Loading...
HomeMy WebLinkAboutC2006-028 - 1/10/2006 - Approved r- ,~ l r r 1 r ,... 1 1 SPECIAL PROVISIONS Cravens Partners 2006-028 01/10/06 M2006-002 SPECIFICA TIONS AND FORMS OF CONTRACTS AND BONDS FOR r CONCRETE-LINED CHANNEL REHABILITATION 1 FL YNN SHEA DITCH r r- r- , ,.... ...~ -' ,..~ .. Prepared by: I-il~ HOR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 361/857-2216 Fax: 361/857-0509 FOR CITY OF CORPUS CHRISTI, TEXAS STORMW ATER DEPARTMENT Phone: 361/826-1881 Fax: 361/826-1889 NOVEMBER 2005 ~\.\\\\\\HUlllIJ ~ 'tt or r 'I!.I ~ ?'\,~'*"""'~~"'/0/ -:::::*.' '.*,%- ~ . , Y: ~*: ',*~ ..---...:.....................~ ~ CARL E. CRULL -::=- /.. .. .. .. .. . .. . .... .. .. .. .. . .. .. .. .. .. .. . ..----- ?'. 46706 . ~ /-'/ -0 ' , ~ -p. '.1> <<,<;).' ~ 0,.... "~C I sn:.~.' 1; ~ss""'" (/11/ IONA. ./ 'linn jt}!l flllv I I I ] PROJECT NO: 2248 ORA WING NO: STO 527 09079-21362211 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: 880-350] To: ALL PLAN HOLDERS From: /' , ~ ~ _ _/ Pages: 9 (including cover sheet) Angel R. Escobar, P.E. ^ ~ Director of Engineeri e rices Date: December 12, 2005 Subject: Concrete Lined Channel Rehabilitation - Flynn Shea Ditch Project No. 2248 Addendum No.2 Comments: This fax transmission contains the signed, sealed addendum from HDR Engineering, Inc. The addendum provides a REVISED 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 Wi Corpu? :w = ChrIstl I ADDENDUM NO.2 I ~~ DATE: DECEMBER 12, 2005 TO ALL PROSPECTIVE BIDDERS PROJECT: CONCRETE LINED CHANNEL REHABILITATION FLYNN SHEA DITCH PROJECT NO. 2248 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 not specifically affected by this addendum shall remain unchanged. I. PROPOSAL DELETE: The current Proposal Form in its entirety, ADD: The REVISED Proposal Form in lieu thereof. (Attachment No.1) This addendum corrects the quantity for Bid Item A 12, Interlocking Articulated Concrete Block. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO, 2 C/iL '. -lie ,'" 10', ~<'.'.4, Or' ,G I S i \.. ": ,',,!:Y /~s IONA\,<-V.j:::t~ Ie ~ ';!~1; \",i7.--: / IV' p~ Carl E. Crull, P.E Vice President HDR Engineering, Inc, ATTACHMENTS 1 Revised Proposal Engineering Services PO. Box 9277 . Corpus Christi, Texas 78469-9277 . (512) 880-3500 ADDENDUM NO.2 Page 1 of 1 p p :) p :) S A L FOR M F :) R CONCRETE LINED CHANNEL REHABILITATION FL YNN SHEA DITCH DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS RINISED PROPOSAL FORM PAGE 1 OF 7 Addendum No.2 Attachment No. 1 Page 1 of 7 PRO P 0 S A L PI :'(': Dc:te: ~l:)posal f -----... - --...-----.-....--...-.---- ...-------- _._------~-~- a Curr,orat Lon orgar: j zed and existing under the laws of the St3.te of OR ::l. Partnersh p 1 Individual doing business as --. --~---~-_._._--_._- ------- -_. -- "------ -- _._._.~__...____.m .___.___._.._~ TO: The City of Corpus Christi, Texas Gentlemen: The undersi gned hereby proposes to furnish all labor and materials, tools, anej necessary equipment, and to perform the work required LJr: CONCRETE LINED CHANNEL REHABILITATION FL YNN SHEA DITCH at 1he locations set o,t [} the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: REVISED PROPOSAL FORM PAGE 2 OF 7 Addendum No. 2 Attachment NO.1 Page 2 of 7 CITY OF CORPUS CHRISTI CONCRETE LINED CHANNEL REHABILITATION FLYNN SHEA DITCH PROPOSAL BASE BID ~-1 II I III ! IV I V r BID QTY & , UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) I, " 1'1c)bi 1 j zar lon, r:)~mobjlization, JS and Bond~; , pf r' c,uElP Sum ---- " $ '. -.... --------- --'~'.- -- 4 ' Diameter Concrete Stormwatec Manhole Type A) , A; FA complete md n place per Each, c; $ y 7 ' - ., 4' CO:1C1 ete Junction Of L B;)x, cumpi ete iI' pJ a."e per l1,,5 EA Ea.::h. $ $ ------.- -----_._~..._- 1 ){ , 6 Concrete .Junct ion , Box, compiete in place A4 EA per Each, $ $ -------- -_.._--~-------~ 18' .~ ~ , 6" COI!Cn'1:e Junction ~ " Box, comp.-ste in place per A.' EA Each. $ $ - ~--'--'-~._..._-~ 140 18" Reinforced Concrete Pipe, A6 LF' complete in plaCE per Linear Foot $ $ -~ 64 21" Arched Rei,lforced A7 LF Concrete Plpe, complete in place per Linear Foot. S $ _._-~_._.~-- -_.._._--_.~.~-- ~ 49 24 " Arched Rei:,foL'ced AS LE Concrete Pipe, complete in place per J_Jinear '''oot $ $ ---.-----. .'--'-'~-~--- 7, 900 Cleaning 01 Concrete Channel ,;;9 LF Liner, as specified per Linear Foot :? --- $ REV18ED PROPOSAL FORM PAGE 3 OF 7 Addendum No. 2 Attachment NO.1 Page 3 of 7 CITY OF CORPUS CHRISTI CONCRETE LINED CHANNEL REHABILITATION FLYNN SHEA DITCH PROPOSAL BASE BID (CONT INUED) , I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) - 0 C;,tass L.iL"d (haule L Flll and A~ " Gradin,] Er::Jded Areas and ;:'Y a Ldrge holrc,s, CUBIC YARD e. $ per y -, Seedinq 01 Grassed Lined Al 120C Channe~ Eloded Areas and SY Large Hal :omplet e. $ s, In y Del: Sauare --'-'~-,-- place, Yard Interlocking Articulated 1780 Conclete 'nock Erosiun AI~ SY Plotectioli Frclm ,3ta +]0 to 2+28, com} letE in place, E'er: $ $ ---------,._-,-" - Square Yard 2500 Surface RestoratIon AI~ Sy (Seedinq) , cornplc,te ':Il place, e. $ ~~~arE Yar~ y -, --"-'~- - Erosion Contrcl ~leasures for AILl J Pipe Replac:ement,s LE (Temporary , complete in $ $ ---~-,~._.. - Place, per Lump Sum I 571 Trench Safety Ear Pipe, AI:: i I LF Linear Faa' e. $ per , i '~--'------- --_.~---~ r I 7 Trench Saffcty lor Structures, A16 I EA per Eacb $ $ I -- I -----_._~ TOTAL BASE BID (Items Al through A16) : $ REVlSEO PROPOSAL FORM PAGE 4 OF 7 Addendum NO.2 Attachment No. 1 Page 4 of 7 - e undersigned her~by declares that he has visited the site and has (:irefull J' examined he pI ans! speci f ications and contract documents 1 lat ing to the vlor CC'Je red bj' hi s bl d or bids, that he agrees to do the w rk, an,; that no r~presentations made by the City are in any sense a !, r re:1 t y !;ut 31ne e Est ima es f 01 the 9ui dance of the Contractor. Ur I,' lICe,'.l r: "a'>'/clJ d f contra t, lye will within ten ) i '::dl ndar ~1a':, s exEc u':e he forma l contract and will deliver a cfcrmar. e B:ncJ (a n.quirel; f r It,,:;: faithful performance of this <; 'ltract and a ?a ym,~nt Bend (as required) to insure payment for all oar ane materia s. T~e b d bond attached to this proposal, in the Cli' un t::l f 5 . f t e hig he.:; t :imoun t bi , is to become the property of t C it./ f CcrT'ls C d ~ ti i1: ! he event the cant ract and bonds are not executed within the -ime above set forth as liquidated damages for the c'e . a y and addi t i ()LaJ wo t k ca used thereby. Minority/Minority Business Enterprise Participation: The apparent ow bidder shall, within two days (five days for Contractors au side Nueces County of receipt of bids, submit to the City Engineer, in writing, the names and addresses of NBE firms particip<3lting in the contract and a descr~ption of the work to be performed and its dollar V3 ue fer bid E:','aluai iOL purpuse. Number of Signed Sets of Documents: The contract and all bo ds wil be prepared in not less than four counterpart (original s i'1ned) set s. T~e of Completion: The undersigned agrees to complete the WOlK within 120 calendar days from the date designated by a Work Order. rhe 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 ,=.md the requirements pertaining thereto, for the sum or sums abcve set forth. number) : Receipt of the following addenda is acknowledged {addenda ~_..__.._.~.------ ...--- ---- ..--.--.----.- Respectfully submitted: Name: (SEAL - If Bidder is a C:)rporatiun) By: Address: (SIGNATURE) (P.O. Box) (Street) (Ci t y) (State) (Zip) Telephone: NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. PR(7/90) REVISED PROPOSAL FORM PAGE 5 OF 7 Addendum No.2 Attachmetlt No.1 Page 5 of 7 ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME "-----------...,- -..----------- STREET - --"-----_.._- ----..-----.---.----. CITY: ZIP: FIRM is: 1 5 Corporation 0 Other [] 2 Partnership 0 3. Sole Owner 0 4. Association 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Job Title and City Department (if known) 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 "firm". Name Title 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 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 "firm". Name Consultant CERTIFICA TE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur Certifying Person Title: (Type or Print) Signature of Certifying Person:_ Date: REVISEO PROPOSAL FORM PAGE 6 OF 7 Addendum NO.2 Attachmel'lt No. 1 Page 8 of 7 DEFINITIONS a "Board Member". A member of any board. commission or committee appointed by the City Council of the City of Corpus Christi. Texas. b "Employee" Any person employed by the City of Corpus Christi, Texas, either on a full or part 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. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers. Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity, "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements f "Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation REVIseD PROPOSAL FORM PAGE 7 OF 7 Addendum No.2 Attachment No. 1 Page 7 of7 FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Chris6 P,O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: \LL PLAN HOLDERS Date: December 8, 2005 From: . ( Pages: 9 (including cover sheet) Angel R. Escohar, PE. I /p ~ Director of Engmeenng ServIces I"l ^ ~ Concrete Lined Channel Rehabilitation - Flynn Shea Ditch Project No. 2248 Addendum No.1 Sub,ject: Comments This fax transmiSSIOn contains the signed, sealed addendum from HDR Engineering, I nc. The addendum modifies the plans and provides a REVISED 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 ~ Corpu~ =- = ChrIstl I ADDENDUM NO.1 I ~ DECEMBER 8, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: CONCRETE LINED CHANNEL REHABILITATION FLYNN SHEA DITCH PROJECT NO. 2248 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 not specifically affected by this addendum shall remain unchanged. I. PLANS: SHEET 3 OF 20, GENERAL NOTES, NOTE NUMBER 9 ADD: MEASUREMENT FOR BID ITEM A9 SHALL BE TRUCK MEASURE. THE CONTRACTOR SHALL PROVIDE THE INSPECTOR WITH TRUCK TICKETS FOR ALL MATERIAL DELIVERED TO THE PROJECT SITE. II. PROPOSAL DELETE: The current Proposal Form in its entirety. ADD: The REVISED Proposal Form in lieu thereof. (Attachment No.1) Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM, END OF ADDENDUM NO, 1 -;\<:Z'\\\\ \ \ \tilll! 1/_ ~. ~~.E. or Tt (if _?' S'\.' '*" ", ,-r"l/r;;> ~. * ',*. r;J. ~, . 't/ _c: * : . " *' .~, .~ :, .... :.. . ',.:;~ :::; C i\RL [. CRULL ~. ';j' , " .. '46706" .. . ,:;'2.: ,>, "t', ,~:::::: / /9, 'Po.':1l('o~~C)''';''''<;I.J:Si L tf?r!7;~s,'si1:)I\t~11 0'; .IHm\\\\l\f;f - #~ Carl E. Crull, P,E. Vice President HDR Engineering, Inc. A IT ACHMENTS 1, ~vised f'lroposal Form EngIneering ServIces P.O. Box 92n. Corpus Christi, Texas 78469-9277. (:l61) "6-3801 ADDENDUM NO.1 Page 1 of 1 DF C F'OSAL FOP M FOP CONCRETE LINED CHANNEL REHABILITATION FL YNN SHEA DITCH DE?~RTMENT ENGINEER-NG SERVICE~ CITY 'n 'UkPUS CHRISTI, TEXAS REVISED E ROPOSAL F'or."j F1'\.GE 1 or - Addendum No. 1 Attachment No. 1 Page 1 of 7 PRO P 0 S A L PlaCE: DatE: r~ )sa -)j rpcraT iCI rqdni z.eri and existing under the laws of the ;ta' c OR P31 t ri'~r hit: Indiv,-iual doing business as TO. The City of Corpus Christi, Texas (:en em0'n: T:le undersigned h.:oreby propos'c~s to furnish all labor and rnat"'riais, "ools, and necessary equipment, and to perform the work req lree; ro': CONCRETE LINED CHANNEL REHABILITATION FL YNN SHEA DITCH at t co = oeat ions set Ot' b,. t he plans and specifications and in strict ace rdance ith the co tract documents f r the following prices, to- 'w it: REVISED PROPOSAL FORt.j P1V;r.: 2 OF 7 Addendum No. 1 Attachment No.1 Page 2 of 7 c BID ITEM ~\ ' -c, \4 ;.6 1-,7 r.8 l~ 9 QTY & UNIT :',} , :J EA t,A ~ ( !,F 7 -~j 0 CITY OF CORPUS CHRISTI CONCRETE LINED CHANNEL REHABILITATION FLYNN SHEA DITCH PROPOSAL BASE BID II III DESCRIPTION ',k,l. 1, ir~c: r CL:.-JS, CJP; ,,1- i ~11 :-~f; 4' Uiamete: Cel! :TI,le tel ITiha t er ,'Ian! ','[ omrle~ a: i ]! r fad,. PC>.) , '{ ,J' 'OL( e: ( Er_;x, '~)nnl e [,j '-j '~= icn r 11, i Box, -')ffi} .IE e i Eac a c- F,er I - i E .. j I '.:">., )YTlj onc'~_,_?-t- I I i CJ!l 1 ( e] " .0' ' ~;t'_'r Ea:::'] , 18" p,:~ :-;. 01 eel <)n:~~r~_:;~ CDmp L2;--_E~ lL pla'o c>el Foot ipe, Linear 4 F 2:~ Ar~hed ein or:ec Con':uC'te Pi, e, E,t pIa pel Lineal FJot. 1 [1 ,~, If 1.-' .c::: .,' Jj( 'J eiri. C~')nl (~tF~ :Pi~ t~, )I'n;llft pLacf' Fe) L ned F ;-1 Ciea!iJng f ::on re- j :nel LIner I as 5} ';,ci I Led c'~': L: nE'a 1 Foot REVISED PHOFCSAL FOPJvl Fl\.r;E 3 OF ! IV UNIT PRICE IN FIGURES V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) .;; c: "r '" , $ $ $ $ $ $ Addendum No. 1 Attachment No, 1 Page 3 of 7 I BID ITEM , .1:'..1 1 ' - I re];, L 4 /\ ~ 11 E: QTY & UNIT CITY OF CORPUS CHRISTI CONCRETE LINED CHANNEL REHABILITATION FLYNN SHEA DITCH PROPOSAL BASE BID (CONTINUED) II III DESCRIPTION '<) -j ',ae I CrajiIiJ I Lar:je '1" e:- :rcc"cJ ;,r,,2 and pc r CUBIC YARD C tl ~ ~;:1; >le ,::lriU ,t 'i~ See,jir~~J Char:n-~ L L,<rjP Cj: pla,>? , I L t -? r] ) e~' f ;ra."';ec L r d . r~ lee: ;'>.It'c::5 ::=-,11-:-1 () y ~:'+ 2 :'~ , n "rcn St,,-, t ( t- :'"pJ t n ,] per Square ':r"dro i_f Surf.-l f?8E ora' i._ (,,;c,,'E; ~~, -,3:j~1 a :~ emr ': arc d ErC).~~ i -)1 Ofl ro 1 ivlt:::,-j 1: r r~,.~ for ,:-.) Pipe Rer ae men ~ (Temporal y) '",te I;' Place, er uump Sum 4 Trerje); Safe F' per l,JiLear Y f oot r ;:' EP... TreLe!. S'clfe' " f pe r Ea-:h :lres, IV UNIT PRICE IN FIGURES TOTAL BASE BID (Items Al through A16) : $ REVISED PROPOSAL FORl'1 PP.,GE 4 OF 7 V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ Co " cO , $ $ $ $ Addendum No. 1 Attachment NO.1 Page 4 of 7 Th unders gned hereb fullv ~xamined th ,ting t the work n hat rep declares that he has visited the site and has p ars, specifica~ions and contract documents overed by his bid or bids, that he agrees to do eSE otat! ns made oy the City are in any sense a p c: t ~rr t for t:-w Cj U L d d. n ceo f the Con t r act 0 r . ,.-. ~. , t..- c. i the rc' .~"l ( '.'1,= anty t 3. J ,-.-:. 'II (~::, :c- E' uc ufi at (.,i.1 pI :=.to \-'E; ward ! n~ract, we will within ten e ~ecLtt: t ;lC formal contract and will deliver a for t~e faithful performance of this as required) to insure payment for all d tc)nd at ta heel to thi s proposal, in the arrhimt bLd, is to become the property of 'r t hco event he contr act and bonds are not ,bUlE et fcrt as 1 iquiclated damages for the ( J h c: c . Jar BeL j < (),rn:3! C '.,s :'eq ra t a lei a 't-aymer B )nu }t(~I l:il. Th.. L t.h,,, h gh,3t ~. C r ~ ~.. . h 1 1. S t '/J thin the. tlne Jdi t _.Inri _ ':.od -1_ } I n an, T: r ( .nT. .1.' '/ uted lj :in 3U:-':C,c] thereb' ex, ::iE Minori ty/Minori ty Business Enterprise Participation: The apt reLt 1 w bidder sl al . ~ithin two days (five days for Contractors oct ide Nue es :.Junt y) of ree:e i of bids, submit to the City Engineer, II ~riti:lg, the names and addresses of MBE firms participating in the (Xl' rac a ,j a deseri, tien ::f 7 he work t () be performed and its dollar va e lOt d evaL:Llt.on :)urp'c;''' bel S '.</ i ed Number of Signed Sets of Documents: 1 be creprlni j'l not less than four e' c.;. The contract and all counterpart (original Sl Time of Completion: The undelsigned a9rees to complete the "JOl wlthili 120 calendar days trom the date designated by a Work Order. he ulicleIsi ;nee fur~ cr de laces that he will provide all nee 8821', ~OCL:31r.d 3pp3Il.tUS, do a1 the vlOrk and furnish all mat rial nd de ever thin9 required to carry out the above mentioned WO} COV!'TcC:l t hi t rop s:11, in strict accordance with the contract doc ,ment:=- and tiiE n<Ju re''lerts pertaininu thereto, for the sum or sums abc e se rth. nurnter) NOTE: }.eceipt f "he following addenda is acknowledged (addenda Respectfully submitted: Name: (SIGNATURE) (SELL - f Biddel i c, ! rpora~ i in Address: (P.O. Box) (Street) (City) (State) (Zip) Telephone: Dc I t detach t Ld [rom other papers. PI1 in with ink and submit complete ''/JiU attached pdpees. PR(7/90) REVISED P?UPOSAL FORM ~J\GE 5 OF 7 Addendum NO.1 Attachment NO.1 Page 5 of 7 ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME STREET FIRM is CITY ZIP: Corporation Partnership [j 3 Sole Owner 0 4. Association 0 5 Other] DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm", Name Job Title and City Department (if known) 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 "firm". Name Title 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 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 .firm". Name Consultant CERTIFICATE I certify that all information provided IS true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested and that supplemental statements will be promptly submitted to the City of Corpus Christi Texas as changes occur Certifying Person: Title (Type or Print) Signature of Certifying Person___ . Date REVISED PROPOSAL FORM PAr;E 6 OF ' Addendum No. 1 Attachment NO.1 Page 6 of 7 DEFINITIONS a. "'Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b "Employee" Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c '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. d OffiCIal" The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and DiVision Heads and Municipal Court Judges of the City of Corpus Christi, Texas. eOwnership 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 . Consultant" Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. REVISED PROPOSAL FORM rN~ E 7 0 F "7 Addendum No. 1 Attachment NO.1 Page 7 of 7 SPECIAL PROVISIONS SPECIFICA TIONS AND FORMS OF CONTRACTS AND BONDS FOR CONCRETE-LINED CHANNEL REHABILITATION FL YNN SHEA DITCH Prepared by: li1{ HDR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 361/857-2216 Fax: 361/857-0509 FOR CITY OF CORPUS CHRISTI, TEXAS STORMW A TER DEPARTMENT Phone: 361/826-1881 Fax: 361/826-1889 NOVEMBER 2005 :'0-,\'\\\\\\H U I U! J ~ ,\t. or r (I!.; ~ "\t-........~-t: I'll -::::-: l,.. * .:4s- t// ~*.' '.*~ ~ . . '/-': ::::::*: '.*~ - . . r :::: . . . . .. . . . . . . . . . . . . . . . . .. ~ .;:::; CARL E. CRULL :;:::; /.......................---'" ?'. 46706 ~ :0 -0 . . '/-': -p. '.1' f,.<:J.' 1; o"'..~~/sTtV,.. f(J;<'Ss ...... ('~l IONA / IIUm /0) IlftV PROJECT NO: 2248 DRAWING NO: STO 527 09(/79-2136;-' 21 (Revised 7 5/00) CONCRETE LINED CHANNEL REHABILITATION FL YNN SHEA DITCH Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities SECTION A - SPECIAL PROVISIONS ll. l A ~ A 3 A 4 ll. 5 A 6 A ' A 8 A 9 A LO A 11 A 12 A 13 A 14 A 15 A 16 A 17 A i8 A 19 A 20 A 21 A-22 A-23 A 24 A 25 A 26 A- 27 A28 A29 A- 30 A- 31 A- 32 A- 33 A- 34 A-35 A- 36 A- 37 A- 38 A- 39 A-40 A-41 A-42 A-43 Time and Place of Receivlng Proposals/Pre-Bid Meeting Definitions and Abbreviations Description of Project Method of Award Items to be Submitted with Proposal Time of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking ~~tion ~nd Rcmov~lo (NOT USED) Disposal/Salvage of Materials Field Office (NOT USED) Schedule and Sequence of Construction Construction Staking Testing and Certification Project 8igns- (NOT USED) Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Inopection Required (Revioed 7/5/00) (NOT USED) Surety Bonds Saleo Tax E)(emption NO LONGER APPLICABLE (6/11/98) Supplemental Insurance Requirements Rcoponoibility for-Damage Claimo (NOT USED) Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Contract" Requirements Amended Policy on Extra Work and Change Orders Amended "Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents City W~ter Facilitico Special Requiremcnto (NOT USED) Other Submittals (Revised 9/18/00) Amended "Arrangement and Charge for Water Furnished by the City" Worker's Compensation Coverage for Building or Construction Projects for Government Entities Certificate of Occupancy ~nd Pinal Acceptance (NOT USED) Amendment to Section B-8-6: Partial Estimates O~onc ~dvioory (NOT USED) OSHA Rules & Regulations Amended Indemnification & Hold Harmless (9/98) Revision 8/03 Page 1 of 3 A-44 A 45 A 46 A 47 A 48 A 49 A 50 A 51 A 52 A 53 A 54 A 55 p.. 56 Change Orders (4/26/99) As-Built Dimensions and Drawings (7/5/00) Diopoaal of Highly Chlorinated Water (7/S/00) (NOT USED) Pre COBotruction Explor.J.tory EJcca.'utiono (7/S/(0) (NOT USED) Overhead Electrical Wires (7/5/00) Amend UMaintenance GuarantyU (8/24/00) Trench Safety Pavement Restoration and Project Clean-up Surface Restoration Errors and Omissions Lack of Information Amended General Provisions B-2-7 Preparation of Proposal Measurement and Payment of Subsidiary Items of Work Submittal Transmittal Form ATTACHMENT I - SAMPLE COMPUTER GENERATED PROPOSAL SHEET SECTION B - GENERAL PROVISIONS SECTION C - FEDERAL WAGE RATES AND REQUIREMENTS SECTION S - STANDARD SPECIFICATIONS 021010 ProJect Signs 021080 Removing Abandoned Structures 022020 Excavation & Backfill for Utilities & Sewers 022022 Trench Safety for Excavations 022100 Select Material 022420 Silt Fence 027202 Manholes 027402 Reinforced Concrete Pipe Culverts 028020 Seeding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, & Covers SECTION T - TECHNICAL SPECIFICATIONS 02800 Concrete-Lined Drainage Channel Cleaning TXDOT Special Specification 4086 Interlocking Articulating Concrete Blocks with Cables LIST OF DRAWINGS 1 Cover Sheet, Project Locatlon and Sheet Index 2 Abbreviations, Legend and General SYmbols 3 Estimate Summary, and General Notes 4 Project Layout Sheet 1 of 4 5 Project Layout Sheet 2 of 4 6 Project Layout Sheet 3 of 4 7 Project Layout Sheet 4 of 4 8 Project Layout Sheet 1 of 4 9 Site Plans 1 & 2 IO Site Plans 3 & 4 11 Site Plans 5 & 6 12 Pipe Replacement Details Sheet 1 of 3 13 Pipe Replacement Details Sheet 2 of 3 14 Pipe Replacement Details Sheet 3 of 3 15 Junction Box Details Sheet 1 of 3 16 Junction Box Details Sheet 1 of 3 17 Junction Box Details Sheet 1 of 3 18 Manhole Details Sheet 1 of 1 19 Erosion Control Sectlons and Details 20 City of Corpus Christi Standard Stormwater Details Revision 8/03 Page 2 of 3 NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Revision 8/03 Page 3 of 3 NOTICE TO BIDDERS NOTICE TO BIDDERS ~ealed proposals, addressed t,) the City of Corpus Christi, Texas for: CONCRETE LINED CHANNEL REHABILITATION -FLYNN SHEA DITCH consisting of the removal if existing 18" " 21" (arch) and 24" (arch) corrugated metal pipes, and replacement wIth proposed reinforced c(,nccete pipe. Replacement of storm pipes includes the nstallatlon of 140 L.F. of IS" reinforced concrete pipe, 64 L.F. of 21" einforced concrete pipe (arch). 490 L.F of 24" reinforced concrete pipe (arch). typical Gtormwater concrete manholes and 5 special concrete junction boxes. -'roject. a! so i ncl udes inscallat i on of 1000 S. Y. of Interlocking Articulated 'oncrete Block erosion protection and cleaning of approximately 7900 linear feet .f concrete channel Lirer is' wide rectangular channel) The project includes all ippurtenances and associatedlJork in accordance with the plans. specifications. nd contrrlct documents, Ids wi 11 be recel vedcl.t the off lce of the City Secretary until 2: 00 p.m. on Wednesday, December 14, 2005, clnd then publicly opened and read. Any bid received .,fter closing time will be returned unopened i\ pre-bid meet.Lng is ,;cheduled for 10:00 a.m, Tuesday, December 6, 2005. The location of the meeting will be the Engineering Services Main Conference Room, Third floor, City Hall 1201 Leopard Street, Corpus Christi, Texas. The pre-bid 'Tleeting wIll be conducted by the City, and will include a discussion of the t'oj eet scope, I, bid bond in the amount )f 5% of the highest amount bid must accompany each proposa J . Failure to proride the bid bond will constitute a non-responsive proposa J which wi 11 not be considered. Fail ure to provide required performance lnd payment bonds for contracts over $25.000 00 will result in forfeiture of the 1; bid bond to the City as liquidated damages. Bidder's plan deposit is subject :' mandatory forfeiture to the City if bidding documents are not returned to the l'lty within two weeks cf recelpt of bids. C'lans._ proposal forms, .;peclfications and contract documents may be procured from 'he City Engineer upon a deposit. of Fifty and nO/lOO Dollars ($50.00) as a 'Juarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is d non refundable postage/handling charge, '1he bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale s set out in the contract documents obtainable at the office of the City Engineer and the Contractor shal pay not less than the wage rates so shown for each craft (t type of "laborer," ".....orkman." or "mechanic" employed on this project. 'I'he City reserves the right to reject any or all bids, to waive irregularities and accept the bid which. iI the City'S opinion, seems most advantageous to the C;tyand ill the best intere:3t of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engineering Services is/ Armando Chapa City Secretary Rr"/ised /' /00 .-.;....::,...",.... NOTICE TO CONTRACTORS - A N01~ICE T() CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage III the following amounts IS required: ----.....- ~- TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE ---~" - 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage ~--_. "- CommercIal General LIability including: $2,000,000 COMBINED SINGLE LIMIT l. Conunercial Form 2. Premises - Operations 1. Explosion and Collapse Hazard 4. I) nderground Hazard 5. Products! Completed Operations Hazard - 6. Contractual Insurance 7 Broad Form Property Damage 8. Independent Contractors 9. Personal Injury - I AlITOMOBILE LlAB'LlTY~~OWNE\) NON~OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED - ~- I WORKERSO COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERSD COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT I EMPLOYERS[J LIABILITY $100,000 I EXCESS LIABILITY ... $1,000,000 COMBINED SINGLE LIMIT t . PROFESSIONAL POLLUTION LIABILITY / $2,000,000 COMBINED SINGLE LIMIT I ENVIRONMENTAL IMPAIRMENT COVERAGE - REQUIRED Not limited to sudden & accidental discharge; to include long- .-X. NOT REQUIRED tern environmental impact for the disposal of contammants I BUILDERSD RISK See Section B-6-11 and Supplemental Insurance Requirements L---. - REQUIRED .-X. NOT REQUIRED -.--- INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance I Requirements - REQUIRED .-X. NOT REQUIRED -,"'--'-- Page 1 of 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance 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 WORKE?. f S CO:.!FE!.JSATION COVERAGE FOR BUILDING OK CCNSTRUCTION PROJECTS FOR GCVE~{MENT ENTITIES ~exas law requi~es that ~ost contractors, subcc~t~actors, and ot~~~s 9roviding work or serv~ces for a City building C~ construction pre ec: ~ust be covered by worke~'s compensation insura~ce, authorized sel:-:~surance, or ~n ~ppr8ved worker's compensa~~8~ coverage agree~er',t . Even If Texas law does ~ot require a contractor, subcontractor or others performing project services (including deliveries to the job site) :.0 provide 1 0::: the 3 forms of worker I s compensation coverage, the C~ty w~ll require such coverage for all individuals providing work or ser':~ces on this ProjecT:: at any time, including during the ma1.:-.::e::ance guaranty period. :.~otor carriers 'which are required to reg~s:er with the Texas Depa~::~ent of Transportation under ~exas Civil Sta~~tes Article 6675c, and which provide accidental insurance coverase under Texas Civil Statutes Article 6675c, Sect~on 4(j) need net ;rovide 1 of the 3 forms cf worker's compensation coverage. ~he Contractor agrees :~ comply with all applicable provisions cr Texas Administrative Code "itle 28, section 110.110, a copy of wh~cr. ~s attached and deemed ~~corporated into the p~oject contract. please ~ote that under sect~cn 110.110: certain language :..ust be included in the contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project, the Concraccor ~s required to submit ~o the City certificates of coverage for its employees and for all subcontractors and ot.hers providing services on the Proj ect. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the Contractor l5 required to post the requ~~ed notice at the job Slce. By sig~lng this Contract., the Contractor certifies that. ~= will timely c::)m;:.!.. ",vi th these Notice 1:0 Ccntractors "B II requirement.s. NOTIC~ ~o CONTRACTORS - B (Revisea 1/13/98) Page 1 of 7 8/7/98 ~ ~ge 1 \.~\ ~ Q Title 28. ~SCR\~CE Pan II. TEX.A.S \VORKERS' CO!'ylPENSA TION COylMISSIO~ Chapter 110. REQCIRED NOTICES OF COvcRA.GE Subchapter B. E:\1PLOl-."ER .'<OTICES ~ 110.110 Reponing Requirements for Building or Construction Projects for G<>vernmenul Entities (a) The following words and terms, when L:sed in this ruie, shall have the following meanings, unless the context cie2.I"ly indicates orherv.rise. T e:ms not define:: in this rule shail have the meaning defined in the Texas Labor Code, if so de5neG. 1) Cernnczte of coveiZge lce~illc;;.,:)-.~ copy of a ce~jfica.re cf Ssurance, :J. certificate or authority to sell-insure :ssued b:/ the ~r.unissicn, cr a workers' compeasaucn coverage agreement (1WCC-81, TWCC-82, nVCC-S3, or rWCC-S4), showing Statutory workers' compensation insurance coverage for the person's or entity's employees (induding those subject to a coverage agreement) providing sefYlces on a project, for the duration of the project. (2) Building: or consuuction-nas the m~'1i.ng defined in the Texas Labor Code, S 406.096(e)(1). (3) Conm.etor-A. person bidding for or awarded a building or consuuction project by a governmental entity. (4) Coverage-Workers' compensation insurance meeting the stanltory requirements of the Texas L1bor Code, S 40 L 0 II( 44 " (5) Coverage ~greement-A writte~ ~g:reer:1ent on form nvcc-o 1, form TWCC-S2, form TIVCC-83. or form TWCC-S4, filed with the Texas Workers' Compensation Commission which eStablishes a relationship between the parties for ptuposes of the T ex.as 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 responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duraaoo of the proJect--Includes the time from the begi.nning of work on the project until the work on the project h2.S been compieted 2....,d accept:d by the govem...'l1ental entity. (7) Persons FOVlding serv;ces on the proJe(;t ("subcontractor" to, 9 406.096 of the Act)-With the exception of persons ex::uded under subsections (h) and (i) of this section, includes ail persons o~ entities per-fonning all or part of the services the contractor has undertaken to perfonn on the proJeC7., regardless or whether that person conuac:ed directly with the contractor and regardless of whether that person has employees This includes but is not limited to independent contractors. subcontractors. leasing companies, motor carriers, owner-operators, employees of any such entity, Of en:ploye~ ~f . any entity furrishing persons to perform se:vices on the projecr. "Services" includes but IS not li....."11tea http://w..:vv..scs.stJ.retx....ls/tJ.d2S/II/l iOJB/110.110 html ~IOTICE TO CONTRACTORS - - Revised 1/13/981 paqe 2 ot 1 817/98 L Page 2 c:- ~ o C~. - ~'- = :-:::..:iing, 0: de...:';ermg e~Ulpr:ie:1t or ::::::::::lls. cr :r:::\,ding labor, tra.:.,spc;:2.::on. or othe~ ;erv:c:: -e:__::::: :0 a DrOjec:. 'S~;vices" dces not G::::..:::::e aClI.,~,:e~ C1:,:eiated to the proje:::. s'..1ch as 'ooc.jee~ .::e ','endors. c'::::e sUDply delivenes, 2..;-:::' celivery or :orL2ole toilets. 8) Prcle~.-L:.ciudes the prc',ision of all servIces re:2.~ed to a CUUC:':lg or construCT..ion C0:::Z-2.ct for a gove:.-r..:::e:--::::...: e:1t1ty (b) Provlo;r.; or causmg to ,:;e provided a certiiica:e of coverage Fursuant to this rule is a eprese:::.a:..:::: by the lIlSure::. :hat all employees cf :.he UlSured who are pro\,iding services en the proje~ ~e :::'.'ered by workers' compensation coverage, that the coverage is based on proper reporting or' classification codes and payroll amour.ts, 2l1d that all coverage agreements have been filed '.vith L~e ap:ropriate insurance carrier or, in the case of a self-insured, with the commission's Division )f Sdf-Li.s<.r:!:.ce Regulatior_ Providing false or misi~ding cerrincates or coverage, or failing to ;:)[OVlOe or :::aimain requirec coverage, or failing to re~ort any c:-.ange that materially aifec..s the provision o( coverage may S"Joject the contractor or other person providing services on the project to adminisL'C.::ve penalties. criminal penalties, civil pe~aities, or other- civil actions, .. c) A gove;.'~-::e~ta1 e:Jtitv u-.~t enters into a bui1di..~g or constrllC"'..:an contract on a project shall: ]) inciude :r. t~e bid specrncations, all the provisions of paragraph (7) of this subsection. L:sing the ianguage required by paragraph (7) of this subse~iGn: 2) as p311)r[.~e contract, L:sing the language required by paragraph (7) of this subsection, require the ,;ontrac..or ; 0 perform as recuired in subsection (d) of this section; ;3) obtain ~c;n 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 u:e end of the ct.:..r:-ent coverage period., if the contrac:or's current certificate of coverage shows that tbe coverage pe:-::od ends during the duration of the project; and (B) no iater 0.an seven days 2.l.'ler the expiration of6e coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of t!:le project; i 5) retain ce:-rUJcates of coverage on file for the duration of the project and for three years thereafter, 6) proVlde Co copy of the cer:i.ficates of coverage to the commission upon request and to any person entitle~ c() them by law; and 7) use the la.-:guage contained in the followmg Figure i for bid specrncations and contrac.:s. '''\;~out any addition2i words or changes, except those required to accommodate the specific document U1 which they 2..re comained or ,0 impose stricter standards of doc~r:1entation: 1'28$110110(c)(7) :;1 http://v,,'V,/\V scss,ate.txusltac.231Il111 OIB1l1 0 II O,htrrJ NOTICE TO CONTRACTCRS - 3 Revi.sed 1/13/981 paqe 3 ot 7 8/7/98 :. L\C i]) 110 Page 3 of6 :) A contractOr snail. ,i) provide coverage for its empicyees providing services on a project, fc:- ..:e duration of the project :ased on proper re;Jonmg of classi.::.::::.::on codes and payroil amounts ar.d E::g of any coverage 3.greemems; )) provide a certificate of coverage showing workers' compensation coverage to the governmental e:lory prior to beg:innbg work on t.;~e project; t:;) provide the governmental entity, p!':ior to the end of the coverage period, 2. new certificate of :overage showing eX1ension of ccverage, if the coverage period shown on the COntractors current :enificate of coverage ends during the duration of the project; . (4) obtain from each person providing services on a project, and provide to L~e govenunental entity: I A) a certificate of coverage, prior to that person beginning work on the project, so the governmental ~:ltity will have on file ceruficates or- coverage sho\\ling coverage for all persons providing services on :.::e project, and ,13) 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 certiiicate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of tIle project and for one year thereafter, (6) notify th.e governmental entity in \.V1iting by certified mail or personal delivery. within ten days after the contractor knew or should have YJlown, of any change that materially affects the provision of coverage of any person providing services on the project; ;' 7) post a notice on each project site infonning all persons providing services on the project that they are required to be covered, and stating how a person may verify current ccve..-age 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 normal 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, v.ithout any additional words or changes: REQUffiED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. T:-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. II "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verifY whether your employer has provided the required coverage, or to repon an employer's failure to provide coverage." hrrp:J/www.5os.state.Ix.usltad28/Ilfl10fBll}O.11 O.html NOTI~ =0 CONTRACTORS - B Rev1sed 1/13/98) Pllqc 4 at 7 8n/98 _.:: T r. C , V i 1 0 page 4 or b 8) cC:-lt:"acxaily req;.:!!"e e.:l::::1 pe:-scn \'I;11n wr.cr:: :: conrraC:3 :: ::-c'.ide services C~ 3. ;:roject to: A) provide coverage baseo on proper re?o~g of classification codes a.'1d payroii ~-::ounts and filin2: Jf any coverage agree~e:::.s fur ::..:.: of i:s empicyees provicii.ng services cn the project, for the duratia; )fthe project; B) pro'.,de a certi.fi~te 0:" ::overage to the cont:"actor prior to that person beginni.-:g .....ork on the :J rOJ e::;:: !C) inciuce in all contrac:s :0 pro'.icie services cr. the projec: tte language in subsec-icn (e)(3) of this sect1on.: (D) provide the contnc.:c~, prior to the end of the coverage pe:-iod, a new certiii~:e of coverage showing extension of coverage, !..f the coverage period shown on the current certiiic::.:e of coverage ends during the duration of the project: (E) obtain from each other :;erson 'Hith whom it contracts, and provide to the contractor: (i) a ce:-ti5cate of coverage, prior to the other ~e:-son begin.'1ing work on the project; ~"ld (Ii) prior to the end of the coverage period, a new cenificate of coverage showing eX!e:'.Sion of the coverage period., if the coverage period shown on the curren! ceniiicate of coverage ends during the duration of the project; (F) retain all required cer+..mcates of coverage on file for the duration of the project a."ld for one year thereafter, (G) notify the governmental entity in writing by ceItified mail 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 e:?cn other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this pa.ragra.ph, with the ceItificate of coverage to be provided to the person for whom they are providing services. (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 classiiication codes and payroll amounts and filing of any coverage agree::;,ems; (2) provide a certificate or' coverage as required by its contract to provide services en the project, prior to beginning work on the projec~ (3) have the following language in its contract to provide services on the project: "9y signing this contract or providing or causing to be provided a ceItificate of coverage, the person signing this contract is representing to the goverrunental entity that all employees of the person signing this contrac: who will provide services on the project wiil be covered by workers' compensation coverage hnp:J/v,-.vw sos.state.ocusltacl28/Ilil10fBlllO.110.html NOTIC& TO CONTRACTORS - B ~ev1sed 1/13/981 paqe 5 ct 7 8n/98 ,..~ ..J :;.-j rage; or 0 for ti:e d~,atlon of c::e project, that the c(;';erage will be based on proper reporting of classification codes and payroll a:::oums. and that all coverage agree:ne:::s ..mil be filed with the appropriate Lnsura::ce c.mier or, :..-: me case of a self-ir.5t:.red. with the commission's Division of Self.Insurance Resn:iation. Providine false or misleadins:r i.....formation mav subject the contractor to administrative pe~ries, criminal Fe~ties, civil penalti~s. or other civil ~c:ions." (4) provide the person for whom it is providing services on the project, prior to the end of the (',.Overage period shown on its current certificate of coverage, a new certi:ficate showing extension of coverage, if the coverage period shown OIl ilie certificate of coverage ends during the duration of the projec:; , (5) obtain from eacn person providing services on a project under contract to it, and provide as required by its contract: (A) a. certificate of coverage, prior to the other person beginning work on the project; and (B) 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 proj~..; (6) retain all required certiiicates of coverage on file for the duration of the project and for one year thereafter, (7) notify the govern:nental entity in writing by certified mail or personal delivery, of any change that materially affects 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 eoployees providing services on the project, for the duration of the project; (B) provide a certi:ficate 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) oftbis subsection; (D) 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 cr the project; (E) obWn 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 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 http://wwwsos.state.tx.usltacl2811I/110fBlllO.IIO.htm! NOTICE TO CONTIlACTORS - B RevLsed 1/13/981 P_ge 6 of 7 8/1198 l A '_. ~ V l I U Page 6 of6 lurauon 01 t:1e contra~. F) retam all required ce:-..:.:: :a:es of coverage on file for the duration oE .he project and for one year thereafter: (G) notify the govemmemal e::tiry in writing by certified mail or personai delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of :overage of any person providing services on the project; and (H) comrac:ually require e2.ch ~e:-son 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. (t) If any provision of this rule or its application to any person or circu.:nstance is held invalid.. the invalidity does not affect other provisions or applications of this rule that 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) TIlls rule is applicable for building or construction contracts adve....tised for bid by a governmental entity on or after September 1, 1994. TIlls rule is also applicable for those building or constrUction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement i.. this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, 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). TIlls subseC"~on applies only to sole proprietors. partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delive....~ issued for delivery, or renewed on or after January 1, 1996. Source: The provisions oftbis 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://WWW5os.slate.tx.usltad28fllJI10ffiIl10.1I O.html NOTICE ~o CONTRACTORS - B Revised 1/13/981 paqe 7 of 7 snl98 SECTION A SPECIAL PROVISIONS CONCRETE-LINED CHANNEL REHABILITATION FL YNN SHEA DITCH SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receivinq Proposals/Pre-Bid Meetinq Sealed proposals will be leceived in conformity with the official advertisement nviting bids for the project. Proposals will be received in the office of the City Secretary. located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, December 14, 2005. Proposals mailed should be addressed in the following manner: ATTN: City of Corpus Christi City Secretary's Office 1201 Leopard Street, Corpus Christi, Texas 78401 BID PROPOSAL - CONCRETE LINED CHANNEL REHABILITATION FLYNN SHEA DITCH r~ pre-bid meeting is scheduled for 10:00 a.m, Tuesday, December 6, 2005. The Location of the meeting will be the Engineering Services Main Conference Room, Third floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas ..The pre-bid meeting wlIl be conducted by the City, and will include a discussion of the project scope. A-2 Definitions and Abbreviations Section B 1 of the General Provisions will govern. A-3 Description of Proiect The proJect consists of the removal of existing 18", 21" (arch) and 24" (arch) corrugated metal pipes and replacement with proposed reinforced concrete pipe. Replacement of storm pipes includes the installation of 140 L.F. of 18" reinforced concrete pipe, 64 L F. of 21" reinforced concrete pipe (arch), 490 L.F. of 24" reinforced concrete pipe (arch), 2 typical stormwater concrete manholes and 5 special concrete junction boxes. Project also includes installation of 1000 S.Y. of Interlocking Articulated Concrete Block erosion protection and cleaning of approximately 7900 linear feet of concrete channel liner (5' wide rectangular channel). The project includes all appurtenances and associated work in accordance wlth the plans, specifications, and contract documents. A-4 Method of Award The bids will be evaluated based on the following order of priority subject to availabiliLy of funds: 1 Total Base Bid (Items Al thru A16) The City reserves the rlght to reject any or all bids, to waive irregularities and t.) accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. The Bidder shall bid for all Base Bid Items in the proposal. Section A - SP (ReviSed 9/18100) Page 1 of 23 Water Department Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services AEP/ Central Power & Light Co. SBC/ Southwestern Bell Telephone Co. City Street Div. For Traffic Signal/Fiber OptIC Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Opticl CAPROCK (Fiber OptLC) Brooks Fiber Optic (MAN) Regional Transportation Authority (RTA) A-12 Maintenance of Services 857-1880 (880-3140 after hours) 857-1818 (880-3140 after hours) 885-6900 (885-6900 after hours) 857-1881 (880-3140 after hours) 880-3461 857-1970 299-4833 (693-9444 after hours) 881-2511 (1-800-824-4424, after hours) 857-1946 857-1960 857-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624) 813-1124 (Pager 888-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972-753-4355 289-2712 The Contractor shall take all precautions in protecting existing utilities, both above and below ground. Due to the nature of the work proposed, the drawings do not iDclude any utility locations. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to ~aintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service :c construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the J! ilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc. ), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other .i..j. quid must not be pumped, bailed or flumed over the streets or ground surface nor routed through underground storm sewers and Contractor must pay.for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. The construction of temporary gravity flow lines, force main lines, pumping equipments, plugs, flow diversion structures, etc., required to maintain and control system flows shall be the responsibility of the Contractor. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile to meet the demands of inclement weather The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the aCI~essibility of adjoinjng properties. This may include, but Section A - SP (Revised 9/18/00) Page 4 of 23 A-a Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals inust contain original signatures and guaranty and be submitted in accordance with Section B 2 of the General Provisions. A-9 Acknowledqment of Addenda f'he Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. 3lnce addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse ffect when determining the lowest responsible bidder. A-10 Waqe Rates (Revised '/5/00) ,abor preference and wage rates for Heavy Construction. M~nimum ~r~vaiJ)n~~e_~_~_:ale", rhe Corpus Christi City Council has determined the general prevailing mlnlmum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, :)r portion thereof, for each laborer, workman, or mechanic employed, if such person .5 paid less than the specified rates for the classification of work performed. The -~ontractor and each subcontractor must keep an accurate record showing the names and n Lassiflcations of all laborers, workmen, and mechanics employed by them in :onnecti.on with the Project and showing the actual wages paid to each worker. I'he Contractor will make bi -weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all ubcontractors and others working on the Project. These documents will also be ,;ubmitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper torm and content of the payroll submittals.) (me and one-half (1-1/2) times the specified hourly wage must be paid for all hours .oiorked in excess of 40 hours in anyone week and for all hours worked on Sundays or holidays. (See Section B 1- 1, Definition of Terms, and Section B-7 -6, Working Hours _ ) A-!! Cooperation with Public Aqencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- eight (48) hour notice to any applicable agency when work is anticipated to proceed n the vicinity of any facl1ity by using the Dig Tess System 1-800-344-8377, the Lene Star Notification Company at 1-800-669-8344, and the Southwestern Bell Locate Group at 1 800-828 5127 For the Contractor's convenience, the following telephone numbers are listed City Engineer Project Engineer A/E Project Engineer 880-3500 Traffic Engineer Police Department HDR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 857-2216 Fax: 857-0509 880-3540 882 -1911 Section A - SP (Revised 9/18/00) Page 3 of 23 A-~8 Schedu1e and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer a least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- construction Meeting an lnitial Construction Progress Schedule for review. ~) Items to Include Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Tdentify the first work day of each week. Submittal Dates: [ndicate submittal dates required for all submittals. 4 Re~Submission: Revise and resubmit as required by the City Engineer. ~, periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Stakinq The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Ti,e major controls and bench marks required for setting up a project, if not shown :) the drawings, will be provided by the City Surveyor or the AlE project engineer. The Contractor shall furnish all lines, slopes and measurements for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City Surveyor or AlE project engineer 48 hours notice so that alternate control points can be established by the City Surveyor or AlE project engineer as he deems necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City Surveyor or AlE project engineer at the expense of the Contractor. [t, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City Engineer or AlE project engineer prior to deviation. If, in the opinion of the City Engineer OJ AlE project engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the C!ty Engineer or AlE project engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City Engineer or AlE project engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the neasuring of the completed work A-20 Testinq and Certification A.ll tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contracror must prov ide a 11 app] icable certi f ications to the City Engineer. Section A - SP (Revised 9/18/00) Page 6 of 23 is not llmited to, working driveways in half widths, construction of temporary ramps, et:' Por work within the City controlled right of way, the Contractor shall comply with he City of Corpus Christi's Uniform Barricading Standards and Practices as adopted Dy the Cl ty. Copies of this document are available through the City I S Traffic Engineering Department The Contractor shall secure the necessary permit from the ity's Traffic Engineering Department, i\II costs for traffic control are considered subsidiary; therefore, no direct payment w III be made tc Contractor. If the site needs any adjustment in the traffic c:ontrol sign location, which may be required for safety of traffic and pedestrians, no additional payment for the implementation and enforcement shall be made to the 'ontractor A-14 Construction Equipment Spillaqe and Trackinq The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials Such work must be completed without any increase in the Contract price. Streets and curb llne must be cleaned at the end of the work day or more frequently, f necessary, to prevent material from washing into the storm sewer system. No isible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets ~ lS ~ccavation ana Removals (NOT USED) The excavated area!] bchind curbo and adjacent to oide....allm and drive\..ayo muot be .filled './ith "clean" dirt ,"Clean" dirt io defined ao dirt that iD capable of pr~~iding a good growth of graoD ...hen ~plied .Jith Dced/ood and fertiliaer. The ~~t mUDt be free of debrio, caliche, aaphalt, eORcrete and ani' other material ~--t detractD from ito appearance or hampero the gro'.Jtll of graoo. All exioting concrete and aophalt .Jithin the limitD of the Project muot ee removed unleaD other~iDe noted. All neoeooary removalo including but not limited to pipe, drivc.;ayo, eide'..alka, etc., are to be conoidered ouboidiary to the bid item for "8trcct Excavation" "Paint Repairo",,:md "Rehabilitation~ Manholeo", therefore, no direct pa)'fl\cnt '.lill be made to Contractor~ A-16 Disposal/Salvaqe of Materials Excess excavated materlal, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor The cost of all hauling and disposal is considered subsidiary therefore, no direct payment will be made to Contractor. A-17 Field Office (NOT USED) The Contractor muot furnioh---t;.fte-City Engineer or hiD repreoentative ..ith a ~~~d ~::~ee at the eonotruction oite. The field office rouat contain at leaot 129 (} e feet of,uoeabl~ apace" The, field office muot be air conditioned and lleatc~ a:~ ~~t be ~arn~ohed ',ath an ~ncl~ned table tha.t mcaour,eo at leaot ,39" )[ 60" ~;~ -b; ~h) ~~:~r~. ~~: :ontraetor ohall m07e the f~eld off~ce on the c~te aD requ _d ..~ City Engineer or hie repreDentath'e. The field office IIlUst be farniehcd ;ith telephone (',.-ith 21 hour .per day ann'.,'ering oervice) and F.".x maohine paid for by the Contractor ,There io no. oeparate pa:t item for the field office. Section A - SP (ReviSed 9/18100) Page 5 of 23 3. Share in_~nts Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d Mino~i~~: See definition under Minority Business Enterprise. e Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f Joint Venture: A j oint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carryon a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Goals a. The goals Enterprises work force follows: for participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate on all construction work for the Contract award are as Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 % 10 % b. These goals dre applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor I s percentage is prohibited. 4 Compli_ance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Mlong with the request for final payment on the Project, the Contractor Section A - SP (Revised 9/18/00) Page 8 of 23 A-:U Pro;ect Siqns (NOT USED) The Contractor muct furnich and inatall T~..o (2) proj ect oigna ao indicated in Cpccification 021010. The oigno muat be installed before conotruction beginD and .iill be maintained throughout the Project period by the Contractor. The location of the oigno-',,"ill be- determined in the field by the City Engineer. ^ll ",.'ork and m.:lteri.:llo --Fetfl:rired for providing project oigna ohall be conoidered :lUboidi.:lrl' to other ~ A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) ~o ~ i 9: It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definitions a Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: association, or labor, services, foregoing under Any named person, firm, partnership, corporation, jOlnt venture as herein identified as providing work, supplies, equipment, materials or any combination of the contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth I . Owned (a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (bi 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 doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). SectioD A - SP (Revised 9/18l00) Page 7 of 23 1. Obt~in the necesG~ry o~leo t~x permits from the Etate Comptroller. ;h Identify in the ~~llropri~te Gp~ce on the lI~t~tcment of H~terialG and Other Ch~rgcs" in the propoo~l form the coot of m~teri~lo physically incorporated into the Project. ~ Provide reo~le certific~teG to ouppliero. 4, Provide the City ..'ith copieo of m~terial in':oicea to oubBt~nti~te the propooal v~lue of m~teri~lo. If the Contractor doee not elect to operate under ~ ocp~rated contract, he must pay for all S~lco, EJccioe, ~nd Use T~JteB ~pplicablc to taio Project. 8ubeontractoro complieo Hith certificate to '€'crtificate to ~rc eligible for o.:l.leo t~x eJtemptiono if the oubcontractor also the above requiremento. The Contractor muot iooue a reoale the oubcontr.:l.ctor and the oubcontraetor, in turn, isouco a recale hiD oupplier. A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-ll of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Wlthin thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker I s compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and Section A - SP (ReviSed 9/18/00) Page 10 0(23 will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion 01 to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) (NOT USED) The Con~r~et?r. o?~ll ~oourc t~e ~p~ropriate building inop~otiona b~ t~e Buil~iag Inapectlon 01 V1.o1.on *-~. v~r1.ouo lnter:alo of \.'orl. for winch a pC:rlIIlt 1.0 rCq\ured 1nd to aoourc ~ final.. inopection after the building io completed and ready for .)coupancy, ... Contr~etor muot obtain the Certificate of Occupancy, when applicaele. Section B 6 2 of the Ceneral Provioiono io hereby amended in that the Contractor muot pay .:111 feeo u-ae-chargeolevied by the City'o Building Inopectiofl Department, .:md all other City feco, including ',;ater,'-..aote.;ater meter feeo and tap fees ao required by City. A-24 Surety Bonds ?aragraph two (2) of Section B 3 4 of the General provisions is changed to read as tollows "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%, of the Surety Company I s capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (6/11/981 (NOT USED) Seotion B 6 22, Tax EJecmption provioion, io deleted in ita entirety and the follo~ing oubotituted in lieu thereof. Contracto for improvcmcnto tc&- real property a'..arded by thc City of Corp\1fJ Christi ~ not qualify for excmptionoof Salco, Excisc, and Uae TaxeD anlese tae Contractor e:lt;oto to operate under a oeparatcd contract aD defined by Section 3.J91 af Chapter 3, Tax AdmiRiotration of Titlc 34, Public Finance of the Tc){ao Adminiatrati....e Coae, or ouch other ruleo oJ' ~ul~tiono ao may be promulgated by the Comptroller of Public Accounto of Texao. ~f the Contractor electo tooperatc under a oeparated contract, he ahall. Section A - SP (Revised 9/18/00) Page 9 of 23 architectural submittal process, federal and state wage rate requirements, and City contract close-out procedures. The Superintendent shall be present, on the job site, at all times that work is being performed. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Aaended "Consideration of Contractn ReQUirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1 A list of the major components of the worki 2 A list of the products to be incorporated into the Project; 3 A schedule of values which specifies estimates of the cost for each major component of the work; 4 A schedule of anticipated monthly payments for the Project duration. 5 The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6 A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by SedioD A - SP (Revised 9/18100) Page 12 of 23 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 ha'v'e arisen out of or in connection with the work covel'ed by this Cuntract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder A-27 Responsibility for Damaqe Claims (NOT USED) f\J.ragraph . (.:1) Cener.J.l Li.:1bility of Section B I> 11 of the Cener.J.I pro...iaions ia ~meflded to include. 2ontr.J.ctor muot provide buildor's ria][ inaur.:1nce covoraqo for the tcrm of the Contr.J.ct up to .J.nd including the date the City fin.J.lly accepto the Project or ,wrIt: - Builder '0 riak cO'.'er.J.ge muat be .J.n ".".11 niah:" form. Contractor RlClSt Itay .J.l1 cooto neceao.J.ry to procure ouch builder I a ria]t: insurance coverage, including .J.ny deductible. The Cit)' muot be named aEiditional inaured on aRY po1iciea providing such inaurance coYer.J.ge. A-28 Considerations for Contract Award and Bxecution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for servLces 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 Lhe date of t:he release of the lien. If any such lien has not been re eased, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or mate} ials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder' s owner I president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criterIa upon which the City Engineer makes this determination may include the following: 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 to, scheduling of manpower and materials, otructClr~l Btecl ercction, masonry, safety, coordination of subcontractors, and familiarity with the Section A - SP (Revised 9/18/00) Page 11 of 23 A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the Technical Specifications construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence wIll be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, tandard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special ReQUirements (NOT USED) A-.- . '{i~~~r,:lCtor Orientation ~~~~~ ;~ ~::~~rffiiag '..'or]( at any ,City \.'ater faoilit~, th:n C::::f:O::~' ~i: ::~::n=to~, :-~ ~Ch of thelr employee!) muct ..a"Je : ;=i~ ::::: : ~:;;~ ~~~ ::~t ~ fy ing their ,rior ,ttend,ae. ;;~ _: \'k~;;;.' =::::: :::::~ ~ne~t~;l~n ~rogrum oonduoted by the ~ y .1 :;: :e:~e:: ~:~~:::;c~. , ~':.i6itor/coatractor Eafet,- OrieBt.:ti~ p~:=:. ~ :: :;c~:.. :~ 7,~~~~i~" Ci.y Water 9...tt...~. 'era=L,;o:-~-== _== :~~ ~~ ~~ ~~~e ouoh a card, and '..'ho deo~re to B} _ Jc ::::: any City \/ater faoilit),. For .:uiditioRal informatioa refe; ~e i;;a h ~. Operation of City O~med EquipmeBt :~ ::~~ac:~: ~hall Bot start, eperate, or step any p:..: =' :a~~:, :::::~::':;. :w~:.~~ ~~e.., ."'''al, er ~ o'h...-i.._ ~;;; "-;, ~.: w:-:-:-:- fae~:J:~ ~: ~ny time. 1'.11 such l.tems must he ~~-...d __}' __ operator or. other authoril:led ffiuintenance employee of the Ci~r ~at;; Department. ~ PretoetieB ef Water Quality ;~ ~ity ~~c~ deliver '.later of driaJdag quali,ty to ~~~ ::~~~m~~B :: j~~ :::~a. The ~o,At:::~~~ shall proteot the quahty of i~ __ _ ;~; _:: ~~~~ :;-d ~ha: I <:=oordinate ita work \;i th the Ci ty W~te; "i:;cpa; pf:"el'oeel'o the quaIl. ty of the ~:.:lter , fh-. CeBfermity ~dth ANSI/liSF Stand.ard 61 All ffiateri,alo :~~ ~~i!~ent use~ ia, the r;~::, :c:::e:~~, ~~::~po~~~;~o~, r;l~allatl.On, and ~nspeet1€lll of ~_, 0 =t:~ ~;.;~~, ~hi;h ,could COIftC iato oonta~t with P~tablc ~"':~~~, ~:t i::;:a~, :: ~:~~~~~ NatleRal 8tandards IRat~tute/Natl.oBal . '"'::7.: :::::- z (ANCI/NCF) CtaRdard 61 aD dCGcribcd in the cta~a;~sp i i~a' . :::: m~:~~i~18 inolude all sel',lonts, eleaRe~s, luhrieaBts, gaskets, thread compeunds, ceatings, or,hydraUlie equilllBeflt. T:~S:~t,::: =:t :: ~: ~e~ ~nloas they conform ~'1th ANSI/NSF StandaE'd Ii 1 ::; ~:~: ~:eu~:~pected on the site hy authori.ed City perse~ :::~ia :~ 5:;r~~~,,:r C~:l} pro7idc the Engineer ,.dtl; ~~p~~,~: :~~i~C~ p~oo: :~ ~;:~~F ~R:!~:d 61 approval for all matena:l: e e B esal'oaet \l1th potable .later, SertiOD A - SP (Revised 9/18100) Page 14 of 23 the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basls upon which to annul the Contract pursuant to Section B-7- 13 A preliminary pr0gress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at 'he pre-construction conference; Documentation required pursuant to the Special Provisions A-2B and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. Documentation as required by Special Provision A-35-K, if applicable. 10. 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 Bxtra Work and Chanqe Orders Under "General provisions and Requirements for Municipal Construction Contracts" B_~8-5 Policy on Extra Work and. Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General provisions and Requirements for Municipal Construction Contracts" to 3 - 5 ~)(ec_l!tion ~_~ontract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor A-33 Conditions of Work E:ach bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is advised to attend the Pre-Bid Meetinq referred to in Special Provision A-1. SectiOD A - SP (Revised 9/18/00) Page 13 of23 ~ He ftKlintaino a permanent, fully Gtaffed and eqliippeEi oerdoe fue.i-lity \:ithin 400 milcG of the Project site to maintaia, rCf)uir, calibrate, and program the oyotemo apecifieEi hereia. ~ He ohall furnieh e~ipment \~ich is the product of onc m,:mufacturer to the m.:ncimum practical c>etont. Where this is not ~ical, all equipment of a given type \lill be the product of one manufacturer. s-.--- Prior performance at the O. N. 8tcyeno Water Treatment Plant \:ill &e uocd in evaluating \ihich Contractor or oUBcontractor programG the new \mr)c for thio project. 9-.- The Contractor shall produce all filled out pregraRUlliRg Bleeks required to oho.: the programming aD needed and re~uircd, to add theoe t'.IO oyotemo to the exiotiRg City CCADA oyoteHl. Attached ia .:l.n examplc of the required progralflffiiRg Blocl(o whiea the City requireD to. be filled in and given to the City ERginocr '"ith all changee made during the programming phaGe. The attached shcet io aft eX.:l.mple .:l.nd io not intended to eho'.: all of the required aheeta. The Contractor '.:ill pro'.'ide all programming llloclts li6ea. h-c...~ Trenching Requiremento ^ll trenching for thio project at the O. N. Cte...eno Water TreatlflCnt Plant ohall be performed ueing a baclehoe or haRd digging due to the mlRlBer af eleiating underground obetructiono. No trenching machineD shall BO allowed on the project. A-36 Other Submittals (Revised 9/18/00) ] Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City transHlit oi)[ (6) copies of each submittal to the City Engineer or his designated representative. The City Engineer will retain three (3) copies. b. Reproducibles: In addition to the required copies, aile (I)) copiea required above, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor I s stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. SectiOD A - SP (Revised 9118100) Page 16 of23 ~ Handling and Sispesal ef Trash .".11 tr.:lOh gener;:1ted by the Contr;:1ctor or hia employeea, agents, or aubcontractora, muat be cont;:1ined at ;:111 timeD at the water facility aite. Blm..ing tr;:1ah ..'ill not be allowed. The Contr;:1ctor ah;:111 J(eep ',Jor]( ;:1re;:1O cle;:1n ~t all timea and remo~e ;:111 tr;:1oh d;:1ily. CONT~~CTOR'S ON SITE PRER~~TION F-,-- Contractor I e peroonnel muat '.JQ;:1r colored uniform overalla other than or;:1nge, blue, or ,...hite. Eaeh employee 'Uniform .\let pro...ide oempaay name and individual employoe idontifieation. G-,--- - Contractor oh;:11l provide telephoneD for Contractor perDonnel. Plant tolephoneD are not available for Contractor use. H-c--l'lorking houre .:ill be 7.00 A.M. to 5.00 P,M., Honday thru Frid;:1Y. f-,- Contr;:1ctor muotnot UDe any City f.:lCility rcotroomo. Contr;:1ctor muot provide o\m ~;:1nit;:1ry facilitieo. J...:-.- 1\11 Contr;:1ctor vehicleo muot be parked ;:1t deoignated aite, aa acoigaatcd by Cit), Water Department otaff. All Coatr;:1ctor vehiclea HlHat Be ole;:1rly l;:1bcled ...i th comp;:1ny n;:1me. No pri yate employee '."ehicles are allor.:ed ;:1t 0, N. Steveno "/;:1ter Tre;:1tment Plant. All peroonnel ml;lat ee ia company vehicleo. During ',,'orJdng houro, contractor employees Iftuot aot leave the deoignated conotruction ;:1rea nor r.:ander through ;:1ny buildingo other than for required ~..ork or ;:10 directed by City Water Department personael during emergency--ev;:1euation, ~- Contr;:1ctor QU;:1lificationo ."..cQUIEITION) ECAD~ (SUPBRVIEORY CONTROL .~ DATA 1\ny '.:ork E-e--tfte-- computer b;:1oed monitoring ;:1nd control ayotcm mast be performed only by qU;:1lified technicul and oupervisory personnel, ao determined by meeting the qu;:11if icationo 1 thru 9 below. Thia ',:ork includeD, but io not limited to, modificationo, additiona, changeD, Delectiono, furniohing, inotalling, connecting, programming, cuatomiziag, debugging, -€;:11ibrating, or placing in operation ;:111 h;:1rd....are ;:1nd/or ooft....Clre opecified or required by theae opecificationo. The Contractor or hiD ouboontractor propooing to perform the ECADA '.:ork muot be ;:1ble to demonotratc the follo',dng. -h- -----He- ia regul;:1rly eng;:1ged in the computer b;:1oed monitoring and control oyotem buoineoo, prefer;:1bly ;:10 ;:1pplied to the municipal ~.'Clter Clnd wClote'."Cltcr induotry. ~- lIe fl.::lO performed '.o'Ork on oyotemo of compurablc oi~e, type, and compleJci ty ClO required in thio Contract on at leaat three prior projects. ;...,- He hClO been ;:1ctively engaged in the type of ',JOr!t opecificd herein for ;:1t le;:1ot 5 yearo. ~- lIe employe ;:1 Regiotered Profeooion;:11 Engineer, Cl Coatrol Cystema Enginecr, or an Electric;:1l Engineer to aupcrvioe or perform the Hork required by thio opecificutiono. ~_.----4ie- employo peraonnel on thia Project '.:ho have oucceoofully completed ;:1 m;:1nuf;:1cturer I 0 tr;:1ining couroe in configuring and implemcnting the opecific computero, RTUC'a, aDd soft~iare proposed for the Contract. SediOD A - SP (Revised 9/18/00) Page 15 of 23 A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section S 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the ':ontractol provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory (NOT USED) PriMing and hot Mil( paving operationo muot not be cORaacted OR days far which an ozone advioory hao been iooued, eJCcept for repairs. The City Engineer '.:ill Ratify 8ontractor about ozone alert. If a delay ouch ao thio is eJ(perienced, the day will not be counted dO a '.mrk day and the Contractor '.:ill be compensated <It the unit price indicated in the propooal. A-42 OSHA Rules & Requlations t is the responsibility of the Contractor(s} to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Ha~less (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts" ~. 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agent from any and all damages, injury or liability whatsoever, from an act or omission of the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the City, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor or any subcontractor, supplier or materialman. A-44 ChanQe Orders (4/26/99) Should a change order (s) be required by the Engineer, Contractor shall furnish the engineer a. complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's cost and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as the basis for the price of the change order. A-45 As-Built Dimensions and DrawinQs (7/5/00) a. Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. b. Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built SedioD A - SP (ReviSed 9/18100) Page 18 of 23 9 variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer reVlew stamps on all submittal forms. Resubmittals Contractor must revise and resubmit submittals as required by City Engi neer and clearly identify all changes made since previous submlttal Distribution Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report thru Contractor, any inability to comply with provisions. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' stdndard colors, textures, and patterns for City Engineer r s se e, tion. Te s t -:ind.B:epa i I:Re,QS).~.t When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended "Arranqement and Charqe for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B:6-1S Arr?-ngement~~Char~for Water Furnished by the City, add the following: "Arrangements for the use of City Water includes the payment of the appropriate deposit(s) for fire hydrant meter(s). City Water Department forces will install the meters and move them from location to location based on the contractor's request. Arrangements to move fire hydrant meters must be made a minimum of one week prior to the need to move the meter The Contractor is hereby advised that other Water Department activities take precedence over the moving of fire hydrant meters The Contractor shall schedule his work or arrange for a sufficient number of fire hydrant meters so as not to delay the progress of his work "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implement ing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coveraqe for Buildinq or Construction proiects for Government Entities The requirements of "Nut ice to Contractors . B'" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance (NOT USED) The ioou.:mce of a certificate of occupancy for impro'..efficRto docs not coaotitute final acceptance of theimpro'Jemento under Ceneral Provioion B 8 9. Section A - SP (Revised 9/18/00) Page 17 of 23 Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guarantv" (8/24/00) Under "General Provisions and Requirements for MuniCipal Construction Contracts", ~-8-11 Maintenance Guarant~, add the following: "The Contractor I s guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity. II A-SO Trench Safety If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal forms. A-51 Pavement Restoration and Project Clean Up It is the intent of the plans and specifications that any and all areas within the 1 imits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to construction. Where asphaltic pavements are excavated or damaged, they shall be replaced with the same types and thicknesses of materials as the existing pavement. Where concrete pavements, sidewalks, curbs, etc., are damaged, the replacement shall as a minimum conform with the City standard details and standard specifications available on file with the Department of Engineering Services. For work within TXDOT right of ways, the pavement repairs shall conform to their standards. If the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure(s}. Restoration of all improvements as described above shall be i Ii accordance with applicable City standard specifications, as determined by the Engineer. All lawns or other grassed areas, concrete or asphal t driveway I vegetation area disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be required to perform "clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer. Upon completion of construction, the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer. Unless shown on the proposal as a unit bid item, all site restoration and project clean-up shall be considered subsidiary to the various bid items, therefore, no direct payment shall be made. A-52 Surface Restoration The areas disturbed by the construction shall be restored in accordance with Standard Specification 028020, Seeding, and as specified and modified as follows: 1. The contractor shall confine his work area to minimize damage to the existing turf. 2. For purposes of measurement and payment for seeding the area shall be defined as 25 feet on either side of the centerline of the pipe or the disturbed area which ever is the lesser and from the back of curb to the channel liner. Areas outside the defined area that area disturbed or damaged shall be restored by the contractor at no additional cost to the City. Section A - SP (Revised 9118100) Page 20 of 23 dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: i. Horizontal and vertical dimensions due to substitutions/field changes. ii Changes 111 equipment and dimensions due to substitutions. lii. Deletions. additions, and changes to scope of work. 1 v. Any othel changes made. A-46 Disposal of Hiqhlv Chlorinated Water (7/5/00) (NOT USED) The Contractor ohall be reoponoible for the diopooal of water uoed for tcsting, dioinfection and line fluohing in an approved manner. Contaminants in the ~.ater, particularly high le',1elo of chlorine, .:ill be uoed for dioinfectioB, and may exceed the permiDoible limito .~. diocharge into wetlando or environmentally oenoitive areaD. TheDe arc regulated by numerouo agencieo ouch ao TIrnCC, ErA, etc. It ~1ill be the Contr.:lctor'D rCDponoibility to comply \/ith the requiremcnto of all regulatory agencieo in the diopoo.:ll of all \Jater uoed in the project. The methode of diapooal ahall be oubmitted to the City for approval. There ohall be no oeparate pay for diopooal of highly chlorinated water. Contractor ohall not uoe the City'o oanitary ~cwer oyotem for diopooal of contaminated water~ A-47 Pre-Construction Exploratory Excavations (7/5/00) (NOT USED) Prior to any conotruction \:hatevcr on the project, Contractor ohall eJ[cavatc and cxpooe all exioting pipelineo of the proj ect that erooo ',Jithin 29 feet af proposed pipelinea- of the proj ect and Contractor ahall aurvey the meaat vertical and hori~ontal location of each crooDing and potentially conflicting pipcline. ['or exiotl.ng pipelineo which parallel and arc \Jithin ten feet (19') of proposed pipelineo- of the proj ect I- Contractor ohall excavate and expooc oaid eJtitiBg pipelinea at a maximum of 300 feet O.C. and Contractor ahall Gurvey the accurate horizontal and vertical locationo of oaid par~llcl pipelinea at 30g feet mmcimum (~~ Contractor ahall then prepare a report and oubmit it to the City for appreval indicating the O'.mer of pipelineo c)ccavated and ourvcyed, ao ',Jell aD the apprOKimate ,Jtation thereof, diotance to the pavement centerline and clevationo of the top of cxioting pipelineo. COBtractor shall perform no oonstruction worlc OB tho project until all eJEPleratory excavations have been made in their entiroty, the results thereef reported to the Engineer and until Contractor rocoives Enginoor's approval of roport. EJcploratoz'y .J.ooociatcd cotabliohed Gurve1' '...ork CJccilvationo- ohall bc paid for on il lump Dum basis. Any pa'\,'ement repair \:ith eKploratory excavationo ohall be paid for aaaordiRg to the until price of pavement patching. Contractor ohall provide all hio own effort (no ocpar.J.te p.J.y) for exploratory e]wavationa. A-48 OVerhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires, There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Section A - SP (Revised 9/18/00) Page 19 of 23 A-56 Measurement and Payment of Subsidiary Items of Work Unless specifically included in the Proposal, the measurement and payment requirements indicated in the individual standard specifications for any work do not apply, and the cost of this item of work shall be included in the cost of the item ,)f work to which it is subsidiary. SediOD A - SP (Revised 9/18100) Page ZZ of 23 PROJECT OWNER: ENGINEER: CONTRACTOR: SUBMITTAL DATE: SUBMITTAL TRANSMITTAL FORM CONCRETE LINED CHANNEL REHABILITATION - FLYNN SHEA DITCH ifIT~~ROJECT NO. 2248) CITY OF CORPUS CHRISTI HDR E!'lGlNEE~ING, gJC._ APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 9/18100) Page 23 of23 ATTACHMENT I SAMPLE COMPUTER GENERA TED PROPOSAL SHEETS SAMPLE COMPUTER PRINT -OUT DEL MAR AREA STREET RvlPROVB.ffiNTS PHASE ill OCTOBER 23.1996 (YOUR COMPANY'S NAME HERE) I IT ill IV V Bid Item Qty. Item Description Unit Price in Bid Item Ext. Units Figures Qty. X Unit Price AI 37,475 SY Street Excavation 00.00 00.00 A2 5,033 SY 6w Cement STBL Salvage Base 00.00 00.00 Etc Etc Etc 021 33 EA Manhole Inserts 00.00 00.00 Sub- Total Base Bid "D" Items (Items 01-021) Sub. Total Base Bid "A" Items: $ Sub- Total Basl: Bid "B" Items: $ Sub-Total Base Bid "e" Items: S Sub. T otal Base Bid "D" Items: S Total Base Bid Items: $ SECTION C FEDERAL WAGE RATES AND REQUIREMENTS ;enera l ['eclsion Number TX03D039 06/13/2003 TX39 ;upersed, cJ GeneTi:l 1 De, isi()n'~o. TX020039 tat ; T!-XA~; onsrnlC' Jon Type: .jEA\i\ ounty i'-5) ~UECES SAN PATRICIO 'lEAVY CONSTRUCTION PRCIJECTS 'including Sewer and Water Line 'ons! ruct ] on and Drainage Projects) "'10di ficat Ion Number o PublJcation Date 1)6; 13/2003 lUNTY (ie: I : 'JI rECE~: SAN PATR Ie] () UTX2052A 12/01/1987 Rates Fringes !\RPENTER~ (Excluding F.,rm 3etting) $ 9.05 NCRETE r NISHER 7.56 l' i'XTRIC IlIN 13.37 2.58 LABORERS: Common Jtility 5.64 7.68 "WER EQUI PMENT OPERATORS: Backhoe Notor '::;Ylder 9.21 8.72 WELDERS Receive rate prescribed for craft performing q.{jration to which weldlng IS incidental. ----------------------------- ~ listed classification: needed for work not included within scope t the classitications listed may be added after 3ward only as provided n the labor standards contract clauses { ~ C FR ').' (a) (1) (l i ) i . I' the Ilsr Lng above, the "~;U" designation means that rates ted under that identl fiel do not reflect collectively rgained wage and frinqe beneflt rates. Other designations Jicat:e ul:lons,,-,hose rc,t:es have been determined to be 'vai ] ing WA(;E DETERMINATION APPEALS ?ROCESS Has there been a.n initial decision in the matter? This can In existJ~g published wage determination survey Jnderlying a wage determination ht1p:/ Iwww.wdol.gov/wdollscafiles/davisbacon/TX39.dvb 11/11/2005 a Wage and Hour Dlvision letter setting forth a position on a wage determination matter a conformance (addit onal olassIfication and rate) ru 1 ing "n survey related mattl'rs, ini tIal contact, including requests Ear summaries of surveys, should be with the Wage and Hour Regional Office for thE area in which the survey was conducted because those RegIonal Offices have responsIbility for the Davis-Bacon survey program. [f the response from this initial ontact is not satisfa tory, then the process described in 2.) Ind 3. should be followed With regard to any other matter not yet ripe for the formal ll':"OCeSS described here. inItial contact should be with the Branch 'f Construction Wage Determinations. Write to: Bran(fJ of Constru,tioIi Wage Determinations Wage and Hour Di v sio,', U. S Department f Labor 200 0onstitution Avenue, N. W. Washington, D. C. 20210 .) If the answer to the question in 1.) is yes, then an lnterested party (those affected by the action) can request eview and reconsideration from the Wage and Hour Administrator !See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and HOUI Adminlstrator U.S. Department of Labor 200 ConstitutIon Avenue, N. W. Washington, [ C, ;'0210 nhe request should be accompanied by a full statement of the nterested party's position and by any information (wage payment lata, project description, area practice material, etc.) that the requestor considers relevant to the issue. ) If thE decision of the AdminIstrator is not favorable, an Interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: !\dministrative Review Board U. S. Department of Labor /00 Constitution Avenue, N. W. Washington, D C. 20210 4 I All de, lsions by thp Admlnistrative Review Board are final. END OF GE:NERAL DEC IS ION http://www.wdol.gov/wdollscafiles/davisbaconITX3 9.dvb 1 1/1 1/2005 AGREEMENT THE STATE OF TEXAS ~ COUNTY OF NUECES ~ TH S .L\GREEMENT S E nterejinto th s 10TH day of JANUARY, 2006, by a betweEn the CITY OF CORPUS CHRISTI f the County of Nueces, State of T E<as I c ng t '1g _ s :iu 1 authorj zed City Manager, termed in the trac::+ CUffi'2r:+:S a::: "i~ t "Cind Cravens Partners, Ltd. termed in the trac: curre ,- C1 ,. t d t or I" uuon these terms, performable in N ::: e s (01 t '/, T ': x c, s . 1 n ,::' siderat lor t he payment f $314,632.00 by City and other or: iga t )r.~' f t '/ is e herein,~:ontractor will construct and nplete c,=;, rt a, '1 impl )vement descr ibej a s follows: CONCRETE-LINED CHANNEL REHABILITATION FLYNN SHEA DITCH - PROJECT NO. 2248 (TOTAL BASE BID: $314,632.00) a,:: ~)rdinq c -=:}-,0 at _ac eo Plans ana Specifications In a good and We) kmanlLk rna ':ner f r 'J e [' L ces an j condi t Ions set out in their a 3.checi d pruplS, 1 311C:'P l' ng a t the i r expense such materials, se '/lees _a r ard In~ 1r3n ,~ as reep ired by the attached Contract Dc', ' Jment '), n J,l LJ ve sEei nl the ent re ob. The Contract Documents i lude ':[ S AJr~;emer t, [P I: prcposa 1 and nstructions, plans and sr' If Lcat )ns , ~nc 1 di) :j a maps , 0131.s , ,')1 uepr int s I and other ':iY 'dlnQS t-he Fel ; Ol'Tlan 'E- an Paymen+ bonds addenda, and related ,; I de ';men1. 1 r , \,;h st . E:; the nt rar::t =)r this project and are - - ~ ~ ma e a p~r' her0c l\greemert Page J of 2 ; ~ ,)1-- <_ U:-, b: 11 PM; Page :'/9 CITY OF CORPUS CHRI8TI CQNCRiJTE LINED CHANNB:L ReHABILITATION - FLYNN SHEA DITCH PROPOSAL BASE BID I II : III IV V BID QTY & UNa PRICi: BID 11'EM EXTENSION I'l'EM UNIT DESCRIPTION IN FIGURll:S (QTY X UNI'r PRICE IN FIGtJUS) Al I Mobillzatlcm, Demobilization, r c and Bonds I per LumL~um u~ I $ 'lC;,~oo.~ .$ t.l:i 01) (). g" I I _, ,,- I 4 I Diamettr Concrete , stormwatet Manhole (Type A) , I 2 A2 , EA complete and in place per ( 500.(11) 3/000.0" ! Each. .$ $ -~ I - 7'-3" x 4 ' i"';Oncret e ,Junction 1 Box, complete in place per A3 EA ~. S f,8'co.Ai $ t-, foo. 10 """- --.. 15' x 4' 6'~ Concrete ,Junction L Box, compl:ete in pLace A4 i EA per Each_ S 7 UO./o $ 'If: Wo. O<J I ----1-- - ---.:.i.. : ~ x 4' 6"~ Con~rete Junct tOn - 1 2 A5 EA Box, compl~te In place per $ $ 3!Jo.co 1(" TPO .60 ~. $ - ~ .~~- 110 Jij" Reinfotced Concrete Pipe, A6 LF complete Ltl place per Linear r7. Po /3) S,80./J(J Foot ' $ $ -" u. '~ i 64 21" Arched Relnforced I Concrete P~pe, complete in lilf.60 A7 LF place per fuearFoot. $ $ 7,~z-8.cO " I I r-t -~-- I 490 24H Arched ~einforced A8 LF Concrete P~e, comp,ete .1 II ~?', '1~O. a: 11P.~o .- place per iliE.ear I!?~ $ y I --~. r -- I 7,900 Cleaning oii Concrete Channel A9 Linf\t" 1 as s1>ecified per I LF Linear F_QQtl:. $ &.50 $ ~/, ~So.~o - -- I'IEV11m PROPOSAL FORM PAGE 3 OF' 7 ~ Addendum No. 2 Attachment No. 1 Page S lJf 7 r' ~t~ 0 ~ lJee .;; 05 6:11PM; Page 6/9 CITY OF CORPUS CHRIS~I CONCRETE LINED ~L REHABILITATION FLYNN SRIA DITCH PROPOSAL BASE BID (CONTINUED) I II III IV V BJ:D Q'l'Y & UNIT PRICE BlD U'EM EXTENSION ITEM UNIT DESCRIPTION IN FIGURl:S (QTY X UNIT PRICE ~--+- IN FIGURES) .1 200 Grass Li.ned Channel fill and AU Cy Grading at Eroded Areas and Larqe hol~9, p~r CUBIC YMU> $ ~! 't.. ~o $ ~ '-!DO . DO..__ Seeding of Grassed Lined All J 1200 Channel F.toded Areas and SY Large Hol~s, c.ompl~te in $ /.00 " l,too.IJO .. place, pet SqUare Yard , Interlock~ng Articulated I I 1780 Concr@tp Sllack Erosion A12 SY Protection. From Sta 0+00 to ~6.co li 6, ?Po .10 2+28, oOlllplete in place, per $ $ -.---" -- ~ $quar.e Yaiid Surface RElstoration A13 I (Seeding) , complete in place, $ /.~() $ Z-, !()() . ~ (J I Sy j per Square 'lard --------- - > I ., 1 Erosion Cqntral Measures for A14 ... Pipe:! Replajcements LS I tfJop ./~ I, 5()~.po (TernporarYi) , complete in $ $ ~ Place, per: Lump Sum i A15 I S74 Trench saibty fur Pipe, 57'1. P. LF Linear: Foot c. /./u $ per " f---. I I A16 Trench Saf~ty tor 3tructures, EA per Each $ _J!.!..:.~~ $ 7~~. ~cJ . TO~ BABE BID (Iteme Al throuqh A16) : $ 3''-1; ~JZ.dO fllEVRp PROFOSAL ItORM PAGE 4 OF 7 Addendum No. 2 At1adnnent No. 1 Paoe4of7 ~ T c'~ It r a '1 itJ L CI'lITte r =:id tt"lE:' ece_ r t t' CALENDAR DAYS ">n3 rl,'t ra . l 1 ,b me, ra'~ D umEn L J1. C :.:1 n ntr C' '-'\' ': ra ' ja CE' 'A ] t ,=:(., t=i]" .J"ress s S ,""'f e i f 3. r l i L e. ATTES';t :\ " //(>-ry$~~ .~", f Secve''lrj Bv: s:r As ': D"AS TO.. LEGAL FORM: , ; f" I ~ '. ATTEST: "I Coroor a l( :1) -~~ (Seal BeIO'.,,' (Note: If Person signing for corporation is not President, attach copy of authorization to sign) wor w thIn ten (10) calendar days from rde_ 3~d will c0mplete same within 120 is be 1'. Shclld Contractor default, quicia l F'~ damages as set forth in the Lll curre'lt funds for performance of the '-he Documents the 'it r3C::: work as rpus'hristi, Texas on the date shown CITY OF CORPUS CHRISTI '--.,. ( 1~~ .. , By: ~,~"'l:-V,^c RonaJj F, Massey, Asst. City of Pub lC Works and Utilities eX By: Angel Di re ' 6' Services CONTRACTOR cravens~td. B\': __~ ~ ~ 1 (M ~ 14, tIL.W"cAI"',. PfL.t.~ o~..n- T i tl fc': u.w'ws MA-NA-it't/WvVr- L.{.l.-- teW<uc.k.- P4tlnl/tA- 7700 SAN FELIPE #485 Address) HOUSTON, TX 77063 (City) (State) (Zip) 713/300-1530 * 713/300-1531 iPhole: (Fax) /\g reeme] '. "age ~ lD.ckcD'b. rc ~\Nt.L.,. V\ ~'~~j~ .._._..J.~_"?j:?'~_J ~ ~..'....-. 4 3(ctrr~~i ~CI- ::> <" 1'- r- (1 ~~ ~!-j L 1 :JP " O~ 6:11PM; Page 3/9 p p (;, p C, S A IJ F' 0 R M FOR CONCRETE LINED CHANNEL REHABILITATION FL YNN SHEA DITCH DEPARTMENT OF ENGINEERING SERVICES eHY OF CORPUS CHRISTI, TEXAS RIM8EO PROPOSAL FORM PAGE 1 OF 7 AddIndum No. 2 Att8chment No. 1 ~/ Page 1 of 7 Jf' c' ,J' '.:J: 11 PM; PRO p 0 S A L Place>: Date: _}tt~ ILf, f;/lOr- Prcposal of ___~'C4II~ P~"1J.k1b 6 Corporation organized and existing under the laws of the State of -_. ".._._-----._--"~ ----..--'------ _.--...._..~._-._._._,--_..__. OR a Partnershtp business Individual or doing e.t.ww~ ~M#J'UL~) l- f1> tIrf" PMu-K~___~ ________ ~'W..5 ~dAi~L_U..-lJw~ TO: The City of CorpUs Christi, Texas GentLemen: Tt,e undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, Clnd to perform the work requl.red for: CONCRETE LINED CHANNEL REHABILITATION FL YNN SHEA DITCH at the locat ons set o~t by the plans and specifications and in strict accordance with th6 canrract documents for the following prices, to- wit: REVISED PROPOSAL FORM PAGE 2 OF 7 Addendum No. 2 Alt8chment No.1 Page 2 of 7 Page 4 9 as ~ 'd!.J~' U" 12 05 6:11PM; Paqe 5/9 CITY OF CORPUS CHRISTI CONCRETE LINED CHANNEL tGHABILITATION FLYNN SHEA DITCH PROPOSAL BASE BID I II : III IV V BID QTY & UNIT PRICE BID UEM EXTENSION Ii'EM UNIT DESCRIPTION IN FIGU1U:S (QTY X UNIT PRICE IN FIGURES) Al I Moblll.zatlon, ICemobillzation, T C' and BondSI per Lump Sum L.J. - ;;. ~c;JbOO.~ S Zl:) 00 () . '0 I " "- ~--+-- 4' Diarnet~r Concrete i stormwatet Manhole (Type A) , I 2 A2 EA complete and in place per / 50 0 . /II) 3/00 0.0(1 Each. $ $ --+------ , -, 7'-3" x 4 ,. Concrete Junction 1 Box, complete i.. [dace per .. A3 EA Each. S Z,gOO.A/ $ t., too. .'0 ,"....,- . ."~ 15' x 4' 6": ConCl:ete lTunction ..; Box, compllete iI: pLace A4 , EA per Each. $ 7 UO.lo $ , 'f. 1./00. Co) ! ~. -- ~ I 18 ' x 4'6", Concrete ,Junct ion ~ Box, cornpl~te ir. p..ace per A', EA ~~. $_ ~, 35tl.~_.. $ 1(" 7po. tl~ , -.-.-. ! 18" Reinfotced Concrete Pipe, 110 At LF complete in. place per Linear r7. PO 13) 5.80. PO --~---- Foot $ $ -+-.- ~- : 64 21" ArchectReinforced I Concrete P~pe, complete in A7 LF place per Linear Foot. S II If. 60 $ 7,3t8.00 -..-...,,_.,.---:--~- - "--'- J , 24" Archeo:Reinforced 490 i Concrete Pijpe, comp ete J,n AS i LF IIP.l;o $ _~3, 9"0. a; place per :ill:!:ear!.9..9~. '" ~ .,., 7,900 Cleaning of1 Concrete Channel A9 Linf>,t' , as specified per I LF Linea~ Foot[. $ (P.5o Co ~/, ~SO.~() " " "'FiISS) PROPOSAL FORM PAGE 3 OF 7 ~/ Addendum No. 2 Att8ctvnent No. 1 PaQ93(Jt7 bf:- ~1 -\11 (J2 . Cf'C 1205 6:11PM; Page 6/9 CITY OF CORPUS CHRIS~I :CONCRETE LINED ~L RlHAluL I TAT ION FLYNN SHEA OI'l'CH PROPOSAL BASE BID (CONTINUED) ~ 1: II III IV V , BJ:D Q'I'Y G UNIT PRICE BID n'EM EXTENS:rON ITEM UNIT DESCRIPTION IN FIGURl:S ( Q'rY X UNIT PRICE IN FIGURES) , - 20 Grass Llnf'!,j Chann~l fill and AlO ! Grading a~ Eroded Ar@a:;; and C'r' Large hol~9 , per CUBIC YJUlD <: l- "to. ~o $ !./j !.Jot? DO T~ ..,..,.....- _. of r;r~.9ged Seeding Lined All 1200 Channel r.toded Areas and Si' Large Hol~g, complete in $ I. c () $ J ItOD .~D pl.ace, pet Scmare Yard -- 10--- Intl'lrlock~ng Articula.ted ) I 1780 Concretp 1Il1ock ErosL:m A12 SY Protection From Sta 0+00 to (P~. co Ii 6J 7N> . 10 ! 2+28, comp.lete in place, per $ $ -" ~- -t--::~ Sczuar:e Yaid Surface Restoration AI3 ! 2~~" (Seeding) ': complete ]n place, '" /.1 () $ z./~~o .1(1 Sguare Yard '" i pl;!r - " , , - 1 Erosion C~ntrol MeaBurcs for A14 I LS Pip~ Replajcements ItJOO.lo I, tic D . /l 0 (Temporar~), complete in :;; $ ~ ! Place, peri Lump Sum 1 ! A15 I '174 Trench Safet .Y f"r Pipe 57'1. Of) ~~ per Linear, Foot $ /.11) $ -.........-- -- -- l A16 I "7 Trench Sar~t y fur :3tLJctures, EA per Each ,.. /00. 'f) $ 7c". (J<.J I ..;; -'"-_.~---.- "' TO~ BASE BID (Items Al through A16) : $ '31t.!j (PJ Z.dO 1'fN15ED PROPOSAL fORM PAGE 4 OF 7 Addendum No. 2 AUadnMnt No. 1 P!lga4of7 ~ !je j1j02; UPC '2 05 6:12PM; Page 7/9 The undersigned her~by declares that he has visited the site and has carefully examined the plans, specifications and contr~ct documents relating to the work covered by his bid Or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but ar~ mete estimates for the guidance of the Contractor. Upon not iiLcat Ion of award vi contract, we will wi thin ten (1 ) calendar days ;execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract dnd a Payment Bond (as required) to insure payment for all labur and materials. The bid bond attached to this proposal, in the amount of 5% ot the ,highest amount bid, is to become the property of the City cf Corpus Christi 1n the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work ~aused thereby_ Minority/~nority BUS~nQ6S EnterprisQ Participation: The apparent low bidder ~hall, within two days (five days for Contractors outside Nueces County) of receipt of bids, submit to the City Engineer, in writing, the .name~ and addre$.ses of MBE firms participating in the contract and a descdiption of tIle work to be performed and its dollar value for bid evaluation purpose. Number ofisigned s.ts of Doc\DIl8nts: The contract and all bonds will be prepaied in not less than four counterpart (original signed) sets. Time of Cappletion: The undersigned agrees to complete the work within 120 cal.nf'ar days from the date designated by a Work OrdGr. 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. R.e.ceiPt of ... t..he f.. allowing addenda is acknowledged (addenda number): _ __L~ &... ~ [SEAL - If Bidder is a C)cpolation) Respectfully submi tted: ~W5J ~tIi-~1 t.:./1? WltM J..1<<.. Ji. ~~.J PMt,,"'O~ Name: ~""""'--^- By: (S' G -'1'- - }koo ,;..:.. ~f-If-<I&' Address = ~ U.bV~ 1~(PD Li~N n.. '77~f,3 P.O. Box) (Street) ~;J tx.. 77"t~/-/~1c D (C~ty) (State) (Zip) Telephone: "1/3 300-/530 NOTE: Do not detach~ld trom other papers. Fill in with ihk and submjt complete with attached papers. PR(7/90) RfiV'JIIED PROPOSAL FORM PAGE 5 OF 7 Addendum No. 2 Altachrnent No. 1 Pa,",5ofT PAYMENT BON D Bond No. 58630322 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Cravens Partners, Ltd. of HARRIS ere inafter called Il Pr i ncipal" rand Western Surety Company orporat~on organi zed under the laws of the State of South Dakota Hid duly authorized to do business in the State of Texas, hereinafter ~alled "Surety" I are held and firmly bound unto the City of Corpus 'hristl, a municipa corporation of Nueces County, Texas, hereinafter 'alled "'ity", and Jnto all persons, firms and corporations supplying abor ani ma:erial5 ir prosecution of the work referred to in the :tached contract, i I the penal sum of THREE HUNDRED FOURTEEN THOUSAND. ~IX HUNDRED THIRTY-TWO AND NO/lOa ($314,632.00) DOLLARS, lawful money of . ';e United States, t be paid in Nueces=:ounty, Texas, for the payment of ;nch SUI;) we~l and truly to be made we bind ourselves, our heirs, xecut r~', adminis tr3. tors and successors, joint 1 y and severally, firmly these presents: County, Texa s , a THE CONDITION OF L rincipal entered in.to hristl, oated the 10TH tached and made a ~art THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract with the City of Corpus day JANUARY , 20~, a copy of which is hereto hereof, for the construction of: CONCRETE-LINED CHANNEL REHABILITATION FLYNN SHEA DITCH - PROJECT NO. 2248 (TOTAL BASE BID: $314,632.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and c aimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly auttorized modification of said contract that may hereinafter be Tade, not lceJf which modiflcation to the surety is hereby expressly waived, then thls ob_igation shall be void; otherwise to remain in full f rce and effect PROVIDED FURTHER, that if any legal action be filed upon this bond, \,enue shad lie :n Nueces County, Texas And hat sald surety for value received hereby stipulates that no :hange, extension of time, alteration or addition to the terms of the - ntract, or ':0 tt1e work performed thereunder, or the plans, 3pecifications, drawlngs, etc., accompanying the same shall in anywise affect ltS obligatlorl on this bond, and it does hereby waive notice of a~y such Change, extension of time, alteration or addition to the terms )f the co~tract, or t~ the work to be performed thereunder. Payment Bond Page 1 of 2 Thi~ bond is given to meet the requirements of Article 5160, t ernon's -ivil Statutes of Texas, and other applicable statutes of the 2' r ate of Texas. The terms "Claimant ", "Labor" and "Material", as used rereln ar,,, in accordance with and as defined in said Article. The ~ndersigned agent is hereby designated by the Surety herein as t ne Agent Resident in Nueces C:ounty to TNhom any requisite notices may be celivered and or. whom service of process may be had in matters arising . t f s :loh '3lHet ysnip'ls provided hy Art. 7 . 19-1, Vernon I s Texas J :isuran:::e:::ode IN WITNESS WHEREOF, this instrument is executed in -L copies, each 8ne of wh~ch sha:l be deemed an original, this the 1TIh day of January ! 20~.. PRINCIPAL B::ave;_~ ~lIi"m t ?!"vpns prlfl'j~~t rravens ManaQement LLC - General Partner ,r~n ame & 1. e ATTEST ~.~ Secreta y b 1.4--N '\.. ~ ll.h.J to (t'rl.nt Name) SURETY .. Western Surety ComoaT'lV\ B~J~/;7Jlkio e ,ittorrt -ir:-fact ( ~rnlgnllaN~~eTindol The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Swantner & Gordon Insurance Agency Contact Person: Mary Ellen Moore Address: 500 N. Shoreline, Suite 1200 _ Corpus Christi, TX 78471 Phone Number: 361-561-4266 (NOTE: Date ,:.>f Payment Bond must not be prior to date of contract) (Revised 9/02 Payment Bond Page 2 of 2 PERFORMANCE BON D Bond No. 58630322 STATE OF TEXAS ~ COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT Cravens Partners, Ltd. of HARRIS ereinaft:er ca~led "Principal", and Western Surety Company orporat on organ_lzed under the laws of the State of SmIth n~kota ind duly authorized to de business in the State of Texas, hereinafter aIled "3urety", are held and firmly bound unto the City of Corpus hristL, a municipal corporation of Nueces County, Texas, hereinafter aIled "'lty", in the penal sum of THREE HUNDRED FOURTEEN THOUSAND, SIX ~UNDRED THIRTY-TWO AND NO/100 ($314,632.00) DOLLARS, lawful money of the lnited States, to be paid in Nueces County, Texas, for the payment of ,.;hich su:n well and trJl} to be made we bind ourselves, our heirs, xecut r , a~ninistrators and successors, jointly and severally, firmly these ;Jresents: County, Texa s , a THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the rincipa-o' entered into a certain contract with the City of Corpus 'hristi, dated the 10TH of JANUARY , 20~, a copy of which is hereto ~tached and made a oart hereof, for the construction of: CONCRETE-LINED CHANNEL REHABILITATION FLYNN SHEA DITCH - PROJECT NO. 2248 (TOTAL BASE BID: $314,632.00) NOW, THEREFORE, if :he principal shall faithfully perform said work acccrdance wi th - he plans, speci fications and contract documents, eluding any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanshlp that appear 'Nithin a period of one (1) year from the date of completion and acceptance of improvements by the City, then this ~oligation shall be "oid. otherwise to remain in full force and effect. PROVIDED FURTHER, that~f any legal action be filed on this bond, v oue sha 1 lie lr. Nueces County, Texas And ulat sald s~"rety for value recelved hereby stipulates that no - ange, extension of time, alteration or addition to the terms of the - :,ntract, or to tne work performeci thereunder, or the plans, specifications, drawings, etc.1 accompanying the same shall in anywise 3ffect ltS obligatiorl or. this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms ) the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 ThiE bond 'ernon's Civil (':ate c f Texas. is qi ven to meet the requirements of Article 5160, Statutes of Texas, and ether applicable statutes of the The lndersj.gned agent is hereby designated by the Surety herein as r ;~ie Agent Resident in Nueces County to whom any requisite notices may be rleliverec and on whom service of process may be had in matters arising ~t f such suretyship as provided oy Art. '7.19-1, Vernon r s Texas suran::e Code. IN WITNESS WHEREOF, this instrument is executed in ~ copies, each one of whleh shall be deemed an original, this the 1TIh day of January.. _, 20~_ PRINCIPAL B~:ave~ William H. Cravens. President. Cravens Management LLC - General Partner (Pr~nt Name & Tltle) ATTiJ; ~~ Secretary D IA. tJlt.,.. 1& fU w ,.) (Pn.nt Name) SURETY Western Surety Co~ny By!iAki mMfllj Pdtornk7-in-fact " Angela M. Tindol (Pnnt Name) The Resident Agent of the Surety in Nueces County, Texas, for de~ivery or notice and service of process is: Phone Number: Swantner & Gordon Insurance Agency .' Mary Ellen Moore 500 N. Shoreline, Suite 1200 C:orpllS Christi, TX 78471 361-561-4266 Agency: Contact Person: Address: (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 9/02, Performance Bond Page 2 of 2 Western Surety Company POWER OJ<' ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTER!\; SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation havmg its pnnClpal ",ftice m the City of Sioux Falls. and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby ma~~ constitute and appomt !'..rgela ~1. TirrbL IrrlindBlly 0, O:::qus O1nsti I TX Its true and lawful Attomey(s}-m-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts- and to bind It therebv as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said A,tl.)rney, pursuant t<l the authonty hereby gIven, are hereby ratified and confirmed, fhis Powel of ,\ttomey IS made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporatIOn In Witness Whereof, WESTER]\' SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its cOlporate seal to be hereto affixed on thiS 17th day of Jar1lE.ry 2f:XJ5 WESTERN SURETY COMPANY Sill le of South Dakota ( pimty of Minnehaha } ss ')n thIS 17W_ dav of Jam.ru:y XXXi ,before me personally carne Paul T, Brufla!, to me known, who, bemg by me duiy sworn, did depose and say: thai he resides m the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SlJREl Y COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument" such corporate seal; that it was so affixed pursuant to authority gIVen by the Board of Directors of said corporation and that he signed hl~. name thereto pur-.;uant to hke authOrity, and acknowledges same to be the act and deed of said corporatlon. f...1 \ commission expl res +~~~~~~~~~~~~~~~~~~~~~~~~+ : D. KRELL : I I ~~NOTARY PUBLIC~~ I~SOUTH DAKOTA I I I +~~~~~;~~~~~~~~~~~~~~;~~+ AJ~ D. Krell, Notary Public __"i..ovember 30, 2006 CERTIFICATE t, L Nelson, \ssistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certIfy that the By-Law 01 the corporatIOn printed on the reverse hereof is still in force, In testimony whereof I have hereunto subscribed m, name and affixed the seal of the saId corporatiOl' this _~_ day of J3I1\.Dr" ' :/ , 3TI) ~. 4p.:..;.p;'.. 1~/\;~'o,,"I;'\~\ :i=i~ .....i,~j \'~~~f: ,.":,1,,; ~~. WESTERN SURETY COMPANY eX ~,'OO, ^"i","'S=mry form F4280.1 .2002 ~AYMENT BON D STATE OF TEXAS 5 COUNTY OF NUECES 5 KNOW ALL BY THESE PRESENTS: THAT Cravens Partners, Ltd. h ei aft >~ _~c~iecj "')ri cJpa}", and c:, 'porae i OYQc:llll ze i urder ':;1E- laws of the State of a r: du 1 1J t h Cc i Z E- :::i . e j c b 11 ~; 1 n e s s i It the State of Texas, hereinafter led "e rcet'..., ir, h"l: (H:O firm~y bc;und unto the City of Corpus istl mUll: L~'al c yp,rat n (if N'leces County, Texas, hereinafter -'" led .~- ~ y", 5'11: 1 It a, 1 1',,: rsons, . irms and corporations supplying lc!:CJr ane matC=:l _SLY, r:. osec.Jtior: =f the work referred to in the at Y ache ntr3 ':, lr tre oelld.L sum cf THREE HUNDRED FOURTEEN THOUSAND, SIX HUNDRED THIRTY-TWO AND NO/100 ($314,632.00) JOLLARS, lawful money of ~, Unit eo Sta+ e:c;, tc be aid> I, Nueces "ounty, Texas, for the payment of vr .::h SUIT. well :nj 'r Y rJe made we bind ourselves, our heirs, e~ ::ut s, admLr is' re I ncl ;cceSSOI s, j int y and severally, firmly of HARRIS County, Texas, a t-::! 'ches ese t THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the t:F nClpa L,:nte ,? 1 ir to au::: tain contract with the City of Corpus C'j sLy, c ',ted ';'le_10TH day JANUARY , 20~, a copy of which is hereto acicheci c d malt' t-J.cc hee f> for +-he construction of: CONCRETE-LINED CHANNEL REHABILITATION FLYNN SHEA DITCH - PROJECT NO. 2248 (TOTAL BASE BID: $314,632.00) NOW, THEREFORE, f Lie pl n ipal .shall faithfully perform its duties an ma ke prompt pc )1me!lt all per sons, firms, subcontractors, co oora t e.cO c TJ c~ Hm; n1 s uppl y in,;) labor and material in the pI secut Or of Ule we rk pr::"1 ded for iIi said contract and any and all du authc lzec rrcdi1 Lcati(;n y ~ said c:mtract that may hereinafter be m2 'lC 1 e \.!h~c m,di + i C-'l! ion to the surety is hereby expressly We ed, I h:l tr: - bl gar ~ ~ c..id; otherwise to remain in full fc 'e dn "'fe t PROVIDED FURTHER tfat vel Ie she! 1 1 ie L 'Ju cec un y lega~ action be filed upon this bond, Texas. And t at sa '1 suret t r ~alue received hereby stipulates that no chc! ge, f~X' .:=:;nsi f -im,,,, aJtecation or addition to the terms of the ::::or."ract, r tfc? dOLK performecJ thereunder, or the plans, spe . ificatns, ciradi gs , etc., accompanying the same shall in anywise 3ffect its ~bliJat~on on this ond, and it does ~ereby waive notice of any such::r=,nge, E'X'el sic \: t me, alteration or addition to the terms )f "he (::cnt at.. r t the ,oj d 0 be performed thereunder. ,'mer. t h:)L(~ v, le 1 en-' ,hiS '~( 'nor Jte c h p' ~ -L t t 'T~ h Age - ivered jE .--', 't-. ,-,' ... ,~r'::-1.n _ bon j vll '.:::: 1 "Ie ':::xa::: ':.atu' es " The te"mE t d '1 f 1;'; i t Agency: Contact Person: Address: In 'lder"J qn~d esi:iel-t il and n v.;ho' h lr~+-\'s": ~);je . Phone Number: agE n t 1 ,'" NU'=:Cf'S -, S \.~~ r \_ "C":J IIp ;s cri IN WITNESS WHEREOF, Li j,c of wh h s~aJl bE deemed 'Teet the requirements of Article 5160, Texas, and )ther applicable statutes of the Jdimant", "Labor" and "Material", as used 'l nd a s (Ie fined in said Article. nereby designated by the Surety herein as lnty to whom any requisite notices may be f process may be had in matters arising )vided ley li,rt. 7.19-1, Vernon's Texas 1 :lstrumen- is executed ln -L copies, each an original, this the day of PRINCIPAL b Prlnt Name & T:tle) ATTEST :=;,=:cretary : P:::~lnt Name' SURETY J-<, ", r . nttorney-in-fact Frlnt Name' The Resident Agent or the Surety in Nueces Countv, Texas, Eor de~ivery oE notice and service oE process is: (N(~;,'rF,: Date 1" Payner:' h, '.,nd mu~;~ n" t t,p, (Re-',sed 9/12 ior t da'e "':antra t) tc:yment Boni ~,(Je~) f P E R FOR MAN C E BON D STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Cravens Partners, Ltd. h,;: einaft cal}E'd" rircipal", and c_ pOlcHlc r]arc'el urder '-rH" laws 4- the State of a dul ",the! ::ej 0 10 business in the State of Texas, hereinafter Cc, led "s ret']", IrE: hElc an firmly bound unto the City of Corpus C- ,1st f mur. ,c "'-: pal co epe' ra t 1 un of Nueces County, Texas, hereinafter cc".leo "=J y", 0.1 'hE:: perla sum of THREE HUNDRED FOURTEEN THOUSAND, SIX HUNDRED THIRTY-TWO AND NO/100 ($314,632.00) DOLLARS, lawful money of the u- ':.ed De pa d if [.Jueces Ccunty, Texas, for the payment of w - :T simll::! . c.: " :Je made VvE bind ourselves, our heirs, e" : ~ utI s, ad m s' r ( c r; ird :"] C C e s S~)I .5, j i n t y and s eve raIl y , firm 1 y bf these r 'esent~;: elf HARRIS County, Texas, a THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the '~ntered ir to a certain:::octract with the City of Corpus cated the_10TH 0::- JANUARY , 20~, a copy of which is hereto f'lrt h recf, for tr-:?::onstruction of: d md::Je p.~ , ncipa C "I' _ S tl , a, :J.checi v CONCRETE-LINED CHANNEL REHABILITATION FLYNN SHEA DITCH - PROJECT NO. 2248 (TOTAL BASE BID: $314,632.00) NOW, THEREFORE, f 1 he pr:ncipal steal} faithfully perform said work in 3.ccord"Lce vi;-}' t Ie p13n~3f specifi:atJ,ons and contract documents, lri ud r,'Jmy : an eE', ext.,:nslU'1S, or quaranties, and if the principal sh 11 repa ran:::., 0 I eplac elj defect,s due to faulty materials and/or wo kmanshi that 3.ppelr '..ithi" a period of one ( ) year from the date of cornoletiun ana ac_~eI taric:e uf improvements by the City, then this o h gat i .) r s h a J 'Ii i d . her vi i s e j- em a i n HI full for c e and e f fee t . i;- r.1 V ( , PROVIDED FURTHER f ~ I a . le :-;r:dl J - c'J'ce 3ny 1 ego! nr 'f Texas action be filed on this bond, Ane t at'L.cl Sl Let :-cn 'ralue reeei'led hereby stipulates that no =!t "lge, ,,:x'ens_ rJ f time, al~~eration )r addition to the terms of the - t rat , .~)l ~ t. e ','i c.. r K per for IT. e d the r e u n d e r ,or the p 1 a n s , sp ~iflcdt)nS, jr Wl1g3, c:te., accompa:Jying the same shall in anywise aftect its ~bllqati~n on this bond, and it does hereby waive notice of an such clange, ,,:xte iS1. n f me, alteration or addition to the terms "he c:n' .-a t f Jt t',e ':JCtCk. to be p'c,'rf.Jrmed thereunder. IformaLce Fond 'lqe J f h.s bun,l V"l i'xas. 1 ve, \ E : nor (:, te +atu eE Teet f Texas, the and requirements of Article 5160, )ther applicable statutes of the r r Th~c Age :. i ven:d c r s ndersJgn0d 3ge t 1 es iier t ir Nu Ct..o; ereby designated by the Surety herein as mty t:o.<Jhom any requisite notices may be f process may be had in matters arising rcvicled by Art. 7.19-1, Vernon's Texas '.'). E ana C-:rl h'nor St.' r\ "- eh clret/silp 'lS IT uran e 'ode. IN WITNESS WHEREOF, till, instrument 1S exec;lted in ~ copies, each of h: h s r, a 1 I b f de em,,,, cl d original, this the day of PRINCIPAL B. ',- j . Prlnt Name & Tltlel ATTEST Secretary "'rlnt Name.' SURETY B\; : f,r torney-i n-fact .l'rlnt Name) The Resident Agent or the Surety in Nueces County, Texas, ror de~ivery or notice and service or process is: Agency: Contact Person: Address: Phone Number: ria CJ 1 PE:' r ::ila;;,,':e i',' t::e pri')l t (Jate f C' ntrac:tl ;",cltormance Fond 3ge 2 f "H' ':HW2; De~ 12-05 6:12PM; Page 8/9 N CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 11112, as amended, requires all persons or firms seeking to do busineGS with the City to provide the following intonnation, Every question must be answered, If the question is not applicable, answer with ~NA". FIRM NAME:__~~S f.k.HJfUt-s I C-~ ' _ ________ STREET~1700 7A-NJtc,Uf~ iJ;./.fSr- CITY: JIou~r-o"'; ZIP: '17()(P~ FIRM Is 1 Corporation [J 2 Partnership ~ 3. Sole Owner 0 4. Association 0 5 Other [1 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each -,mployee- ot the City of Corpus Christi having an -ownersh'p Interest- constituting 3% or more of the ownenihlp In the above named "firm", ~am~___ _.!!} r - ;'vOAJ'L-- Job Title and City Department (if known) 2. State the names of each ~tnclal~ of the City of Corpus Christi having an .ownership interest" constituting 3% or more of the ownerShIp In the above named -firm", Name#_cJ ~ ""'-- __ Tille 3, State the names of each;-board member" of the City of Cotpus Christi having an .ownership interest" co_lutI, ng 3~ or more d..' fthe ownership in the above n.arned "firm-. Name /.J _ IJ I /oJ 'L- Board, Commission or Committee -,._,,- ..---.. " ~______m.__ '__________ ,-+------ "'_. _____ 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 sbbJect of thhs contract and has an ~ownershlp Interest" constituting 3% or more of the ownership In the abo.Je named -flnn", Name /J h-- _ NO ~ 'L-- Consultant .,..,................~ I "--- CERTIFICATE I certify that all information PrOvided IS tl1Je and correct as of the date of this statement, that I have not knowingly withheld disclosure of any Infom1atlon requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur, U,ww?, Pw-Nu--~ JU7> . Certifying person:_ tv tL-U~ . ~MI -__ n______ Title: Ptt-71D'tJA, ~~ ffl4t<<r Ul-6t. p. (Type:or p~ / ,/ ~/Y //;J ~ Signature of Certifying Person: ---/t/:t:://tft(~{ ~~- Date: ~~/t.<.tH-'t-, t~1 ti/~ REVtI&O PROPOSAL FORM l?AGE 6 OF 7 Adc>>ndum No_ 2 MacfJnNlht No. 1 Par:a-6of7 ~:- ,f ,l~t' >~H02; Dee 12 05 6: 1 2PM; Page 9/9 DEFINITIONS a "Board Member", A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas, ' "Employee" Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an Independent oontreetor. c. "Firm', Any entity operated~or economic gain, whether professional, industrial or commercial and whether estabUshed to produce or de.' with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as selJ-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profll organizatIons. b d "Official", The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and PMslon Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e "OWnership Interest" Lega/ior equitable interest, whether actually or constructively held, in 8 firm, including when such interest is held through an agent, trust, estate or holding entity. 'Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements f. uConsultantD. Arty person o~ flml. such as engineers and architects. hired by the City of Corpus Christi for the purposeof-pruft:sslof lalconSuttation and recommendation. MVlSID PROPOSAL E'ORM PAGE 7 OF 7 ~No.2 Attacttrn.nt No. 1 Page 1 of 7 --- r ACORD'M CERTIFICATE OF LIABILITY INSURANCE DATE (MMlDDIYYYY) 01/26/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brady,Chapman,Holland & Assoc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 922019 AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston. TX 77292.2019 713688-1500 INSURERS AFFORDING COVERAGE NAIC# .~......._---_.._-_.- --..-. ._...._.__..._~-- '~SURED ~ INSURER A. Amerisure Insurance 19488 Cravens Partners, Ltd. V Amerlsure Mutual Ins Co 23396 INSURER 8: I 7700 San Felipe, Suite 485 INSURER c: Fireman's Fund (Heath) Houston, IX 77063 INSURER D: Travelers L10yds L__ INSURER E ---.," ----- Client#. 7348 CRAVENSPAR COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POliCIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR W_11 TYPE OF INSURANCE / A ! GENERAl UABIUTY y' CPP201201301 ;...... X COMMERCIAl GENERAL L1AB.IL.ITY ! . ClAIMS MADE ~ OCCUR i X PO Ded:2,000 __ l..____ I ~GEN'l AGGRE~ LIMIT AP~S PER I, POLICY I X I jW,: I A LOC A, T., AUTOMOBILE LlABILITY / : r)~ ANY AUTO i f- ~_ All OWNED AU10S I .._I SCHEDULED AU ros I .!- HIRED AUTOS ~ _0_""'"'----_ ~_. ~ ... .. r ~RAGE UABIUTY I -1 ANY AUTO i ~ESSlUMBRElLALlA8IUTY./ CU201201401 JU OCCUR 0 CLAIMS MADE I i ~, ~x-1 =':~E s 10000 A WORKERS COMPENSATION AND / WC201200!)01 07129/05 07129/06 EMPLOYERS' UASlUTY I / ANY PROPRlETORIPARTNERiEXECUTIVE V OFFICERlMEMIlER exa.UDED? ~~~- t=.- C :::Red/Rented Eq IMXI97704322--- ---- 02/2110:-- 102/21/06 . D Bldrs Risk/lnst l~n6609267A66A 02/12/05 02/12/06 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLlES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAl PROVISIONS POUCY NUMBER POUCY EFFE8~ PgWl.wk~~N 07/29105 07/29/06 LIMITS v' EACH OCCURRENCE DAMAGE TO ~~l~~n~' MED EXP (Anyone person) PERSONAl & ADV INJURY GENERAL AGGREGATE PRODUCTS. COM PlOP AGG $1 000.000 $300 000 $10000 $1 000 000 $2 000 000 52 000 000 CA201200901 07129105 --107/29/06 I vi COMBINED SINGlE LIMIT V <1 000 000 (Ea accident) , , BODilY INJURY $ (Per person) BODll Y INJURY $ (Per accident) PROPERTY DAMAGE $ (Per accident) 07/29/05 07/29/06 ./ AGGREGATE AUTO ONL Yo EA ACCIDENT $ EA ACC $ AGG S EACH OCCURRENCE '- $5.000 000 $5.000 000 $ $ $ Bf I OTHER THAN AUTO ONLY: X I WC STATU- I 'OJt'o E.L. EACH ACCIDENT $1 000.000 E.L. DISEASE. EA EMPlOYEE $1 000 000 E.L. DISEASE - POLICY LIMIT $1.000 000 / y $300,000 Any One Item $750,000 Any Project Re: Concrete-Lined Channel Rehabilitation Flynn Shea Ditch Project #2248 City of Corpus Christ Engineering Services, its agents, servants, and employees are additional Insureds on the general liability (See Attached Descriptions) CERTIFICATE HOLDER ( CANCELLATION /' City of Corpus Christi Engineering Services Attn: Contract Admin / PO Box 9277 Corpus Christl, TX 78469 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUI~G I~SURER WILL ENDEAVOR TO MAlL .....3Q.. DAYS WRITTEN NOTICE TO THE CERTfACA TE HOLDER NAMED TO THE LEFT. BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KINO UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES. AUTHORlZEDREPR2NTATlVE I np . I ACORD 25 12001/08\1 ^,., oIIU11')AO ....... r.:\ A~nDn ~^DDnDATlt'U,.l ..ano IMPORT ANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the 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 confer rights to the certificate holder In lieu of such endorsement(s), DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend. extend or alter the coverage afforded by the policies listed thereon. ACORD 25-5 (2001/08) 2 of 3 #M11249 r--- r--- -~ .---- and automobile with a waiver of subrogation on the general liability, automobile and workers' compensation, as required by written contract. DESCRIPTIONS (Continued from Page 1) AMS 25.3 (2001108) 3 of3 #M11249 CRAVENS PA~TNERS, L TO I CPP2012013q1 NOTICE OF COVERAGE CHANGES This notice df. scribes the ch~ng. es to forms i~cluded within the ~AP portfolio of coverages. Not all of these for~s may be inclu ad on your policy These descriptions are general In nature. Please consult the forms on your polley for the exact overage terms. T 1. RENAM 0: The Expense Indemnification for Repair of Your PrOduct or Your Work Endorsement has been rename to add Repair and Rework Coverage at the beginning of the title to convey more clearly what Is being covered. 2. AMENO~D EXCLUSIONS: The costs for removal of the defective product or work are now covered. Cosmetic defects are now listed as not covered. I / TEXAS CONtRACTORS BLANKET ADDITIONAL INSURED ENDORSEMENT _ CG TO 85 03 04 This optionalf. xtension of coverage has been substantially revIsed and updated. It provides additional insured status when t e insured agrees in a written contract or on a certificate of insurance to provide such status related to their premise or the work they contract to do for others. This broad extension includes additional insured status created throu~h certificates of insurance and work orders; a broadened definition of premises; and "your work" coverage andlprimary non-contributory wording if so required. To protect the insured's limits. coverage for additional insureds Is limited to ongoing operallons and ;s excess. where not oth~lWise required by contract or certificate. The revised form includes new Otrigger" wording, which makes clear t/!1at the coverage extends to contracts signed in the past, which may still be requiring additionat insured statu~ tor an entity dUring the current policy term; no exclusion of the 'sole negligence" of the additional insured; and ISO CG 20 10 11 85 reproduced within the form to meet any such requirement in the work contract. TEXAS CO~RACTORS GENERAL LIABILITY EXTENSION ENDORSEMENT _ CG 70 63 03 04 This optional ~ndorsement to the General Liability coverage has the fol/owing new features: 1 POLLUT ON-AIR CONDITIONING EQUIPMENT: The exception to the pollution coverage relative to heating equipme t is newly extended to Include building coo/jng equipment 2 NONOW~ED AIRCRAFT (HIRED, CHARTERED OR LOANED WITH PAID CREW): Nonowned aircraft coverage for leases of five days or Jess is newly added to the extension already providing coverage for nonowne watercraft. 3. PRODU RECALL EXPENSE: Coverage for Product Recall Expense is newly added with a limit of $100,000, 4. SUPPLEtENTARY PAYMENTS-COVERAGES A AND B: The provision relating to reasonable expenses for actual ass of earnings because of time off from work for assistance jn investigating or defending a claim ;s raised fro up to $250 per day to up to $500 per day. 5. WHO IS ~N INSURED a. Less r of equipment leased to you: Coverage Is newly extended to apply additional insured status to a ress even if the lessor Is SOlely negligent. b. Newl Acquired Organizations: Coverage is increased from the former 180days to the end of the policy peri . 6. MEDICA PAYMENTS: The reporting periOd for expenses is extended from one year from the date of the accident t three years. 7. UNINTE IONAL FAILURE TO DISCLOSE HAZARDS: The extensIon relating to knOwledge of hazards is renamed nd the wording is amended to say we will not disclaim coverage for unintentional failure to diSClose an hazard e.fsting es of the fncoption da'e of 'he poHcy. 11 ~ '0 od'f" Pagel of 4 \ .p:DDITIONAL INSURED TE 99 018 This endo~menl modifies insumnce provIded under the following: BUSINESS AUTO COVERAGE FORM GARAOECOVERAGEFORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the Inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number / Named Insured I I CRAVENS PARTNERS, LTO I Count The provisions and exclusions that apply to UABILlTY COVERAGE also apply to this endorsement. (BlANKET I ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH REQUIRES YOU NAME THAT PERSON OR ORGANIZATION AS AN INSURED ON YOUR POUCY. '- (Enter Name and Address of Additional Insured., is an Insured, but only With respect to legal responsibility for acts or omissions of a person for whom Liability Coverage ;$ afforded under this policy. The additional insured is not required 10 pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additlonallnaured in all matters pertaining to this insurance. We will mall the additional In.urad nob of any cancellation of this POlicy, 'f the cancellatJon is by us, we will give ten days notice Co the additional In.ured. The additional Insured will retain any right of recovery as a claimant under this policy, FORM TE 91 018. ADOmONAlINSURED Taxa. Standard Automobile Endorsement Pr..crlbed March 11, 1992 CRAVENS PARTNERS LTD v / POLICY NUMBER Cpp 2012013 01 V THIS ENDORSEMENT CHANGES THE POLICY. PLEAsE READ IT CAREFULLY. COMMERCIAL GENERAL UABllfTY CG 02 05 01 96 v TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance proVided under the following: / COMMERCIAL GENERAL L/AB,U7Y COVERAGE PART ...; LIQUOR LIABILITY COVERAGE PART OWNERS ANO CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPlETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTNE LIABILITY COVERAGE PART In iIIe.-, of C8n<88otion "'........ ....... ..., "'.""'" '" ....... ... ;n",..... dOllIed by this Co_.. P'd, wa .g... 10 mail prior written notice of cancellation or malerial change to: 1. N.me: SCHEDULE AI IIN~ ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH REQUIRES THAT PERSON OR ORGANIZATION BE GIVEN NOTICE OF CANCEllATION. 2, Addntas: 3. Nombsr 0' d.y. ..vanca n06.0 / (If no 8I1Oy - -. in_.."" noquI...1o -..... .... ............, wm be shown In ... 00"'........ .. .pplicable to this endorsements.) v14t ~od~ CG 020501 '6 COPyright. Insurance Services Office, rnc., 1994 Page 1 of 1 0 V CANCELLATION PROVrSION OR COVERAGE CHANGE ENDORSEMENT TE 02 02A This endorsement moditles insurance proVided under the fOllowing: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM 't This endorsement changes the policy effective on the Inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number / CA2012 1 Named Insured CRAVENS PARTNERS LTD V "\ ..; (Authorized Representative) "30 days before this poficy Is cancelled or materially changed to reduce or restrict coverage We will maif notice of the cancellation or change to: '\ BLANKET ANY ~ERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A / WRITTeN CONTRACT WHICH REQUIRES THAT PERSON OR ORGANIZATION BE GIVEN NOTICE ./ OF CANCELlATION. 'EXCEPT IN THE EVENT OF CANCEUATfON FOR NON.PAYMENT OF PREMIUM WHERE 10 DAYS NOTICE SHALL BE GIVEN. (Enter Name and Address) FORM TE 02 OZA _ CANCELLAnON PROVISION OR COVERAGE CHANGE ENDORSEMENT rex.. Standard Automobile Endor..ment Prescribed March 11, 1992 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY ----- we 4206 01 lEd. 7.84} This endo".ment applies only to the in,",ance provided by the policy beoause Texes is shown in Item 3.A. of the Information Page. in 'he event of cancenation or other material Change of the policy. we will m.il edvance notice to th. person or organization nam.d in the Schedule. The number of days edvence notlee is shown In Ihe Sch.duie. This endorsement .h.1I not Ope,.te directly or indirectly to benefi' anyone not named in the Sch.dule. TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT Number of days advance noti^~ V' · EXCEPT IN THE EVENT ~ElLATION FOR NON-PAYMENT OF PREMIUM FOR WHICH 10 DAYS SHALL BE GIVEN. Schedule "\ 2. Notice WiJJ be maied to: BLANKET-ANY PERSON OR ORGANIZATION WHICH REQUIRES BY CONTRACT TO BE GIVEN NOrlCE OF CANCELLATION v Thi. ...ors......, chan." th. O~iov to whleh it i. "'''h..... i. '''.'.,. on the .... '..... v.~" Olh.""~. .tat.d. <Th. i........IIo. below" ...,,'be. O.~ Wh".'" eo.ors....'" I, ...". "Ose",.., to ,,",p.r..o. of .h. poIi,v.' E..o..."",.. ftt_vo POIi" No. E..or..m.", No. Insured / / "AVrNS PARTNERS L TO \lC201200BOt ~ COuntersigned bv Promy 4t ~od~ InSUflnce Company we 42 06 01 (Ed. 7-841 Ho.. Form. & SoMe.. ..--... - - . " WORkERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLlCV we 42 03 04 A (Ed. 1-001 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies onlV with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule ) Specific Waiver Name of person Or organization ""'X) Blanket Weiver / / Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. " 2 Operations: 3. Premium The premium charge for this endorsement shall be 0.020 percent of the premium developed on payroll in connection with work performed for the above person/s) or organizatlon(s) arising out of the operations described. 4. Advance Premium $2,62B This endorsement changes the policy to which it Is attached and is effective on the date ISsued unless otherwise stated. (The infOlmatlon below Is required only when this endorsement Is Issued subsequent to preparation of the policv.1 Endorsem.nt Effeotive Policy No. Endorsement No. In.u... CRAuENS PARTNERS L TO WC201200a01 p,e""'ff.. ,\. Q . Od4- Insurance Company Countersigned by L ~l)'~ ~