJ'lervat ion dnd Drought Cunt ingency "Ian as amended (the "Plan"). This 1 no udes implemerlting water: conservation measures established for changing ondI tions. The' ity Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site 'hroughout r:onstruction." A-38 Worker's Com nsation Covera e for Buildin Government Entities or Construction Pro' ects for rje ce(Iujremen+'~3 ()( "N ,tic~} "his Specldl Provjsl;)n. ) C u [: l~ r d C tor s 8'" are incorporated by reference in A-39 Certificate of Occupancy and Final Acceptance lhe LSsuance of a cert ficate of occupancy for improvements does not constitute nal acceptance of the improvements under General Provision 8-8-9. A-40 Amendment to Sect~on B-8-6; Partial Estimates ;eneral Pr-ovisions and {equIrements for MuniCIpal Construction Contracts Section B- ..6; Part i dl Estimates is amended to provide t hat approximate estimates from which uartJal payments will he calculated will not include the net invoice value of cceptablf, non-perishable materials delivered to the Project worksite unless the '::;ntracto[ provides thF City Engineer with documents. satisfactory to the City "~lgirJeer, chat show thdt the material suppJier has been paid for the materials livered ~o the Proiec workslte. A-41 Ozone Advisory r-Imlng and hot -mix pavi ng operat ions must not be conducted on days for which an zone advisory has been issued, except tor repairs. The City Engineer will notify ontrac1.or about ozone dlert. j f d delay such as t.his is experienced, the day will not be counted as a WOf k day-,:~-tfie. Contrtie~ lIill bccompcnD~tcd ~t the unit r-ricc iTldl~-i-fl'.Ehe-propoG~J, Section A - SP (Revised 9/18/00) Page 23 of 30 A-42 OSHA Rules & Regulations It is the responsltJil ty "f the Contractor (s) to adhere to all applicable OSHA rules and reglllat10n~ whllF performing any and all City~related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Unde "(;eneral Provis Ions amI Req~Ji rements for 6-21 Indemnification & Hold Harmless, text foil(lwir;q-rs-subst ft\Jtea-irlTieIJthereof: Municipal Construction Contracts" B- I:; deleted in its entirety and the Hi'" Contractor ,-,'1all held the City, iLo officials, employees, attorneys, and aqents '1armless anD shall i ndemni fy [he City, its officials, employees, at t -}r!1eys, and aients [t-om any and all damages, injury or liability whatsoever fr,m an a'_ot-r ,mission of the contractor, or any subcontractor, supplier, Jla:prialman, '-,r he_it ollir'iaIs, employees, agents, or consultants, or any work done under the c 'nt ract or in connect i on therewith by the contractor, or any su(;contractor, S ipplier, materialman, or their officlals, employees, agents, or consultants_ The contractor s-,a]l 3gents harmless and Itl~rneys, and agents tr;':T, a neg1igen; ac ~tIDrneys, and agents 'If '-he cllntla'-lo', OJ hoLd the City, its officials, employees, attorneys, and shall lndemnify the City, its officials, employees, from any and all damages, injury, or liability whatsoever or omission of the city, its officials, employees, that directly or indirectly causes injury to an employee any subcontractor. supplier or materialman. A-44 Change Orders Should a ;:hange orderl~) be required by the engineer, Contractor shall furnish the engIneer ,1 complete brpakduwn as to all prices charged for work of the change order (unit pr c:es, hourly r"res, subncor.tractor's costs and breakdowns, cost of materials 3nd equiF,menr, ;,,;age ra' es, et '.). This breakdown Lnfarmation shall be submitted by ;ontract0I as I bas1S lor the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00 a) Cont ractor shal make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of aLl facilities. b) Upon complet on it "ach facility, U-w Contractor shall furnish Owner with one set of jirccl prints, marked with red pencil, to show as-built dimensions a ,d locations of all work constructed. As a minimum, the final drawings -;ha! 1 i nc tude ! hE' following: (1 Hori;,mtol -iDd vF3rtical dimensions due to substitutions/field '_'hanges. (2) Chanqes i equipment and dimensions due to substitutions. (3) "Nameolat(''' data eJl] all installed equipment. (4) Delet ons, additions, and changes to scope of work. (5) Any other changes made. (6) Horizontal and vertical dimensions of existing utilities affected, crossed or found during the construction. A-46 Disposal of Highly Chlorinated water (7/5/00) he ContL1ctor shall bE responsibJ e for the disposal of water used for testing, !lsinfectlon and line flushing in an approved manner. Contaminants in the water, FarticuLa! ly hiqh level~ of::hIorine, will be used for disinfection, and may exceed 'rlE" permissible Ilmits for discharge into wetlands or environmentally sensitive reas. These are regula1 ed by numerous agencie:,; such as TCEQ, EPA, etc. It will be "he Contr", tor's respon:;ibi lity to comply WIth the requirements of all regulatory igencLes ~ the disposa of all water used in the pruject_ The methods of disposal ~kd.l be ,--,bmit <:cd t the (ity tn, approval. There shal.l be no separate pay for Section A - SP (Revised 9/18/00) Page 24 of 30 ji.,.posal of hLghly ch orinated water. Contractor shall not use the City's sanitary ;e."er s'stem for disp1sal of contaminated water, A-47 Pre-Construction Exploratory Excavations (7/5/00) ~rlor t" any construct ion whatever on the project, Contractor shall Upot-hole" or excavatp and expose all existing utilities of the project that cross the proposed oox culverts and Contractor shall survey the exact vertical and horizontal location )f earh :rossinq and potentially conflicting box culverts. "or exi"ting lLiLitie which parallel and are within ten feet (10') of proposed p.lpellnf'~ of the prc) ject, Contractor shall excavate and expose said exiting pipelInes at d maXlmurn of 300-feet a.c. and Contractor shall survey the accurate nor zont d 1 and vert i Cd I Inca' ions of said parallel pipelines at 300-feet maximum C Cortract r shall then prepare d ndicating the Owner 01 utilities <;tation thereof, distance to the existing utilities. report and submit it to the City for approval excavated and surveyed, as well as the approximate pavement centerline and elevations of the top of Fxploratcry excavatlor ~ shal~ be subsidiary to the box culvert cost. Contractor 'ihall pI c)vide d l] his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires III~) I 00) '~olltract r shall comply with all OSHA safety requirements with regard to proximity f construction equipmE'nt beneath overhead electrical wires. There are many overhead ~ires crossing cne construction route and along the construction route. Contractor shall ~se all due diligence, precautions, etc., to ensure that adequate safety is orovided for all of h:s employees and operators of equipment and with regard to ~nsl]ring that no damagp to existing overhead eLectrical wires or facilities occurs. :;ntract( r :;hall coorcilnate his work with AEP/CP&L and inform AEP/CP&L of his . )[)Citnlct1on schedule "lith rcqard to said overhead lines. ~cme overhead lnes ar~ 3nall be the Contcacto . ','ga cd t ()ve rh~~ad 1 i.n~' shown In the construction plans, while others 's sole, I,":,;ponsibility to provide for adequate whether shown in the plans or not. are not. It safety with A-49 Amended "Maintenance Guaranty" (8/24/00) nder "General Provi sior\s and Requirements for Municipal Construction Contracts", B- 1,.:LMai.iltenanc~~J,1_~rant}::, add the fo llowing: "The Contractof' s guarantee is a separate, additional remedy avail.able to benefit the City cf Corpus Christi. Neither the guarantee nor expiration of the guardntee period WLIl oper3te to reduce, release, or relinquish any rights or remedies availabll to the CIty of Corpus Christi for any claims or causes of a'"'t "n ago i Ilc't the Cont ractor Of any other individual or entity. n A-50 Technical Special Provisions he requirements of "Tehnical SpecIal Provisions" are incorporated by reference these Special Provi.s ons A-51 Contaminated Soils f. durinq the construct lon, an area is suspected of a high level of contamination, -hen the City will have the area tested. If the area proves to have a high l.evel of ontaminat ion, t hen the ('ont "actor shall comply wi th the regulations of the TCEQ who Section A - SP (Revised 9/18/00) Page 25 of 30 has j'-,risdi::tion cuncerning policies as to the reuse of this material, the Contrac'_or shall follow -he following procedures: rv1Jt:erlc.~ Reuse Excavated materIal that contains indications of elevated >vels of contc,mination may be utilized as backfill for excavations, up to 24" rom the sdrfdce of the flnished grade. It will be the Contractor's responsibility '0 incorporate as much as possible of the contaminated material to the backfill. Clean material wi"h no indication of contamination shall L~ used with the top 24" c;f the trench. All materials used for the backfill f excavations c:halL aLso conform to the trench embedment section shown on the ( "lstrLetlon dldwir,qs. ), (-n-Site St ockpi 1es: Excess material from excavatlon, whether non-contaminated ' r contamInated Wlt h dny detectable concentration of contaminants, shall be h1ndled in such a WilY as to prevent run-on, runoff" and infiltration of ( mtamJnation teom preclplLatlon. Contaminated stockpiles shall be underlain t't plastlc, 'dith a :lean-so'cl berm covered with plastic around the perimeter. T'k~ contaminat,_'d stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of c'l stockpile "reas shall he the responsibility of t_he Contractor. [ sposal of EXC2SS Non~Contamlnated 5011: The balance of any non-contaminated s; 1 not Jsed n backfill, shall become the property of the Contractor and sr'dll be hauled off cHId d i .";posed of by the Contractor at the designated d sposa I sit ,- Di posal t CU!ltamlnated :3011: ALL costs associated with excavating c( ,taminated SOlI, transpoJ'ting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning Uf the project sLte after the contaminated soil is removed shall be paid for by the cubic yarl as measured by the City Inspector. Excess contaminated soil wi be transpor!ed by the Contractor t a safe disposal area to be designated by !he City. O::.-iA 'ira lninq ;lontracto1' shall be responsible for providing proper OSHA h22drdous waste training that is required for construction personnel working If :ontaminated 1reas. A-52 Fences ld 1 exist Lng t E'nees a: fected by the work shall be maintained by Contractor until 'ompletiun of the work Fences which interfere with construction operations shall not be 1','10cated o~ dlsmanLled until written permission is obtained from the owner f the fence, and the period the fence may be left relocated or dismantled has been Jgrced upon. Where fences must be maintained across the construction easement, Idequate gates shall be installed. Gates shall be kept closed and locked at all lmes Wr-'-'fl no'_ n US('. On ::ompletion of '_he work across any tract of land, 'ont[actcr shaLL resto:e al t fences to their original or to a better condition and their origJnal iocitions. There shall be no separate payment for removal, ".c~placpmt'nt or repillrs to exi,'ting fences. A-53 Protection of Public and Private Property 'ont ractc sha 11 protect, shore, brace, support, and maintain all underground pipes, 'nnduits, drains, and ether underground construction uncovered or otherwise affected y hIS ccnstructlon op~rations. All pavement, surfacing, driveways, curbs, walks, :_lijlcjing~ utillty POlE quy wires, fences, dnd other surface structures affected y constr,,('t ion opercltims, tOejether with all sod and shrubs in yards, parkways, and 'l1edian,:" ;nall be restc.red to their original 'ondition, whether within or outside he casement. All repldcemcnts shall be made with new materials. Section A - SP (Revised 9/18/00) Page 26 of 30 NG tfi'e: shall be removed outside the permanent easement, except where authorized by ~nuirl0el Whenever practicable, Contractor shall tunnel beneath trees in yards and I,a ki '9> when on or nPdr the line of trench. Hand excavat ion shall be employed as ieceo;:;ary to prevent lnjury to trees. Trees left standing shall be adequately ;nctei:tf,-j aga nst damage from ccnst ruction operati oos. an'.Tact)[ shaJ he cesponsible for all damage to streets, roads, highways, .shoulder;, ditches, embankments, culverts, :lridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, )r worker~; to or from the Work or any part or site thereof, '~hether tiy him or hi SUoccntractors. Contractor shall make satisfactory and ',cceptal (' arranqements with the owner of, or the agency or authority having iJl Jscic' i,on over, thC' damaged property con,::erning its repair or replacement or 'CJymert f co~t s i nCUI red in connect ion wi th the damage. f 1 rE dvalIdbl l1ydrants and.-later control for use at 0311 tLmes. valves shall be kept free from obstruction and A-54 Security C:ont ract or equipment, persons. shall be responslble for protection of the site, and all Work, materials, and existinq facilities thereon, against vandals and other unauthorized No ::laim shall be made aga Lrlst Owner by reason of any act of an employee or trespasser, and Contral:tor shall make good al~ damage to Owner's property resulting from his ~ailure to py"vide secudty measures as specified. 3ecuYJ ty measures shall be at leacot equal to those usually provided by Owner to ;)roteCt_ Lis eXisting fa,;iliries during normal operatlon, but shall also include such idditional security fencing, barricades, lightinq, and other measures as required to roree..... 'he site_ A-55 Access Roads .:on1. ,,-,actor he site as lse of a 1 shall establish and maintain temporary access roads to various parts of required to complete the Project. Such roads shall be available for the others performing work or furnishing services in connection with the Pro-iec~-_ . A-56 Parking ::ontract(;[ shall provlCle and maintain suitable parking areas for the use of all constructIon workers anei others performing work or furnishing services in connection ",ith the Project, as required to avoid any need for parking personal vehicles where hey may interfere WJth publir traffic, Owner's operations, or construction ctivitie:;. A-57 Noise Control ontractcr shall tab' reasonable measures to avoid unnecessary noise. Such measures oLal} bClppropriate fo~ the norma] ambient sound levels in the area during working riour s. II11 canst ructi un machi nery and vehicles shall be equipped with practical 3ound-rnuffJing devlces, and operated in a manner to cause the least noise consistent ,-I th effi 'ient performa;lce of t.he Work. Juring C( -lstruc;t leJ!1 ac' ivi Lie:; on or adjal':ent to occupied buildings, and when ippropria: ,~, Contractor shall ,nect screens or barriers effective in reducing noise the bUIlding and sha 1 conduct his operatiuns to avoid unnecessary noise which might interfere with th, activities of buildinq occupants. Section A - SP (Revised 9/18/00) Page 27 of 30 A-58 Dust Control C::ontract or sh" t] ,. ak.c reasonable measures to prevent unnecessary dust. Earth surface' subject to dusting shall be kept moist with water or by application of a :hemica dust suppres1~nt. When practicable, dusty materials in piles or in transit ';hall b,~ caveced'" p event blowing dust BUlldlnqs or ,)peratina facillties which may be affected adversely by dust shall be adequately protected From dust. Existing or new machinery, motors, instrument panels, ~r simildl eq ipment shall be protected by suitable dust screens. Proper rent: i . at on Sild] be nc 1 udec w th dust screens. Monthly payment will be withheld if this provision is not followed. A-59 Temporary Dra~nage Provisions Contract app i i ed ,:ha 1 b( nr shall prov de tor Jr discharged )n the Jdequate to ~revent the drainage of storm water and such water as may be site in performance of the Work. Drainage facilities damage to the Work, the site, and adjacent property. ExistlIlg drainage channels and conduits shall be cleaned. enlarged, or supplemented as neces'iary to carry...ll ncreased runoff attributable to Contractor's operations. Dikes Shd II be:onstn,ct(ed as necessary to dLvert increased runoff from entering 3djacent property (except in natural channels), to protect Owner's facilities and the Work and to direct water to drainage channels or conduits. Ponding shall be crevided s necessary to prevent downstream flooding. ~.ee aLSO re'jen i See' ,n Tl ;;;20 ,:if UE? 'I\;chnical :,pecificatiuns, Storm Water Pollution A-60 Dewatering "tllS 1: er: lS consider-ee sub-;idiary to the appropriate bid items or shall be measured ~y tne near feet c'[ trench as described in Section A-4 where dewatering is needed keep the excavation ,lry, as approved by the Engineer, and shall include all costs .n provide a dry foundation fur the proposed improvements. Storm water that enters ~,' eXCdvdrion can be pumped out as long as care LS taken to minimize solids and mud "!Jtering 'he pump Slct on dnd fJow is pumped to a location that allows for sheet '.low pLi'l to enrerin'l a storm Wdter drainage ditch or storm water inlet. An j LternCltJ;e to ',heet flow s 0 pump storm water to an area where ponding occurs ',atula, J"withc'ut leavi'lg tilt; designated work drea or by a manmade berm(s) prior to '"Titt;! i"g he storm Witer system. Sheet flow and ponding is to allow solids screening ;nd/or sct7:1iny prior '0 entering a storm water conduit or inlet. Storm water or jIoundwatp[ shall. not be discharged to private property without permission. It is he Intent that Contra( torjischarge groundwater primarily into the existing storm >Iciter c;ystem, r,rovided that the qual ity of groundwater is equal to or better than he re<:ei ln9 o;tream, t ';e Ci)rpus Christi Marina. Testing of groundwater quality is b(, per lrmed by lne :ity. at the City's cost, prior to commencing discharge and 'ld] ue p-testHi by t ,e C ty, at I he City's expense, a minimum of once a week. :>ntra to sh",j 1 ':o(,rd natf- WI th the City, on all testing. Test will also be erforrnedjs ea:h nevi a ea uf construction is started. Another option for disposal ground'vater by Contractor would include pumping to the nearest sanitary sewer Istem. f cEs:hargHlg to temporary holding tanks and trucking to a sanitary sewer wastew,,:er plant, t',e (>)3t3 for these operations shall be negotiated. Other ,J oundwati r disposal 'd t c:rni3ti ves or solut ions :nay be approved by the Engineer on a '''-" by,~ e ba; I j _ OJ JntractoJ "Jastewat el '~qui red. uw ('2 tel' l"ve': .lffiplng Cjruuf1"wat ,or . rom the trench to the sani tary sewer system, the shal ,:onlact MarK Sheil 857-1817 tu obtain a "no cost" permit from the !lept, City w 1] pay for any water quality testing or water analysis cost The ,Jermij w 11 req'lire an estimate of groundwater flow. Groundwater estin'dtp,j t luring d hule or exc'lvating a short trench then record shOtt I' ;,ft,.[" c',rnp ('':10'', allovi to sit over night, record water level Section A - SP (Revised 9/18/00) Page 28 of 30 agai n, long lt pump hole or trench dry to a holding tank or vacuum truck then record how takes to fill to original level and overnight level. A-61 Additional Time of Completion/Liquidated Damages Information Related to Completion Of Other Projects by the City The Contractor is hereby notified that time is of the essence on this project. '~urrently, the City is in the process of starting and completing other projects !"elated to the storm water drainage system related to this project (status will be provided at the Pre Bid Meeting) These other projects provide for connection of this proj ect to the out fall into t.he bay. As noted in Sectlon A-6 the working time for completion of the project shall be in 326 Calendar Days. The Contractor shall not remove plugs in existing boxes until downstream segments by others are completed and the system ready for service. In the event that the other projects have not been completed prior to the Contractor completing installation of 311 segments of this project, then the Contractor shall place construction Jperations on hoJd until said downstream system has been completed. 2alendar days will not be counted against the completion date while construction is )n hold due to downstream segment completion by others. Once the Contractor has been notified that downstream system has been completed, and that construction shall :ommence dgain, the Contractor shall re-mobilize within 5 working days (not counted against the completion date limit) at no additional cost to the City. ['he Contractor shall then proceed to complete the remainder of the utility work in a t. i mely manner, wi thin the remaining allotted calendar days. The Contractor shall ha\'e no claim for delay compensation. A-62 Windstorm Regulatory Requirements The contractor shall employ the services of a Texas Registered Professional Engineer ~:o inspect the work and submit necessary information to the Texas Department of Insurance and shall furnish the Owner a certificate of compliance for this project wi th the Texas Department of Insurance Windstorm Code. A final WPI -8 shall be provided with Closeout Documents. There shall be no separate payment made to the 10ntractor for this item, aA it shall be considered subsidiary to the project. Section A " SP (Revised 9!18!00) Page 29 of 30 PROJECT OWNER ENGINEER CONTRACTOR: SUBMITTAL DATE APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL TRANSMITTAL FORM SUBMITTAL NUMBER: - '---._. -.- ---'-'~"'-----'--'-~ SUBMITTAL -- ..,'-. - ---.._---~_.._~_.-._._- -_.._-----_._------------~ Section A - SP (Revised 9/18/00) Page 30 of 30 PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 10f2 -:;"neral [Jecisi')n Numbe TX()30C39 06/13/2003 TX39 3uperseded Genf"ral Declsior Ne, TX020039 ') tat e n' YAS Construel Ion Type HF,AVY :ountYli 5) NUECES :;AN PATRICIO HEAVY CONSTRUCTION PRo,rECT~; (1 nel udlng Sewer and Water Line ':onstr!Jcr i on and Drainage Pcoject s) Modifieal ion Number o Publication Date (16/l3/200 3 'OUNTY ( l e;, 1 NTJECES SAN PATRICIC' SUTX2052A 12/01/19b7 Rates Fringes ARPENTER~ (ExcJudinq Fe em Setting; $ 9.05 :)NCRETE } INISHER 7.56 r: LECTR I c: I MJ U.37 2.58 i ,,'\BORER';: Common Utl1ity ~.64 '1.6n .'!)I-1ER EQUI PMENT OPERATORS: Backhoe Motor Gr lder 9.2] 8.72 NELDERS Recclve rat~ prescribed for craft performing peratiDn -0 which welding is incidental. InlJsted classifications needed [or work not included within he scope ,)f the classificaUons listed may be added after lward only as provided in the labor standards contract clauses 9 CFR 5. 'i (a) (1) (i i) ) . n the listing above, the "sun designation means that rates sted under that identifier do not reflect collectively bargained wage and fringe benefit rat.ps. Other designations Indicate unions whose rotes have been determined to be i,revailing WAGE DETERMINATION APPEALS PROCESS Has there been an in tial decisJon in the matter? This can :.)e: an existing published wage determination a survey underlying a wage determination nttp://www.wdol.!:wv/wdollscafiles/davishacon/TX.Nlivh 2/0nNV;' Page 2 ofl a Waqe ind Hour DiV]: ion letter setting forth d pes] t i, 'Ion d \vage dE'~ermina~lcn matter a:::onf, rmancf3dditJ)nal ells:'; f ['ation ano ratel ruling 'n surve'r relatE'd mattfrs, inll-ral ,'ontact, including requests for summa r ies cf :3urveys, should be 'Ni t.h the Wage and Hour Regional )ffice for the area in which the survey was conducted DeCdllSf t ~'Iose Fegional)ffi..e:-; have responsibility fur the !'dvis-Eac;n survey program. if Uw response from this irntial 'ontact J not satisfactory" then the process 'jescribed in 2.) iTJd '.: ,'ituuld be f Llc\>Jed. With regard to dny other matter not yet ripe for the formal process described here, ini t ia L contact should be wi th the Branch )f Constriction Wage Determlnations Write to: Branch of Construction Wage Determinations Wage and Hour Division U S Department of Labor 200 ,'onstitution Avenue', t.!. \'1'. Wash ngton, D 20210 .,l If the' answer to th..' guest,ion in c.) is yes, then an nteresteu party (those affected by the action) can request ,".?view and reconsiderat lon f rom the Wage and Hour Administrator See 29 CFR Part L 8 ani 29 CFf< Part 7). Write to: Wage and Hour AdmJnlstrator !l.5. Department of Ldbor ZOO Constitut on Avenue, N. W. Washington. D C. 20210 The request should be al'companied by a full statement of nterested party's posi' ion and by any information (wage 'lata, pro :pet description, area prilet i ee mater! aI, ete.) requestor ,:'onsiderc. rel"vant tc the issue. the payment that the I If :.h. deci:oiorl (,f j he l\drninistraLor is not favorable, an nterested party may appeal directly to the Administrative Review Board (+'ormerly the Wagf' Appeals Board). Write to: Z\..dmin strat iv, ReView Board J. 5. DepartmE'nt of Labor 200 Constitutlon Avenue, N. W. Washington, D C. 20210 All d,','isions by th~ Administrat rve Review Board are final. END OF GENEJCAL DEe 1 S ION http://www. wdol.gov/wdollscafiles/davisbacon/TX39 .dvb R/Q/?OO'\ A G R E E MEN T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS i\GREEMENT j s entered into this 18TH day of OCTOBER, 2005, by ar between the CITY OF CORPUS CHRISTI f the County of Nueces, State of Texas, .:c,ct Lng thrcug its duly author zed City Manager, termed in the Cc),tract ()Cumen1~s a "('ity," and T & C Construction, Ltd. termed in t.he Contract Document s as "Cont ractor," upon these terms, performable in Nupces C01;nty, Texas In cnsiderat~or of the payment of $5,608,420.00 by City and other ot igatioI.s of " ' t _leY as set ("ill +- hereir, Contractor will construct and complete ertain improvements described as follows: DOWNTOWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B KINNEY ST. PUMP STATION - PROJECT NO. 2242 (TOTAL BASE BID + ADD.ALT.NO.1: $5,608,420.00) according to the a~tached Plans and Specifications in a good and wc rkmanl i ke manner t or the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insur~ance as required by the attached Contract Documents. including overseeing the entire job. The Contract Documents include tnis Agreement, the bid proposal and instructions, plans and specifications, inc uding all maps, plats, bi uepr ints, and other drawings, the Perfocmance and Payment bonds, addenda, and related documents all of whi h constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 DOWNTOWN DRAINAGE IMPROVEMENTS PHASE I PROJECT B KINNEY ST. PUMP STATION BASE BID III DESCRIPTION I' BUIl'L.".iII.t.;ullncl~, compl,tc; ln pIa If' [lEe" I ..- . - t-- _.-.~~--- --- .~~ ...._~- '. ~_._._-.- i Pump ',:t d' 1.e. dI. j Eli h, Work, _ I compj'-:2.eHI pla~per_~,s --- + t Add, 1 I \.~ Co Caslnq f()r complete 1n ---..t.- -~'-- -.--.-- - -- ~ , 4 ( i Addi t 1. \'e Co. t fJl I LF i LencH It 01 U::cased I I' I I Pier, cornpl. ,te n ~-.--- t-----+- ._. " 40 I Deduct ive e,st for SheELer , Lf : Lengt Il 01 UI::.:ased '~oncrete __..__.+.___~Pier, complfte In plaCf~ per LF I (J i " " I 4 . ; Addl t 1 una I ')st fo' Addl t lonal ,! . LV j' Lengt hot C> sed COllcret '.'. p. ier, _~__ ~__.___.. complete ..~pla(.=--.!~.::....r~~ '! 40 Dedu:tjve Crst tor :~horteI : LF I Length of Cased ConcretE'-Pier, f-----~ ~.comPlete~F~ac~'er L~' Hl43 J 8'x6' I 6'Xt Multjple Box i LF '::uIv';rt, on.[Jlete 1n place -- -- t.-- -- : 'yer '.'..~--- - _ c. I r,8 I 8'x6' Cast-ill-Place Box c-___jIFil ~~~~ V~:;,t '_ omoleti~:~).~:~e Ie I J6=. 6'x6' ,'dsi-i .PIJce Box I LF' ~ulver', om.,let." i'! I'I~IC' l-----l----- . ?e=~ ~__._____ I 1] i ,. I EA t---+- 12 il 266 Trench Saiet , c()mplete In i LF place per LF 1-J3t~o- -~- _uu__,_., '___,__ t---. --.-t L ~; i , T C "..J. Ie i( LE' t f r Pruv icllng 'onccete Piers, place per LF :'l,ddi t i unal ~oncrete place per LF l.l"dju~t campI F:x J S t , ng it l 11 t '! in pldce per EA 4" Thick Sidewalk, :ompJele III place per SF' _.~ --'---'- ---'---.---'--.. IV V UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY & UNIT PRICE IN FIGURES) t ;2.ooroo $ :l- on} 00':> '.- ----r--- f e: L/r;It.{)~() $ 'lilt & C;tlCl / 8 $ IQ 15t1~e. --. --...._- ------ /8; tJO "ltJ ::; 72t.9~ CJcJ --_._._-~~- $ ~_. 10. (l() 4tJ-;. ( $ t../t?~. t9c? ) ~------ .'.. -- -_._-- Z 2., I)C t../ f) ":. ~~ 0.. c:>t:1 - $ /3. o() {,I () -: 5Z0, 00 '. ( $ ) f~j60 - 4 '3 I!;. $ q 0 I '"'3 ClC,:)- 1> [ -z.. 00- -------J--~-~-.-"-- ?~ - $ ~'t I (c a<') ,- 1> J7L~"O' --. $ ,- (<i <1/ ISO I <RS ,; .' (<>00 L-" $ "2- . cx!.)() - , - ..~ 7...C.JX:.., - $ 1'~3D ~, 1'50;c $ '1 c;o .- PROPOSAL FORM PAGE 3 OF 10 I II BID ITEM QTY & UNIT 9 ') S1 5 C'j L":-, 1<:" "".J. " DOWNTOWN DRAINAGE IMPROVEMENTS PHASE I PROJECT B KINNEY ST. PUMP STATION BASE BID TraEfi,; :Ol pJa,=e pe [' I Utility All place per L Allowance) , III IV V UNIT PRICE BID ITEM EXTENSION ESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) ;ea! C, 'at , t Kinney L2.___ '-IDS ",$ 10 ~ lO<"~) - e 1 !J fd a,:t' per sy J ~'-'--~-"'--'---'~^'--' - , Ce,ntam: ILlt "d Soi I , - - pI ce per (''1' :So 5~ - $ ::2-, Sc!iO _""_'__'_"'__U rc) 1 , compJet p in ..- ; (0 (XV i -- $ Co ) Cc.(90 ---- -_.-_.-- J )wance, complete In : (Mandatory 40,000.00 $40,000.00 ~'-"-'_.'.~ ----~..- D TOTAL BASE BID: (BID ITEMS 1-17) $ S -6' 7 '1.. 92 D NC)TE; T abo\'e ,mit s nus- i:]clud,' all labur, materials, bailing, removal, overhead, profit, ;nsuranc" etc t,; cr Jer the finished work CJf the several kinds called for and the Owner reserVE' the [,igfl': to lilClcas or decrease the quantity of any bid item. The above quantities are approximate, nelude an a~ditional ~% ill some cases, and may vary from the final quantities. Do not tder mat.,rial ba~;ed 0; ___~Jlys':_~f:r()x~mategllC!.r...LL!~es. PROPOSAL FORM PAGE 4 OF 10 DOWNTOWN DRAINAGE IMPROVEMENTS PHASE I PROJECT B KINNEY ST. PUMP STATION ADDITIVE ALTERNATE NO. 1 EXISTING BAR SCREEN STRUCTURE DEMOLITION I I I II I~I~ 'AI V- ____ ._J_ [ III IV V UNIT PRICE BID ITEM EXTENSION )ESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) ~; ( r'E~'~L Sf r -Jet 1.11 E' compl f ~ 1 (' .L IJ place o).'i:' SGt)' .-- $ ?. 'B SC'A'J --....-1-., ----- , ___..____.__..__n ____ _.--~_.- I Exist Inq B, I u,:m) I ,1, r 1 Jrl, L!:'~~ -2::' _ TOTAL ADDITIVE ALTERNATE NO.1; $ (BID ITEM AAl-l) ;;J.(!I,C;vo' ADDITIVE ALTERNATE NO. 2 EXISTING PUMP STATION MODIFICATIONS I~-l ~:T~ -== ~ES~::TI:-- P-,H2-J , I /' EXIst If 9 PUldp St dt ICJri I LS Equipment Romova13nd Wet Wel J i F'lllinq, ::orlplete in place per -J- I LS IV V UNIT PRICE IN FIGURES (QTY $ 4l) '750 ., $ 4lJ '750 PIPELINE i I ! II ---- --t- BID i ITEM IV V DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY & UNIT PRICE IN FIGURES) --.L.. I New ~'l ut 1_...PiPeJ ] IlE', , per L:..: nl t and ] 8" I've co;nplei e i. n p] ace 3~~ $ "3'6,2CO- TOTAL ADDITIVE ALTERNATE NO.3: $ (BID ITEM AA3-1) -3 r.'2Ct9 - PROPOSAL FORM PAGE 5 OF 10 DOWNTOWN DRAINAGE IMPROVEMENTS PHASE I PROJECT B KINNEY ST. PUMP STATION BID SUMMARY TOTAL BASE BID Hl(: 1 erne; 1 thIc] ] '; $ TOTAL BASE BID + ADDITIVE ALTERNATE NO. 1 \ d I U:rn 1 t h r u 1) (B i d I t em AAl-l) $ ;), "6 , ?co -- TOTAL BASE 'ir:! Item: 47,7~ , TOTAL BASE DITIVE ALTERNATE NO.1, NO.2 AND NO. 3 $ em, 1 thru 17\ ~ (Bjd Hems AAl-l, AA)-l and AA3-1) ~<b,'ZcO PROPOSAL FORM PAGE 6 OF 10 The rint L3.Ct C V.1.11 cummen :.:e work it hi n ten (10) calendar days from C~ p hey reCElve wr tten work order a~d will complete same within 356 CALENDAR DAYS a f- e r 'on< t 1 ucri ':n is be:;u Should Contractor default, C( tract 0 ma) be 1 abl e f 2:: L iquidat ed damages as set forth in the Cc tract "C)cuments. it y wi 11 pa) C mt tactor in cur rent funds for performance of the Cc tract n 3ccocdeJnce \-Jith the Cuntract Documents as the work pr g resse,'~ . S ioned In ~ parr s at :=orpus Christi, Texas on the date shown at) \ie. ATTEST: {L~~ Ci t v Secretary ,: , ~ CITY OF CORPUS CHRISTI By ~ .-..cu. "Tw... ...... ~ \ ~ s l os- Ronald F. Massey, Asst. Ci gr. of Public Works and Utilities By: Asst ~~ I os Services CONTRACTOR ATTEST: (If. Corporatim) T & C Construction, Ltd. ~~_,__ 11, .e~ Title President of T ~ Coldinq, LLC its General Partner - . ! //}!/ /. /; {. /k" "'1 i / i I. ? l" -...... ~--'- ~(Seal Be~OW) ~ (Note: If)person signing f~ ___) corporation is not President, attach copy of authorization to sign) 5411 KILLOUGH STREET (Address) HOUSTON, TX 77086 (City) (State) (Zip) 281/445-1828 * 281/445-3758 (Phone) (Fax) Agreement Page 2 of 2 (\ ') 2D Gc) ~ 30 u ' , ....~ . _ __. AU I hUt<U,L. f#f ~tl'-4fJ& Ar- ~Fr.mAiv Tf'''-. .....- PRO P 0 S A L FOR M FOR DOWNTOWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B KINNEY ST. PUMP STATION DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM PAGE 1 OF 10 PRO P 0 S A L Place: Date: c{ /14(D5 Proposal of T & C CONSTRUCTION, LTD a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as T & C Construction, LTD., T & C Holding, LLC., Its General Partner TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materlals, tools, and necessary equipment, and to perform the work required for: DOWNTOWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B KINNEY ST. PUMP STATION at the locations set out by the plans and specifications and in strlct accordance with the contract documents for the following prices, to-wit PROPOSAL FORM PAGE 2 OF 10 II;] BID ITEM DOWNTOWN DRAINAGE IMPROVEMENTS PHASE I PROJECT B KINNEY ST. PUMP STATION BASE BID III QTY & UNIT DESCRIPTION --- Bun.Li/lnc: Jraf;.:e, ':urrpJ,;t.e 111 ;J~; P ,--i':~~ per LS u_ --- -- .-f----------- ___ .._______ "_________ L~1 r-- ---- LOUO P1lInp ~.:t at complete '-~------- on ana Slte Work, n place per LS u; Addll i '.'e ost for I'rovlding Caslng for Concrete Piers, cc@plete n place per LF -- -------- ~--- ----.--- 40 Additlve ost for Additional LF Lenqt h of Uncased ('oncrete Pier, comj,let,e in place per --- ---r-----. ---1------------------- ,10 j,F f----- ..--.--- Deducti ve Cost f)r Shurter Length of Uncdsed Concrete Pier, om/lete in place per - ------.-- '10 ;\ddi t i 'l1a LF Length f complete -- --- --'-' .-- ------- 40 ,F -.- - -- - t--.---- - ,13 ] F _____u__ , <) 8 LF ------ --t--- -- --- i 1 6~; IF t---- .------ ~----- EA ----- . - t------ 266 LF ----.- 150 SF' IV UNIT PRICE IN FIGURES t :10 O~D - -----J--- - ~. eLf ~ !/ ?!J' ~ o LF / Ii: ()o / O. d () LF -- Co"t lor Additional :ased COnCH"te Pier, Z 2.., {)(; II pI acc; per LF' ___ ________ -.-----___~_ _'n Deduct i ve .:osl for Shorter Lengt h )f -:ased Concrete Pier, complete JII place per LF 8'x6' 6'x6' Multiple Box CuLvert ()mpletein place per LF ----------- --.----.--.- 8'x6' Cast in-Place Box CuJvert (lmplett' 1I1 place per LF 6' x6' Cdst in- t'lace Box CtJ 1 vert ('lmpl,,'te HI pI ace pel LF Ad'Just compl Lxi tinq UtilLly, In place per EA Trend-, ;;afcty, compJ et p In place p(.r ,.F 4" Thjck S dewalk, complete in plaCEe' pET f . - - - -- - ----- -- - --- ----- -'- '----- -- 3 (9(' / . !~CO__ {,. [ -z.. 00 --------,----- _.~ ~ 4'5..r.2-' I r',)00 -...:2 ,- ~_ ___ k...=___ -~~.- v BID ITEM EXTENSION (QTY & UNIT PRICE IN FIGURES) $ ;2 00.) Ofl":) ,- I e: $ '-I't b. C;t7t? / $ IQ i$j1{;e. '-f tJ :; 72&, t:Jo $ 4th '--/t?CJ. tJJe? ( $ t.../ I) ": ~. V CJ , t.?t:J $ "to -:. ( $ ~zo.oO 43 ~ $ q 0, ?>oc> - ~<6 - $ ~'1' (O&<') .- , - Iv':) ;; i<jq ISO J $ C-- $ '2. . De>(') ~ , ~,$ 1'3 30 /SO'-' $ '1 6() .- PROPOSAL FORM PAGE 3 OF 10 DOWNTOWN DRAINAGE IMPROVEMENTS PHASE I PROJECT B KINNEY ST. PUMP STATION BASE BID 1 =r;=r- BID ITEM QTY & UNIT 3(1 (), ] , \.: .....) ~ C'- , J- . r 'J( :" [) SP( Ii comp~ere Trat:.i, C pla.:~e fJeI Utll~t/ A l~ place per A1.lowance) NOTE: fhe aba', uni t i'I ce p I a f L ( i r: :; u r a 'I c e , e ': .': " . 0 reser ''''5 the r c,ht to inc Ie, are d f'f.TOX imat (C, i nc 1 udeHl Dc nul order rn.,( eria] Lased III IV v Irs UNIT PRICE BID ITEM EXTENSION DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) Seal Ccat d Kinney i L2-,: 'jDS ,,,,$ 0 ~ lOr) ..- ete 11, pia",. per .:Y ,. - ~._,.,..__._~_.__.~----_.- - f C ,ntaml nat (:d S() ] L , - n r: I ace per ('Y '..50 :)(' ;;- $ :;2..., ~ --..---- -- - --"-~_.._-_._--- ntr I, c(:mpl,"te ] n .- 18 -Lz~ i - $ Cc ) c.':.(':)C> -- -------.-- lowance, complete in L8 (Mandatory 40,000.00 $40,000. 00 ---.--.------....----.----- Jmf; TOTAL BASE BID: $ 56' 7'1.. 92D (BID ITEMS 1-17) mu:t IIl..'tude ail .laoor, materials, bailing, removal, overhead, aye: the finished work of the several kinds called for and the Owner 5e ,'riecrease the quantity of any bid item. The above quantities ,ddi' ional ','t, in some :ases, and may vary from the final quantities. _)[1 I hese 3ErLroximate'11Jilni:)ties, PROPOSAL FORM PAGE 4 OF 10 DOWNTOWN DRAINAGE IMPROVEMENTS PHASE I PROJECT B KINNEY ST. PUMP STATION ADDITIVE ALTERNATE NO. 1 EXISTING BAR SCREEN STRUCTURE DEMOLITION C_~J II III J IV v L.-' EX:lstUlg Demo L 1 t i ( UNIT PRICE BID ITEM EXTENSION DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) dar ;;Cl f~en :;t ructure "1, umr,} e i n pld ~'t:+ See ~.~ c_ $ ?--'B $(')0 I "-_.---- --.--- --- -_.~- BID QTY & ITEM UNIT AA p'or ,..-' J,_' TOTAL ADDITIVE ALTERNATE NO.1: $ (BID ITEM AAl-l) ?-8 , <:; vo - ADDITIVE ALTERNATE NO. 2 EXISTING PUMP STATION MODIFICATIONS I II III IV v BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES (QTY AA~ LS Exi st irlg Equipment Pi} ] i nq, LS wnp S t c1 t .1 () J I Removal and Wet Well )mp I ph> j'l P I ace pET $ 47 J '150 .- $ 4117'50- ALTERNATE NO. 3 VD. SLOT INLET AND PIPELINE I II III IV V BID ITEM DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY & UNIT PRICE IN FIGURES) 1\A3 New :,i oj Pipeline, per LS ,let and 1 W' I've omplete in pIilee _ 3'l) UX)C~ $ ""3<&JZCO TOTAL ADDITIVE ALTERNATE NO.3: $ (BID ITEM AA3-1) '3 r i '2a'.? - PROPOSAL FORM PAGE 5 OF 10 DOWNTOWN DRAINAGE IMPROVEMENTS PHASE I PROJECT B KINNEY ST. PUMP STATION BID SUMMARY TOTAL BASE BID (Fhd [U~n5 thi\] 17) $ TOTAL BASE BID + ADDITIVE ALTERNATE NO. 1 (j3j,jltc!!ls 1 rnru 17) + iBid Item I\Al-1' :), "6 , <;;c:o .- $ TOTAL BASE Bid I tE'rns 47./~ , TOTAL AND NO. 3 $ and AA3 1) ~~,'ZCO PROPOSAL FORM PAGE 6 OF t() The undersigned hereby declares that he has visited the site and lLtS caref ully examined the plans, speci ficat ions and contract documents r~lating ~o the wOlk ~overed 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 tmt are mere estimates for the guidance of the Contractor. Upon notificatIon of award of contract, we will within ten (10) =,"lendal days execute the formal contract and will deliver a Performance Bond (.is requir-ed) for t he faIthful performance of this contract and a Payment Bond as required) to insure payment for all labor and materials. The bid ;:y:md attaohed to this proposal, In the amount of 5% of the highest amount CIJ IS to become the property of the City of Corpus Christi in the event the :::untract cmd bonds a re not executed wi thin the time above set forth as 1 quidateJ damages fOJ the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent L'Vl bIdder shall, within five days of receipt of bids, submit to the City EngIneer, In writing, the names and addresses of MBE firms participating in he contract and a descrIption of the work to be performed and its dollar ~rl]ue for bid evaluatIon purpose_ Number of Signed Sets of Documents: The contract and all bonds Will be prepared in not less than four counterpart (original signed) sets. Time of Completion: To minimize inconvenience to the general public and to minimIze their exposure to dangerous conditions, the contractor WIll be required to tollow tight scheduling for construction and will be required to meet dead lines for completion of each item shown below. The project has been divided into phases. Time durat ion for construction is a located for each item and if the work in that item is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amount of $800.00 per calendar day will be assessed against the contractor as liquidated damages. Completion shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. Start of Phase is initiated by the Notice to Proceed. A eke, "if;- 7- --%G:. The working time for completion of the entire Project will be ~ Calendar Days. Each phase of the Project shall be completed within the number of calendar days allocated as describe in the following; Phase Pump Station Wet Well and 6'x6' Agnes Box Culvert Remaining Portion of Project lDS V5 ~ p5~ by Notice To From Day One * - W 'tf-"t,.... Calendar Days Calendar Days Phase II *From the start of contract time as delineated Proceed. Days Allocation for Rain Entire project shall be completed within ~ Calendar Days. -j S4:) tldd JJ- 'Z/ The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is PROPOSAL FORM PAGE 7 OF 10 C ':;0 inch or greater Nc extension of time will be considered until the expected number of raIn days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental t the construction Sl 'hedule . .Januar:~ 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days Apri 1 3 Days August 4 Days December 3 Days 4id- ~ '{ '3S4~ This proj ect is essentially a construction contract for a period of 3-2..6 Calendar Days, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. After Contract Award dnd pre-construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer" to proceed For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work FOR EACH PHASE or after such time period as extended pursuant to other provisions of this Contract, $800 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwisejue the Contractor the amount of liquidated damages due the City from the monthly pay estimate. The underSIgned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of rhe following add7nd, !s acknowledged (addenda number) : #1 datecj 08/17/05) ..-=It dc...fe.) QL9/b";> Respectfully submitted: T & C Construction, LTD Name: SEAL IF BIDDER IS a Corporation) By: ~?y~V ( SIGNATURE) Address: 5411 Killouqh street (P.O. Box) (Street) Houston, Texas 77086 (City) (State) (Zip) Telephone: 281-445-1828 NOTE: Do not detach bid f com other papers. Fill III with ink and submit complete with attached papers (Revised August 2000) PROPOSAL FORM PAGE 8 OF 10 ~~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS ity of Curpus Christi Ordinance 17112, as amended, requires all persons or firms seeking . D do bus, ness wi th th,~ Ci ty to provide the following information. Every question must ;e answered. If the question is not applicable, answer with "NA". T & C Construction, LTD. FIRM NAME STREET' 5411 Killough street CITY: Houston ZIP: 77086 FIRM is: CorIJorat lon 0 ~. Other 0 Par tnership ~ 3. Sole Owner 0 4. Association 0 DISCLOSURE QUESTIONS additional space IS necessary, please use the reverse side of this page or attach ';eparat e sheet. _. State the names of each "employee" of interest" constituting 3% or more of Name Job the City of Corpus Christi having an "ownership the ownership in the above named "fir.m". Title and City Department (if known) N/A 2 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 "fir.m". Name Title N/A 3 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 N/A Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firmll. Name Consultant N/A CERTIFICATE I certify that all irlformatlon provided is true and correct as of the date of statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the of Corpus Christi, Texas as changes occur. Certifying Person: _~'J:'homa~~._~~mney (Type or Print) this City SIgnature (If Certifying Person: ~. Title: President of T&C Holdlng, LLC., Its ~General Pa0:ne.t--.l . ~ _~__ Date: 9/ )Y/ cJ 'S , PROPOSAL FORM 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 r) "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to 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. oJ "Official" The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. "OwnershIp Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such 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. "Consultanr'. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PROPOSAL FORM PAGE 10 OF 10 PAY MEN T BON D Bond No. 61BCSDQ2283 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT T & C Construction Company, Ltd. of HARRIS County, Texas, hereinafter called "Principal", and HARTFORD FIRE INSURANCE COMPANY , a corporation or~anizec1 under the laws of the State of CONNECTICUT , and duly authorized ~o do business in the State of Texas, hereinafter called "Stuety" ,3.re helc and firmly bound unto the City of Corpus Christi,) municipal corporatlon of Nueces County, Texas, hereinafter ca led "C:...ty", ana cnto all persons, :irms and corporations supplying labor anc materla 1s in prosecution of the work referred to in the attached :.::ontract, i', the penal sum of FIVE MILLION, SIX HUNDRED EIGHT THOUSAND, FOUR HUNDRED TWENTY AND NO/lOO ($5,608,420.00) DOLLARS, lawful money of ~he United States, to be paid in Nueces County, Texas, for the payment 0_ which sum well and truly t be made we bind ourselves, our heLrs, executors, administrators and successors, jointly and severally, flLmly by these presents: THE CONDITION OF prlnclpal entered into Christi, Gated the 18TH attached and made a part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract wi th the City of Corpus day OCTOBER , 20~, a copy of which is hereto hereof, for the construction of: DOWNTOWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B KINNEY ST. PUMP STATION - PROJECT NO. 2242 (TOTAL BASE BID + ADD.ALT.NO.l: $5,608,420.00) 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 1n said contract and any and all duly authorized modification of said contract that may hereinafter be made, notlce of which modification to the surety is hereby expressly walved, then this ab igation shall be 'loid; otherwise to remain in full force and effect, PROVIDED FURTHER, that if any legal action be filed upon this bond, _. venue shall lie -,-n NI;eces :ounty, Texas. And ,::hat 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 lts obligation on this bond, and it does hereby waive notice of any such ,=hange, extension of time, alteration or addition to the terms of the contract, or -0 the work to be performed thereunder. Payment Bond Page 1 of 2 Thls bond l s c i ven to meet the requi rements of Article 5160, Vernon's clvil Statu-es of Texas, and ether applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The Lndersigned agent is hereby designated by the Surety herein as tne Agent Resident ir Nueces County to whom any requisite notices may be de_ivered and on whom serVlce ~f process may be had in matters arising 0-,' of sLch suret ys hip ( ~s provided by Art. 7. 19-1, Vernon's Texas I:-,surance::ode. IN WITNESS WHEREOF, t~is instrument is executed in ~ copies, each one of which shall be deemed an original, this the 21st day of October .! 20~ PRINCIPAL T & C CONSTRUCTION, LTD. By: ?L~ ~, ~ Thomas N. Rumney, President of lts General P (Prlnt Name & Tltle) ATT~9:~ . '/-//: /~// Secretary / /( // " 'J . , I /- /[///L--- /t".- i Carolyn ~. ~mney (Prlnt Name) -iOUSTOUN, WOODARD, EASON, GENTLE, TOM FORDE. AND ANDERSON, INC. dba Insurance Alliance 1776 Yorktown, Suite 200 Houston, Texas n056-4114 TOt Ucense #1381 FEtN #760362043 SURETY HARTFORD :' IRt INSURANCE COMPANY " By~' l '~L I'!~~~"'- \ Attorney-in-fact 30 Ann Parker #1238909 (Prlnt Na.'T\e) The Resident Agent or the Surety in Nueces County, Texas, for delivery of notice and service or process is: Agency: Contact Person: Address: ~lsey & Associates ,Jacquelyn Kingsbury cS102 Leeward #604 Phone Number: Corpus Christi, TX 78418 361/866-8400 (NOTE: Date::Jf Payment BonG must "cot be prior to date of contract) (Revised 9/02', Payment Bcnd ?age 2 of 2 PER FOR MAN C E BON D Bond No. 61BCSDQ2283 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT T & C Construction Company, Ltd. of HARRIS County, Texas, hereinafter called "Principal", and HARTFORD FIRE INSURANCE COMPANY ,a ccrporatL:m organizei under the laws of the State of CONNECTICUT , and duly authorized to cio business in the State of Texas, hereinafter called "S\uety", 3n? held anc firmly bound unto the City of Corpus Ch::isti, d municipal corporation of Nueces County, Texas, hereinafter ca_led "C:cty", 1n the penal sum of FIVE MILLION, SIX HUNDRED EIGHT THOUSAND, FOUR HUNDRED TWENTY AND NO/100 ($5,608,420.00) DOLLARS, lawful money of :he United States, to be paid in Nueces County, Texas, for the pay-ment o' Whl ch s urr we 11 and truly t~ be made we bind ourselves, our helrs, executors, adminlstrators and SJccessors, jointly and severally, flrmly by these presents: THE CONDITION OF prlncipal entered into Christi, dated the 18TH at~ached and made a oart THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract wi th the City of Corpus of OCTOBER , 20~, a copy of which is hereto hereof, for the construction of: DOWNTOWN DRAINAGE IMPROVEMENTS PHASE 1 PROJECT B KINNEY ST. PUMP STATION - PROJECT NO. 2242 (TOTAL BASE BID + ADD.ALT.NO.1: $5,608,420.00) NOW, THEREFORE, if the pr1ncipal shall faithfully perform said work IT accordance wi th 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 wcrkmansh~p that appear within a period of one (1) year from the date of completior and acceptance of improvements by the City, then this obligation shall be 70id; otherwise to remain in full force and effect. PROVIDED FURTHER, t:hat if any legal action be filed on this bond, venue sha:l lie 1n Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, al~eration or addition to the terms of the ccntract, or to the work performed thereunder, or the plans, specifications, drawlngs, etc., accompanying the same shall in anywise affect its obligatio 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 :0 the work to be performed thereunder. Performance Bond Page 1 of 2 Th1- s Dond Ve::-non':; ~vil Stateo! ,""exas. ~s GlVen ~c ~eet Statu~es of Texas, thE requirements of Article 5160, and Jther applicable statutes of the The 'lDderslgned agent is hereby designated by the Surety herein as the Agent Resident ir Nueces County to whom any requisite notices may be de_ivered and on whom service of process may be had in matters arising au of such suret ys :-lip, 3S provided by l\rt. 7.19-1, Vernon's Texas Insurance :~ode. IN WITNESS WHEREOF, this ~nstrument is executed in 4 copies, each one of whlch shall be deemed an original, this the 21St day of October 20~ PRINCIPAL T & C CONSTRUCTION, LTD. (Prlnt Name & Tltle) olding, LLC ~ Bv: /;{,~ ~/ " Thomas N. Rumney, Pres~dent 0 its General ATTEST/, 7 ./ //// /,.('.yA /<;J?~~~~ ~ Secretary ~ Carolyn M. jumney ~ / (Prlnt Name) / "lOU~TOU,\j. WOODARD, EASON, GENTLE, rOMFORDE, AND ANDERSON, INC. dba Insurance Alliance 1776 Yorktown, Suite 200 Houston, T tixas i7056-4114 TO! License #1381 FEIN #760362043 SURETY HARTFORD FI~ INSURANCE COMPANY By: . ~~"l . . '\ ;' ~'L \( ~ ( ~:E'/ / J .... '} C,L X'-_.- "-. AttorneY-ln-fact Jo Ann Parker (Plant Name) # 123 8909 The Resident Agent of the Surety in Nueces County, Texas, for d.elivery of notice and service or process is: Agency: Contact Person: Address: Elsey & Associates Phone Number: Jacquelyn Kingsbury l5L02 Leeward #604 Co~pus Christi, TX 78413 36l/866-8400 (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 9/02 Performance Bond Page 2 of 2 Till: J HARTFORD Inquiries Regarding Claims Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Insurance Company Hartford Insurance Company of Illinois Hartford insurance Company of the Midwest Hartford Insurance Company of the Southeast Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number Fax - Claims E-mail 888-266-3488 860-757-5835 or 860-547-8265 c1aims@ 1 step surety . com Mailing Address The Hartford The Hartford Fidelity & Bonding (BON"'D) Hartford Plaza 690 Asylum Avenue Hartford, CT 06115 .1 Insured's Name T & C Construction, Ltd. Insured's Mailing Address -----1 5411 Killough Houston. Texas 77086 Policy Number 61 BCSOQ2283 IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS. -TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However. the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by Federal Law. Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily-established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. Terrorism premium: $0 Form 8-3333-0 Page 1 of 1 @ 2002. The Hartford POWER OF ATTORNEY Direct Inquiries/Claims to: THE HARTFORD BOND, T-4 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757 -5835 Agency Code: 61-60074 & 46-505987 KNOW ALL PERSONS BY THESE PRESENTS THAT: =:KJ Hartford Fire Insurance Company a, orporatlon duly orgal1lzed under the laws of the State of Connecticut .=:KJ Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana =:KJ Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut '=:=J Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut ==:J Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana ==:J Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois :==J Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana ==:J Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida haVing their home office in Hartford, Connecticut. (hereinafter collectively referred to as the 'Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Donald E Woodard, Jr., Harlan J Berger, Andrew J. Janda, C. W Adams, Sue Kohler, Leland L. Rauch, Sharon Cavanaugh. Cheryl R. Colson Michael Cole, JoAnn Parker of Houston, TX their true and lawful Attorney(s)-in-Fact, eaen in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ~, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Compames in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. in Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12, 2000, July 21, 2003, or January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attornev cfNh-i-Z. Chnstop~.v ~upra STATE OF CONNECTICUT} 55. COUNTY OF HARTFORD On thiS 2nd day of February, 2005. before me personally came Gary W. Stumper, to me known, who being by me duly sworn, did depose and say that (s)he resides in the County of Hartford, State of Connecticut; that (s)he is the Assistant Vice President of the Companies, the corporations described In and which executed the above Instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said ,nstrument are such corporate seals: that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he Signed his/her name thereto by like authority (f). .j \~ .19'1'. Hartford 7!~Y:J/~ CERTIFICATE Notary Public My Commission Expires March 31, 2008 the underSigned, ASSistant Vice PreSident of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of October 21, 2005. Signed and sealed at the City of Hartford. ~ s:iE)~i \~\t;7~/ii ',. ~a"".~ ~'O>..~., ...~ ~g<o . 'ate- 14'20( 9 40 09 AM ACJ2lllJ. CERTIFICATE OF LIABILITY INSURANCE OP 10 L 'DATE (MMlDDIYYYY) T&COO-l 11 03 05 THIS CERTlFICATlI8 I88UED AS A MA noN ONLY AND CONFIRI NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CIRTIFICATE DOES NOT AMEND, EXTDfl) OR ALTER THE COVIMaE AFFORDED BY llfE POUCIE8 BELOW. PRODUOER I~$g~ance Alliance 1776 Yo~ktown, *200 Houseoft !'X 77056 Phone: 713-966-1776 Fax:713-966-1700 INSURERS AFFORDING COVERAGE i i INSURER A: 81 tma1noua Casual t i 'NSURER I KSUX Indemni 1: C IP<lSuRER c: 'l'ravelers 1.1 IIP<lSUF(l!RP: , INauRER E; NAIC, INSUREI) I~ClcoQ.wa~t~on, Ltd.V 41 It:l.l ua ou.ton 7 086 41262 COVERAGES THE POLlCI!!I Dl' INIUMNCI! LilTeD IIELOW HAVE IEEN IBUEO TO THE INIIURI!O NAMEOAIlOVE; "Oll THI< POLICY PEA/OO INDICATeD, NOTWITHSTAmlING ^IN REQUIREMENT, TERM OR CONDITiON OF ANY CONTRACT OR OTHER DOCUMENT WITH RE8f'eCT TO WHICH THill CERTIFICATE MAY BE ISSUED OR MAY PERTNN, THE MURANC; AFfORDED SY THE POLICIiI DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS. EXCLUSIOt.l$ At./O CONOI1'1ONS OF SUCH POUCJ&$ AGOqCAre ~IMIT$ 8folOI'YN MAY' ~VllleeN "IDUCeo IY PNO CLAlMI It E OF INIU POLICY HUMEIEll ; GENIAAI. LlIolILITY A X ;:..:: X . COMMEROlAl GENERAl. L IABll.'.TY. CLP3212464 . ' ClAlM8 MAOE [!J OCCUR . X CQnt.:aetual __ _ I X "X""c''''u" 13"~ f4GIIlEGATl; LIMIT' APPLIES peR POUOY X J Loe ",VTOIIOM.E L.WlILlTY A X lq ANY AUTO :---J ALL OWNEO AUTOS .'..E I ICHlClJLeD "UTOS ,X HiReD AUTOS . X NQN.OW1IlED AUTOS !ACH OCCUftRINCE PillE MED iXP (My _ perHnj PERSONAl. a AIN I14JURY OENEAAL MG~GATE P~0DUCT8.0~PAaG UMlTS . 1000000 . 10 000 .5000 . 1000000 .2000000 .2000000 1000000 CAP321246J / V 06/01/05 06/01/06 V COMBINED BINOlE LIMIT (Ell eecldenl) BODILY INJURY (Per PMCn) BOOlt. Y INJURY (Per acc:idenl) . PROPERTY DAMAGE (Per _dent) . : EXc-.nJ_RI!J.J.A UA8/UlY B ~ OCCUR :] CLAIM6MAOE NHN03033J \ .6/01/0.1 06/01/06 / V OTHER THAN AAJlO ONLY: EAClH OCCURRENCE AGGREGATE tJmb:olla . 5000000 .5000000 $ . . O!DUOTlBLE X ReTENTION 110000 WORKERI CDlU'INSAT1OJt AND V .'LOV1!M' UAaITY A NfY PlWf'lUlfOMlAIITNERllXECUTIVE O"'IOE~1!1l !XCLUDED? W~SIi$lOW OtHER C AllRisk 81drs IUSk ../ WC3212462, / -+- 06/01/05 I OG/O~6 -+- 11/03105 I 11/03/06 I E.L. DISUo$E. EA I!MPL e.'" QI8SAll~ -1'OIJClY LIMIT . 1000000 el000000 I 1000000 --l. _ noN OF I LOCATIONS I VfHICLES I EX UIIONI ADDEO IJV I:NDQRIeMENT III'ECW. 1'Il0Vl~. I\e: PZ'ojftlt '2242 Downtown Drainage IIIIpZ'Q'V'GImOn~s Phase I, P~QjClct B I IU.ftJley ,/ It.Pump Station, The City of coq>us Christi i8 1Wl\Gc1 Adcl1tional Insured on General Liability & Auto PoliciGS, as requir8d by written contract. See at~ahmeftt:. / t.i.mi.t 5608420 ~/ CI!lmFICATE HOLOIR / / v City of COZOPU8 Christi D~t. of Bnvifteerinq Services CODt..~ AdaU.nistrlltoZ' P. O. 8o~ 1277 Corpus Christi TX 78469-9277 CITYCOl CANClLl.ATION IHOULD Nf( OF THE ABOVE DESCRIBED 1'01.1(;19 ... CANCELLIO BEFORE THE E.VIMTIOH DA~ THEREOF. THE III8UING INSURER WILL EHDEAVOIt TO IIMIL !2.-. DAn WRITTEN NOTICE TO THE CERTW'ICAT! HOLo~ NAMED TO 7HE LEFT. BUT "ALUM TO DO 80 8HALL IMPOG NO ClIILICIATION Olt UAllLtTY Of' AllY KIND UPON TlfE lHIUREfl, ITS AOIM'I OR O\'I1VII. ACORD 25 (200'1/01) /' ThiS fax was received by GFI FAXmaker fax server. For more information. visit: http://w'ww.gfi.com 3ge '3[P A;2U./' 9 40 10 AM IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed, A statement on this oertificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confur rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contraot between the issuing insurer(s), authorized representative or producer, end the oertificste holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD as ( This fax was received by GFI f-AXmaker fax server. For more information, visit: http://www.gfi.com ;orr";:, Sj66 lDC Page 5/13 Date 11/4/200594010 AM TH,S ENDOMEMENT CHANGes THE POLICY. PlEASE READ rr CAREFUU. Y. CONTRACTORS ADDrrrONAL INSURED ENDORSEMENT Thi$ endorsement moditis5 Insurance provided under lhQ following: COMMERCiAl GENERAL LIABILITY COVERAGE PART 1. SECTION II . MfO IS AN INSURED I. e"'endtd to Include: Any .ownerl', "oontractor", "eoMstruotiol1 manager", ..ngineerl' or "architeot" II it is reqUl1'8d in your written contract or written agreement executed by you and all other parties to the contract or agreement prior to any loss thaI such "llIP'$on(s) Ot organlzation(s) be added as an additional insured on your policy but only for the project designated in your writt.n contract or written .gr..ment and only with respect to 'bodily injury." 'property damage- or .personai and advertising Injury. caused, at /98slln part, by your negligence and wifh respeC1 to liability resulting from: A. Your ongoing operations for the additional insutlid(s}, or B. Acts or omissions 01 Ihe additional insured(lil) In connection with their general $upervislon of such operations, With respect to the insurance affOrded such additional insureds pursuant to this endorsement and the abovB referenC8d General Liability Form, the following additional prOVisions apply 10 IJmillhat coverage: ,. We will have no duty to defend the additional insured aglliMt any "suit" seeking damages for "bodily injury,' 'properly damage" or "personal and advertising injury,' until we reoeive writtGn '1otice from the additional insured requesting that we defend it in the 'suit.' 2. TIlA Limits 01 Insurance applfcable to the additionallnsurede ur,der Ihi. endQrtement are those specified in the written contract or agreement requiring this coverage, or il5 stated in SECTION HI. UMrTS OF INSURANCE or the CO_meIAL GENm.AL LlABIUIY COVl!RAGI FOAM, whichever are le$s, These Limits of lnsu-anoe are inclusive of and not in addition to the Limits of Insurance described in SECTION II of 1hat form. a. As additional oondition~ 01 coverage under this form, an additional insured under this endorsement will as soon as practicable: .. Give written notice to us of an 'occurrenoe' or an o1fense which may result in a claim. This shan include: (1) How, when and where the 'occurrenoe' or oftense1ook place: (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location 01 any injury or damage ariSing out of ihe "occurrence" or offense. b. Give written notice to U$ of a claim or "suit' brought against the additions/Insured Including specifics of th9 claim or 'suit' and the datll if WIS received. c. Give written notice of sueh olaim or .sult,' including a d.m"~nd for dtfense Ind Indemnity, to any other inSloIrer who had coverage for 1M claim or ",uit' under 118 policy(les), either at the time 01, or at any time subsequent to the oocurrenoe of the "bodily injury," 'property damage' and/or the offense causing me 'personal and advertising injury,. whioh is the basis for such claims or 'suit". (1) Such notification must demand the lull coveraga available under tha1 PolicYi and Gl-.276 (09103) -1- ThiS fax was received by GFI FAXmaker fax server. For more information, viSIt: http://WV\oW.gfLcom iom 1:::>906,'QC Page. 6/1.3 Date 11/4/20059.40 11 AM (2) The additional insured shall not take any action to waive or limit ~I.lch othtr coverage availabl$ 10 it 4, This insurance does not apply to: .. 'Bodily injury' 'property damage' or "personal and sdvertising inju'Y" OCcurring aHer: (1) All work on the project (other than servic9, malntenanCQ, or reps Irs) to be performed by or on banalf 01 the addi1iohallnsured(s) has beor'l completed; or (2) That portion of 'your worK' out of which the injury Or damage arises has been put to its Intended use by any person or organization other than another oontr.ctor Or subcontra.ctor engaged in performing op&l'l!ttions for a prIncipal as II part of the same project, b. 'Bodily inJury' 'proptrty damage' Or 'personal and adVE.rtising injuryD resulting from any act or omission of tne additional InsUted(s) or any of their employees, otnClr than the ganeral supervision of work performed for the additional insurecl(s) by you. c. "Bodily injury" .property dama.ge" or "personal and advilrtislng injury" retuning from work performed on a projeot where other valid and collectible insurance ;s available to the eaclitionallnsured under an Owner Controlled Insurance Program or Consolidated (wrap- up) Insurance Program. d. "Bodily Injury," 'property damage" or "personal and advertising Injury": (1) Arising out of the I'$ndering or failu/'G 10 render any profeQional services by any Insured, or on their behalf, but only with respClCt to oith.r or both 01 the following operations; fa) Providing enginll8nng, architectural or surveying 8ervic8$ to others in the Insured's oa~olty 8S an engineer, architect or surveyor, and (b) Providing, or hiring Independent prot_lonals to provide. engineering, architectural or surveying s9/Vices in connection wi1h worK the insured performs, (2) Subject to paragraph (3) below, professional services inClUde: C.) The preparing, approving or fallln9 to pmpare or approve maps, shop drawings, opinions, reports, SUM~ys. fIeld orders, change orderG, or drawings and SPliloifioations; and (b) Supervisory or Inspection activitIes performed as part of any related architectural or engineering activities. but does not include the general supervision of YOur operations on touch projeol. (3) Professional services do not incJl.lde services within construction means, metltoda, tQctmiques, sequences and prooedures employed by you in connection with your operations as a construction contractor. For the pUrpose of this endorsement, the 1ollowlng definitions are addee,f; -OwnOr" means a parson or organization who has ownership in the project prernises, deeignattd In your written contract Or writ1en tlgreement, at whioh you are performing operations at. GL....278 (09103) .2. This fax was received by GFI FAXmaker fax server. For more information, visit http://WW'N,gfLcom age ,8'.e 14;200::> 9.40 11 AM ''Contractor' mean$ a person or organization with whl)m you have agrted in a written contract Or written agreement te perform OperatJons 10r at Ihe project designated in the written contraot or written agreement. "Construction Manager" means a person or organizalicn designated as .construction manager" In your written conlract or written agroement, and nas management or SUP8/'iisory responail.lillties OVer your Operations lor the project designated in your writtan contract or written agreement. "Engineer" means a person or organization who hQs been engaged by the .owne!"', .contractor" or .construction manager" to perform engineering services 10r Ine projoct designaled In your wrillen oontraot or written agreement and has a contr.ctuaJ responsibility for supervising, directing or controlling your opel1lUone on Siuch project. "Archilecf' meane II per$on or organization who has been engaged by the "owner", .oontractor" Or .construction manager" to perform architectural lervices for the prcjel:t designated in your written contract or written agreement and has a comractual respontibiJIty for supervising, directing or controlling YOllr operations on such project. Any coverage prollided herein Will be exoess over any other valid and collectable Insuranc. availabla to the additional insured(s) wnether primary, excsss, contingen1 or on any other basis unless you have agreed In a written contraot or written agreement execuled prior to any loss that this ir')suranoe will be primary. However, any insurance Spec:i1ioally purohased for a designated projectCs), inclUding but not limited to Specific additional insured CO'ierage, Owne,. contraotors protective coverage, etc., will be primary with this insurance being excess. This insurance will be noncontrfbutory only if you have eo agreed in a written contract or written agreement executed prior to any 108s and fhis COverage is determined 10 be "rims!'Y, Gl-4276 (09103) -3- , f t' it" http'/Iwww gfi com ' , d b GFI FAXmaker fax server, For more In orma lon, VIS, , " ThiS fax was receive y ~ Jry! 2, 8;,:)0 ()( 'age 10/1 Date 11/4/200594012 AM T&C Construction, Ltd. / Effective 6/1/05-06 v POLICY NUMBER: CLP 321 2464 (/ THIS ENDORSEMENT CHANCeS THE; POLICY. PLEASE READ IT CAReFULLY. ~ ADD'TrONAlINSURED..OWNERS, LESSEES OR CONTRACTORS This endorsement modifles insurance provided under the following: Vi COMMERCIAL GENERAL LIABILITY COVERAGE; PART SCHEDULE Namo of Perllon(s) Or 0"98nlzation(s) (Additionallnaured): The City of Corpus Christi ~ Department of Engineering Services Attn.: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 1. WHO IS AN INSIJR!D (Section II) is amended to include as an insured the person(s) or organiDtion(S) (called "additional insured") shown in the Schedule above Whom you are required to add as an additional insured by a written contract or written agreement executed prior to any lOss but only with respect to "bodily Injury," "property damage" or .personal 'nd advertising injury" caused, at least in pari, by your negligence and with respect to liability resulting from: A. "'YOur work" for the additional insured{s), or B, Aots or omissions of the edditionallnsured(s) In connection with their general supervision of "your work", 2. With respect to the coverage afforded these additional inSUred, pursuant to thIs endorsement and the above referenced General Liability Form, the following additional provisions apply to limit that coverage: A. We will have no duty to defend the additional insured against any "suit" seeking damages for "bodily Injury, n "property damage" or "pereonal and advertising inJury,. until we receive written notice from the additional insured requesting that we defend' It In the .suit." e. The Limits of Insurance applicable to the additional inSUreds under this endorsement are those specified in the wrftten contract or agreement requiring this cove/llge, or .. stated In SECTION 1lI....,MITS OF INSURANCE of the COMMERCIAL GeNERAL UA8IUTY COVERAGEi FORM, whichever is less. These Limits of Insurance are inclusive of and not in addition to tne Limits of Insurance described in SECTION III of that form. C As additional conditions of coverage lInder this form, en additional insured LInder this endorsement will as soon as practicable: (1) Give written no~oe to us of an .occurrence" or an orrense which may result in a claim. This shall include: (0) (b) How, when and where the 'occurrence" or offense took place; The names and addresses of any injured persons and witnesses: and GL-4250 (07/03) -1- This fax was received by GFI FAXmaker fax selVer. For more information, visit: http://www,gfi.com ~ge :l'e 14/200594013 AM (e) The nature and looation of any injury or dam.ge arising out of the .occurrence" Or offense. (2) Give written notice to us of a claim or .sult" brought against the additIonal insured including speciflcs of the claim or .sult" and the d.-te reoeived. (3) Give written notice of sucn claim or "suit,. including a demand for defense and indemnity, to any other insurer who had coverage for the claim or .suit" under its poliey(les), either at the time of, or at any time sLJbsequent to the OCCUrrence of the "bodily inJury," "property damage" and/or the offense causing the "persona' and advertising injury,~ whioh is the basis for such claims or "suit". (a) Such notification must demand the full COverage available under that policy. (b) The additional insured shall not take any action to waive Or limit suoh other coverage available to it. D. This insurance does not apply to: (1) Any loss resulting from any act or omission of the additional inSured{s} Or any of their employees, other than the general supervision of work performed for the additional insured(s) by you. (2) Any loss in connection with a project where a written contract or written agreement governing Wyour work" on that project i$ not in effect at the inception of this pOlicy or did not become effective during the term of this policy. (3) Any loss in connection with .your work" where "your work" on that project was completed prior to the effective date of this policy. E. This endorsement replaces and superoedes any additiomll insured endorsement which might otherwise provide coverage under this policy for the pel1lons or organizatIons and projects that are covered under this endorsement. GL-4250 (0710S) -2- This fax was received by GFI FAXmaker fax server For more information, visit: http://WVVIIV.gfi.com )fr 1 t")Q 7:JC age 4 late 1 1/4/2005 940 10 AM --......_.._...----.~ ---.------------.---.- ,. POLICYNUMBEA: CAP 3 I'll 463 v' COMIIIRClALAUT'O CA0403G1M THIS ENDORSEMINT CHANGES THe POwey. PLEASE READ IT CAREFUllY. .. vlEXAS ADDITIONAL INSURED This endorsement modlfles insurance provided under thB 'ollowing: I BUSINESS AUTO COVERAGE FORM OARAG~COveRAGEFORM MOTOR CARRIER COVERAGE FORM TRUCkERS COVERAGE FORM With respect 10 coverage provided by this endorsement, the provisions of the Coverage Fonn apply unlus modifiad by the endorsement. This endorsement changes the polioy effective on the Inception date of the policy unless another date i$ Indicated be. low. Endorsement effective: 6/1 / 0 5 - 0 6 Named Insurtci: T&C Construction, Ltd. Name Ihd AddrMe of Add1tJona. h8und: SCHeDULE The City of Corpus Christi Department of Engineering Services Attn.: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 I' (It no .ntry appears above, in'onnaticn required to complete this endorsement wIll be shown In the Declarations ae aPDlicableto this endorsement.) A. Who Is An Insured (Section II} is amended to lnolude ." on 1nsured" the person{l) or organizatlon(s) shown in the Sohedule, but only with respect to their legal /lability for acts or omissions 01 a pclr60n lor whom L.iablllty Coverage is afforded under this pol- Icy. &. The additional lneurAd named in the Schedule or DeoIara'~ is not ~ulred to pay for any premiums ItaMclIn the poljoy' or eamed from the policy. Arry ratum premium and any dividend, if applicable. de. elal'8d by ua thall be paid to you. . CAMOIOI 04 c. You are authorized to act for thD additional insurad named in the Schlldule or Declarations in aN mattefS pertaining to !hi. insurance. D. We will mail the additional Insured named in the Schedule or Decfa,ratlonl notice of any cancellation of this policy. If we ORflQtl, we will giVe 10 days no. tice to the adctltlonal insured. e. The additlonal if'l$Ured named in the Schedule or Oac::laratiOll$ will re1ain any right of recovery as I claimant under thIs policy. C ISO Properties, I"c.. 2003 P.,of1 This fax was received by GFI F AXmaker fax server. For more information. visit: http://wv.w.gfi.com ~,,)f) Jl' : >age 111.' j Date 1114/2005940 13AM " T&C Construction, Ltd. Effective 6/1/05-06 POL JOY NUMBER: CLP 3 212 464 V THIS I!NDOII8eIIENT CHANGES THE POLICY. PLEAsE READ IT CAREFuLLY. /TEXAS CHANGES - AMENDMENT OF CANCELLAnON PROVISIONS OR COVERAGE CHANGE CO....I!RCIAt, QIN.ElW.IJA8ILn'Y CG 02 0101 18 ThI, endomemsnt modIfies insurance provIded under tile following: . / COMMERCIAl GENERAl LtABILfTY COVERAGE PART v LIQUOR llA8H..rrY COVERAGE PAAT OWNERS AND CON1'RAcroRS PR01ECTlVE LIABILITY COVERAGE PART POLLUTION llABllrrv COVERAGE PARr PROOUCTslcOMPLSTED OPERATIONs llASILITY COVERAGe PART RAILAOI\D PROTECTIVE llASlUTY COVERAGe PART In the ..... of "'ncellation 0, ""',"rioJ ChahQO ''''" _ or 1'081rtc1. tho In."ao.. affonJod by thlo C,"",..9t Part, 'Nt! agree to mail prior written nof/cQ of cancellation or matenal change to: SCHEDULE 1. MIme: 2. ~: See Below / 3. Hum.... of cIIya .w.nc. natb: 30 v (ff no - _ra .b""" _lion raqulr.d 10 """,,,"'. lI1i. .ado,......' will ... ohowo 10 .,. _a..lIo". .. applicable to this endors9ments.) ./ The City of Corpus Christi Department of Engineering SerVices Attn.: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 CG02_D191 COPYrigh1, Insurance Services Office. Inc" 1994 .... 1 of 1 o . . 1 http'/Iwwwgfi com . db GFI FAXmaker fax server. For more information, VISI . . " This fax was receive y dge 0 'ate 1 ,4:200'J 9 40.12 AM POLICY NUMBER: CAP 3 212 463 COMIIERcW. AUTO CA II ... 01 04 THIS ENDORSEM!NT CHANG!S THE POL'CY. PLEASe READ IT CAREFULLY. /TEXASCANCELLATlON PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies Insuranoe provIded under the following: 1/ 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 the Co\reragQ Form apply unless l'hOdffiod by the endorsement. This endorsement chang9$ the pOlicy effective on the inception datG of tho policy unlees ano~r dale 18 indicated b.,ow. Endorsement effective: 6/1 I 05 - 0 6 Named Insured: C struction Ltd. I SCHEDULE / ,.....,., o.r.' NotIoe: 30 \( NInMt of Pw.on or Orv8nlatlon: The City af'Corpus Christi Department of Engineerinq Services ~I Attn.:Contract Administrator p.o. Box 9277 Corpus Christi, Tekas 78469-9277 AddrMs: ISSUED ON THE COMPANY'S BEHALF BY ITS LICENSED AGENT. If this pOlicy iG canceled or materially changed to reduce or restrict covera~. we will mail notice of cancellation or change to the person Or organization named in the SChedulG. We will giVe the number of dayS' notfCt indicated In the SchedUle. CA....D4 o ISO Properties, Inc., 2003 "1of1 . . d b GFI FAXmaker fax server. For more information. visit: http://WW'IV.gfi.com ThiS fax was receive y J i I j t I ! SH."c:) 1 . age 9'! LJate 11/4/2005940:12 AM iii TDA8 WORkERS COIIPI!N8ATlON AND EMPLOYERS LIABILITY INSURANCE POLICY WC42 0101 (Ed. 7-84) TEXAS NOTICE OF MATeR'AL CHANGE INDORSEMENT This endo...mon, a"lie. onl, 10 'he in"..nt<! ,mvidsd b, Ih. "'Icy bs"",.. r.... Is ,h.... i.l1om a.A, .f Ih. I.Ill"".,;,. Page. In tho ,venl.f "...I.'I'n or "h., m.",,,, sh..g. 'f the P"CY. we will man ."".... ..... '0 tho p.,... or '",.nl'.'i" named In the SohedulEl. The number of days advance no1iclil is snown In lhe Schedule, This endoNilement snall not operate directly or indirectly to bene1it anyone nat named in the Schedule. i. Number of days advanoe notice: 30 Sc~edule v 2. Notice will be mailed to: The City of Corpus Christi Department of Engineering Services Vi Attn.: Contract Administrator P.O. Box 9277 Corpus Christi, Te~as 78469-9277 Thill ~I Chang" IN POliCy 10 Whlctl it It a_~ and i$ e~l;v. en tho ctlllt /QutCf un_ othttwIH CIaIeCl. (lItIln..h........" ...... 'e requt... on" "'*' thIe ....,........ It ........ .u,*""",t Ia ".,.,.... of IIIe POlicy.) EncIoIWlMnt Er.cuvo 6 / 1 I 0 5 - 0 6 poltcy No. we 3 21 2 4 62 v/ !nCl<<lernent No. ,...... TIC ConstructiOn,Ltd. v' ,"'...... tJ. / '-- Bituminous Casualty Corp"..............'" ,.4..~;. ~~ we 420101 (Ed. 7-14) ",__ a..,... .....,,. ...... d by GFI FAXmaker fax server. For more information, visit: http://www.gfLcom ThiS fax was receive ;-it" 'JE' ! ,aTe ;4;200'- 94013 AM GENERAL ENDORSIMBNT Name ofperson or organization insured TiC Construction, Ltd. ( Date this endorsement takes effect 11 / 3 /05 Endorsezuem Number 1 Policy Number QT6605377B274 .; Polioy Period 11/3/05..06 / Builders. Risk: / Installation P1o~er Travelers Lloyds ~ , Name of Company issuing this endorsement (We willl10C fill In the above unless We iuue this mdorsl'lrMtlt after we issue your polic:y) In consideRltiol1.ofno change in premium. add the following as an additional insuxed: City of Corpus Christi: Department of Engineering Services ./ P.O. Box 9277; Attn: Contract Administrator V CotpUB Christi. TX 78469-9277 Should the above descn'bed policy be cancelled or materially changed before ~e expiration date thereof: tho issuing company wiD mail 30 days written notice to the above named.. Sigaature: 4J- ;./J.-?,- { Authorized Agent ,..! This fax was received by GFI FAXmaker fax server. For more information, visit: http://www.gfi.com