Loading...
HomeMy WebLinkAboutC2006-522 - 11/7/2006 - Approved k~ ~ P ~ C I A L P R O ~ I S I 6 N S ~ P E C I F I C A ~' I O N' S A N D F C) R M ~ O ~' C O N T R A C~ 'S A ~ D B O N I3 S F O R r i~~P~ 98RV~C8 L~iS ~R 1~ID C~T-OI~T I~~`~1Llul~iTlU~ ~'~~R1~iId ~ aoa~ ` Prepared b~r : Jose F. Trejo, P.B., R.P.L.~. I~EPARZ~IT OF ~LJGIi~ZNG SER~CES C3.ty of Corptt~ Christi 1201 Leop~erd Cflrpus Chris~if Texas Phone: 361j880-3500 Fax: 361f $8fl-3501 •rraer~'.JRr FOR WASTEWATBR D~ARTMENT CITY,OF CORPUS CE3RISTI, TEXAS Phone: 361/880-3500 Fax: 361f880-3501 P~O~{~T NO : 7 3 6 6 ~ ~w•~--~ ~ . (''''rr~ ' 1 D~~ N~ : N/A -~ ....~.~. .~ ,~~=.~ = r;a.r. ~3+: `~ ~~ ~ ~~ ,'tG~3~a~' (Revised 7/5/00) WASTEWATSR SBRVICE LIN$ REPAIR AND CLEAN-OIIT INSTALLATION PROGRAM FY 2U07 Table of Contents NOTTCS TO BIDDERS iRevised 7;5/GOl NOT~CE TO CO~TRACTORS - A (Revised May 2006) - Insurance Requirement~ NOTICS TO CO~iTRACTORS - B (Revised ?J5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SP~CIAL PROVISIONS A-i Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and ?~bbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-5 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-1C7 Wage Rates (Revised 7/5/00) A-1i Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-ls Area Access and rPraffic Control A-14 Constructi~n Equipment Spillage and Tracking A-15 Excavation and RPmovals A-16 Disposal/Salvage of Materials ~ ~~ ~" ~' a ^~~~ ~~ (not used) (not used) A-19 Construction Project Layout and Control ~' ~- z~ "-'==~_ ,~ ^~a ~__«-;F~_-~=---- (not used) ~~-~ ~e~3-~~~g~s (not used) A-22 Minority/Minority Business Enterprise Participation Pce:_a~•y (Revised 10/98) ~--~3 ~r~.,......,.}:..,., n ......:......~ in~:'=.,:=a ~ /c /nn~ ~IIOt used) =r------- -s---- ~ ~ -~ , A-24 Surety Bonds NO LONGER APPLICABLS (6/11/98) A-26 Supplemental Insurance Requirements ~ ~7 ~espe~s~~~~~~~--€~~ ~:~ta~~ ^'_~_...~ (not used) A-2~ Considerations for Contract Award and Execution A-29 Contractor~s Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents ?~ 3-5--~t~Wa~e~~e~~es-,6•gee~}~'_ D=~~'_==-----~~-= (not used) A-3E Other Submittals (Revised 9/18/00) A-}~ Amendea "Arrangement and ~harge for Water Furnished by the C ~ . ~;. ~, ~ A--3~ Worker~s :'ompensation Coverage for Building or Construction Projects f~:~r Government Entities ~-- (not used? A-°~C Amendment r_o Section B-8-6: Partial Estimates ~-~- {not used? A-4~ OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4;'26/99) A-4~ As-Built Dimensi~ns and Drawings (7/5/00) (not used) ~-4~--~e-~e~~~~txe-~}~~ ~~g~e~~e~-~~ea~~e~ '''~~~~T (not used) A-4~ Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" i8/24/00) PART B - GSSNSRAL PROVISIONS PART C - FSDSRAL WAGT RATES AND RBQIIIR~ffi~l'PS PART 5 - 3TI-NDARD SP$CIFICATIONS DIVIS~ON 2 - SITEWORR 022020 - Excavation and Backfill for Utilities and Sewers 022022 - Trench Safety for Excavations 0221t~0 - Seiect Material 025205 - Pavement Repair, Curb, Gutter, Sidewalk, & Driveway Rep7.a~. 025222 - Flexible Base - High Strength (S-24A) 025424 - Hat Mix Asphaltic Concrete Pavement (Class A) 025610 - Concret.e Curb and Gutter 0256i2 - Concrete Sidewalks and Driveways 027602 - Gravity Sanitary Sewer (5-61) 028020 - Seeding (S14) 028040 - Sodding (S8) 028300 - Fence Relocation ;512) DIVISI~i 3 - CONCR~T$ 030020 - Portland Cement Concrete 032020 - Reinforcing Steel 0380~0 - Concrete Structures DIVISIOt~i 5 - ~TALS 055420 - Frames, Grates, Rings, and Covers PART T - TSCffid2CAL SP~IFICATION3 T-; REPAIR C~F WASTEWATER SERVICE LINES NOTICB AGREffi~i'I' PROPOSlaL/DISCLOSIIRS STAT~QSNT PBRFORD~NCR HOND PAYM$NT BOND NOTICE TO BIDDERS NOTIC$ TO BIDD$R3 ~eale~ proposals, addressed to the City of Corpus Christi, Texas for~ WASTlWAT~R 3$RVICB LINB R$PAIR AND CLBAN-ODT INSTALLATION PROGRAM FY 2007; consists of the locating and excavation of existing service lines; replacing approximately 1800 linear feet of wastewater service lines from the clean-out to the bend or City main; incidental main line repairs if required; installation of approximately 150 new PVC clean-out assemblies; televssing service ~ines `:o City main; backfill, other appurtenances and s.i.r_e clean up, in accordance with the plans, technical specifications and contracr documents; will be received at the office of the City Secretary until 2:00 p.m. on wedn+esday, October 25, 2006, and then publicly opened and read. Any bid received after closing time will be returned unopened. There will be NO pre-bid meeting for this project. A bid bond in the amount ~f 5~ of the highest amount bid must accomp~°~~y each proposal. Failure to provide the bid bond will constitute a nr:. responsive proposal which will not be considered. Failure to prov. wE. required performance and gayment bonds for contracts over $25,000.00 w_i.~l result: in forfeiture of the 5~ bid bond to the City as liquidated damages Bidder~s plan deposit is subject to mandatory forfeiture to the C:ty i.f bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ( 50.00) as a guarantee of their return in good condition within twc weeks of bid date. D~cuments can be obtained by mail upon receipt of an addit.ional ($10.00} which is a non.-refundable postage/handling charge. T:he bidder is hereby noti.fied that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and t'riat such wage scale is set out in the contract documents obtainable at t'~e of.fice of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of ~~laborer," ~~warkman,~~ or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waw-re i:rregularities and to accept the bid which, in the City's opinion, see:?s mos* advantageous tc; the c'ity and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS j's/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTR.ACTORS - A _ INSURANCE REQUIRE~ENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYP$ OF INSIIR]-NC8 MIIIIMIIIS IN3IIRANCE COVSRAGB 30-Day l~otic~ of Cancellation required on Bodily Injury and Property Damage ~ all certificates P8R OCCIIRRBNC$ / AGGRSGATB E C~ ammer~ia~ General Liability including: $2:000,000 COMBINED SINGLE LIMIT ; 1 Commercial Form ; i Premises - Operations ~ ~ 3. ~plosion and Collapse Hazard 4. Underground Hazard 5 Products/ Completed Operations Hazard 6 Contractual Liability 7 Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTBD WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPE~NSATION COMPENSATION ACT AND PARAGRAPH II OF ~ THIS EXHIBIT EMPLOYERS` LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONNENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental REQUIRED discharge; to include long-tern X NOT REQUIRED environmental impact for the disposal of contaminants BUILDERS' RISR See Section B-6-11 and Supplemental ' Insurance Requirements v REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental E ~ Insurance Requirements ; REQUIRED ~. X NOT REQUIRED Page 1 of 2 ~h~- City of Corpus Chri~ti must be named as an additioaal iasured on all coverages except warker's compensation liability coverage. mh~ name of the Project must be listed under "description of operations" on each certificate of insurancF. rc r ea~ r. insurar:..e cc:.~erage, tiiE ~ontra~tor shall obr_ain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice af cancellation of or material change on any coverage, Tlze Cor.tractor shall provide to the City the other endorsements to insurance policies or coverages whi.ch are specified in section B-6-11 or Special Provisions section of the contr_act A completed "Diaclosure of Iaterest" must be submitted with your proposal. Should you have any questioas regardiag insuraace requiremeata, please contact the Contract Admiaiatrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACT4RS - B NOTICE TO CONTRACTORS - B W~RI~.R' S CO::. £itiSATION COVERAGr. ~OR BUILDING Cn C~NSTRIICTION PROJECTS FOR G~VE:cIdMENT ENTITIES ':'exas law requi~es tha~ -ost contractors, subcc~tr~ctors, and ° ct~~~rs ~roviding woric or serv~ces for a City building c= construction prc- ec= T:ust be covere~ by woricer' s compensation insura~ce, authorized se~_-_~surance, or ~n approved worker's compensa~~cz coverage agre~^:~.^_t . ~ven if Texas law does ^.ot require a contractor, subcontractor or oth~~s performing project servicea {including deliveries to the job site; ~~ provide 1 oi the 3 forms of worker's compensation coverage, the C:~~.~ will require such coverage for all individuals providing work or =er~,-ices on this Projecz at any time, including during th~ mai::r6rar.ce guaranty ~eriod. :•,otor carriers which are =equired ~~ reg~s=_= with the Texas Depar~:~ent of Transportation under Texas Civi -. Sta~L~_s Article 6675c, and which provide accide~tal iasurance coverace under Texas C:vil S~atutes Articie 6675c, Sect'_on 4(j) nee~' not ~-ovide 1 of the 3 forms c~ worker's compensation ccverage. 'I'he Contractor agrees _~ comply with all applic~b3.e provision°> of T°xas Administrative Code :itle 28, Section ll0.li0, a copy of whic:_ =s attached and deemed _:corporated into the pro~ect contract. Please ~ote that under secticn i10.110: ?. certain ianguage ^ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Proj ect ; 2. the Contractor ~s required to submit ~a the City ~ertificates of c~verage for its empioye~s and for al~ subcontractors and others providing services on the Project. The Contractor is required to obtain and su}amit updated certificates showing extensian of coverage during the Project; and 3. the Cantractor is required to post the requ_=°d notice a~: the job site. By s;cr.ing this Contract, the Contractor certifies that _~ will t_~~sel ~om~~~: •~ith these Not~ce to C~atractors "B" requirements. t~arz~' :~ corn'x~cro~s - ~ (A~viseo 2l13/981 paqe 1 0! 7 ~/? f qe ..: L-' C. ~: i l; i 1t~~ ..5. ~1~~.~_-~~~C[ ~'art ii. ~I'E~~S `~'ORFiERS' CO?4~IPE~tSATIO`' COyi_l~1ISSI0~ c:~hapter 310. REQUIF~ED \'(>TICES OF COV~ER~GE Subchaprer B. E~ZPLOY~R tiOTICES S llQ.110 Renortin~ Reauiremenu for ~uilding or Coastrucrion Projecu for Governmenral Entities (a) The following words a.~,d terras, w•nen used in this ruie, sha11 rave rhe followin~ meanings, unless che cc~ntext cie:riy inaicates ot,~erwise. Te:ms not define~ in this rt:ie shall have rhe me3ning cie~ned in che Te:cas Labor Code, ~r so define~. i} Certinc::e oi coverz2e (c~:~.inc: ~e ~-= C~OY Oi 3 Cef;lIIC3LC Ci irsuranee, ~ ce:L121CaLC CI 3i1LII0IZry ~~o seu-insure :ssued b.~ cne c:::u~nissie~., e: a worice:s' cornpe:zsaLCn coveraQe a~reernent (TWCC-S1, `~WCG"o2, TSVCC-S3, or TWCGS4), showing starutory woricers' campensation insuranct coverage :or the persods or entir}~s ernaloye~ (inciuding those sunject to a coverage zgreement) praviding services on a project, for tne duration of the projecz. ~2) Buildins: or consuuc•.ion-rias r:.e me:.ni.~~ denned in the Tz~cas i.abor Code, § 406.096(e)(1). r?} Contractor--~ person oidding ~or or awarded a building or co:uuuc~aon project by a governmentzl enritv. t 4} Coverage-Workers' compensation inst:rance mezcing the statutory requirements of the Texas '~or ~,ode, ~ 401.011(44). 5) Coverage agrcc~eat-A written a~re~:^eat on form ItiVCC-EI, form TWCGS2, form i~VCC-S3, or iarm TWCC-84, flad with the Te:cas Woricers` Comgeasatioa Commission which cscablishes a celationship betweeu the parcies for purposes of tli~ 2exas Workars' Comgensation Act, pursu~at to the Texas Labor Code, Cbapter 406, Subchapters F and G, as oae of emplvyes'/emploYee and estahlishes w~o will be respoasble for providing woricers' compensation coverage for persons providiag servicrs on the project ; 6) Durauon oi rhe project-Includes the ume from tne be~innin~ oi waric on rhe project until r.he ~oric on the praject hu ber.z c~mpie.e~ ~^.c acceate~ by the gover.i.~xental entity. ?, Persons ~roviding se^,~ic°s on Lhe oroj~^ ~"subcontractor" u. 3 406.09fi of thc Act)-~;r~ ~e excapuor. or oersons exciuded under subseccions (h} and (i) of this section, inciudes aII gersans Qr ~ntiues pe:iornunQ all or ?a.rt of the services the cc~ntractor has unciettaken to perform on the proj~.. -egardless o: whether tnat pe~son conuaced direetly witn the cQntnctQr and regardless of whether °hat person ~:as einpioyePs. Tf:is inciudes but is not limited to inae~eadent conttaetots, suh Q n~tra f rs. ieasin~ compa.nies, motor carriers, owner-ooerators, emplQyees of 2.ay such tatity, or emp y ~nv e~tity fi::r.isning persons t~ perform se:vices or, the project. "Services" inciudes but is not li~.^~ite~ :~OTZCE TO CQNTRACT~~S ' °- Revised 1/13l98S ~/7~9~ h:t~ !/w~ww ses_state tY us'tac12?/IT./I idtB/I IO_11Q.htmi ga~ z or ~ _~ _ _ . .,_ .._ °age2c:~ ~..... -`; ;.._::iin~, o: eei..~e:in~ ecuinrr.ea~ er ...~__r.~is. cr ~; ~~iding i2bor, t.a:zsper:~::cn, or othe: e:', ..,.. .~.,.,,,,. ;0 2 proje~ .~' ~~:Yices ' d~es nat L':~i::ce 2Cii•f:tieS ::r.: eiate~ t0 the proleC:. _~Cfl ;.s •~ra~~r~. °-s_~ ~.endors, c~:~.c~ suDpiy de!iveries, ~.~ ce:iverv ei ~or-~2oie toileis. 8) P; c~e^-~:ciudes the erc•.ision of all se.~vices rei~:ed to a ~ui:c~~g or construc*.ion ccr.;:act ror a ~>_overr ~e:::r.~ enutv ib) Pre~.~cir:z or causing to be orovided a certiacz:e oi coverage Yursuant to this rule is a represe :r.z;:c : ov tise insure~ :hat al.t emnloyees ei :e insured wno are pratizding services en the protec ~.-e c;,:~ered by woricers' compensation cave:aae, that the coverage is based on nrooer reportir.e ei c; :ssuication rades and payroll amour.u, and that al coverage agreements r.ave been filea wiu~ L~:e Z~~ropriate insura~ce carrier or, in the case ei a seIf-insure~, with the commissioa's Division ci' ~eiz-I~.sur~.c~ Reszuiatio~ Providing false or misierding ce.~:cates af coverage, or :aiiing to provide or r.:~intain require~ wvera.ge, or failing te re~ort any c:.uige that materially azie~,s the provisian oi c~verage may sabject the contractor ar other persan providing services on tha project to administ~-::i•e eenalties, c.Timinal penalties, civil pe:.aiues, or other c:vil actions. (c) A Qove:-~,~ental eatity t~:at enters into a buildi;.2 or con.suuc:.=~n contract on a projec; s::all: (~}~nciude ir: t~e bid specinca~ons, all the provisior.s or para~~:z (7} of this subseccien, Ls:ng the ianeuage ~e~uired by para~pa (7} of this subsec:ic~ (2) as par, oi L'~e contract, ~,:sing the language re~uired by para~ph (~ of this subsec~oz~ req~sir~ :~. contr~co~ to perform as required in subsection (d) oi this section; (3 ) obtain ~ cm the conuacor a certificate of caverage for each ~e: son providing services on the project. p*ior to that pe:son begizuung work on the project; {4) obtain frem the conL-acor a new certificat~ of caverage shgwing extr.nsion of coverage: (A) before ti:e end of the c,:r: ent covera~e period, L{ ~.`~e coatracnr's current certificste e_ coverage shows ~: ;ue coverage per.od ends duriag the deuatian of the ~roiGCt; and {B) no iate: ~~.:.n seven days ati~r the exp°sration of t~e cave~c for ~ch other gerson groviciing services on the project whos~ curreat certificate shows that the cavr,rage period ends during the durati~n of t~e project; (5) retain ce:tificates of coverage on 51e for the duration of the proaect and for three years therea&er; (6) provide a c~py of the ce~ncates of caverage to the camrIIiss:~n upon request and to any genon entitie~? ~c ~h~n oy law; ana (7) use the la::~~age containe: in the following ~eure i for bia sp~ciuc.atiQns and eontracs, ~~~ut any addiuona: woras or ciian$es, except those re~uircd to accommaciate the specific docuraent in which thev ~.re contained or to irnpose stzicter stand~r~s of dQeLr~eZtatiQa: T2ss i~ o. ~ i o(c)(~} tbi hLip:/lwww SOS_SLZLC.LX.u5II3G~:,8/II/I IOIBtt tQ.I IO.hur.~ tiQ'lTCE TQ CQNSRACTQRS - 3 Re~ised 1r23f4Q1 Pa9e 3 0~ 7 $f~~1~ :_~ -~.C ,'~ l 1 ~ Page .i oi b .j .A cor.rractor sn:,i:. ;:) provide coverage ior iu empic~~ e-..s crovidinP servic~s on a project, f: ~:e duration of ilie projer: ~_sed on proper reaoring oi ciass•:~.c;.::on codes xnd pa}Teii amounu a:.L r'.:: z ai any coverage ~ greemen:s; ~; s1 provioe a certificzte of caverz_e szowing worlcers' c~raoensatioa cove.-a?e to the gov~rc~menial "12ICV PflOf t0 ~7C2Lnn'^SZ WOtIC OR L^.C ~:OJOCL; r a) provide the gove:nmentat enL~ •, ~,^or to the end of the coverag~ pe.zed, ~ new certificaze of c~veru~e showing excebsion oi ccverzQC, if the covera¢e period shown on *?~e c~ntractor's euirent ~erciftcate of coverag~ ends durin2 t^e durauon of the proje~ct; (~} obtain from each persou providing services on a project, and provid~ te ~~e stovernmeatal ontity: ~.~) a cerci.fieata of coverarcc, prior to that person begiaaing woric on the Froject, so the gove:nmeutal ezury wiIl h~ve on &ie cerrificates oi caverage showing coverag~ for all p~rsans providiag services on :::e pmjecz; and ~B) no later thaa seven days after recra~c by the contractor, a new certificaze oi coverage showing extension of coverage, if the coverzge period shown on the curreat cerriaczu of coverage t,suis during che ~uration of the prajoct: (5) retain all required c-.tificates o: coverage on 51e for thc duratian of tha praj~ct and fot one year th~reaRer (6) natify the gov~nmeatai entity in writiag by certified mail or pexsoaal desvory, withia tea days a.fter rhe cot~ractor kaew or should have i~cnawq of aay chaage that muetially aaects the provision of cavera¢e of aay persoa pmviding servicos on the projec~ {r~ post a notice on each project siu iniorming all persons providiag servic~s on the project that they ~: c requircd to b~ covered, and stavug how a paaon may verify cuirmt cever~e and report failure to provic~e coverage. This no~ice does not sa~sfy other pasting ra~uitements i~posed by thc Ad or athar commi~asion ruies. TBis notice must b~ priated witi~ a title ia at least 30 poiat bold type aad texi in at tcast 19 poiat normal typq aad s~ail be in both Eagiish aad Spaaish aad aay eth~er laagaage cammon to th~ woricer popuiatioa The tact far t~e noticcs si~an be the followiag te~ provided by tha comra~ssion on the sample natic.~, wirhout any add'itional words or chaages: REQUIRED WORKEiZS' COMPE?~ISATTON COVERAGE "?he itw requires thas each pexson worldng on t~is site or providiag servic:s re?aied Lo this coastruction projxt must be cove: ed by warkers' compe~sation ins~u~anc~. i::s inc3ud~ persons ~rovic~ng, haulins~, or dolivering equipmem or materials, or gravid~ing tabor or transportatioa or other service related to the project, restardl~ss of the ideatit~r of thair emplayer or s~tus as an emploYee." °'Cail the Texas Work~rs' Comper.sation Commission at 512-440-3789 to :e~sive information on the le~al requuement for cov~ragc, to verify wiuther yoeir ~mployer has grovided thc requir~d coverage, or to report an employe~s fa~ure to provide cov~rage_" aaor=c:.- :~ cortrn~-crons - a :::tp://www,sosstate_tx.us/tac128/IIII lOB/1 i0.110_him! R~PiQed+~ot3?9B1 8~~8 rage ~ ~~ ~ ~S ..~-.~, a . . . ; C (8} c~::t:zc:L:aiiy rec::i.fe °..: ~n ~erscn ~~t'r. ~1•cc~ :: cancrac`s :.. ~'o~ide sen~crs c: ~ ~roj~ct to: (A) prcvide cover~e oase~ on prooer re~orzi:.2 oi classincation c~ces z.zd payroii 2~:.ounts and filing o; anv c~ti~erage a~rr^:er.:s f~r ~..:.~ ~vf i.s e:r.cic~•e~s providi.^~ ser.zces cn u-e proie~ , r~r the dura~ion od the proie~; (B) pc~~lde a crrti.f c:~e o- covera~e to che c~z~ ctor Dnor Lo tna2 Derson oeainru.^g '~oric on the groie~ ~ {C) inciuce in a1i conu-~cs to pro~1de se.~vices er. tne projec: w e iznguaEe in subse~ en (e)(3) of this section: (D~ PTOV1aC L11C COALTZCi..", prior :o the end of ~ coverage pe.^.od, a new cetvnca-~ oi coveras~e showine exteasion of cov~'aQe, u t~~ cav~ra¢e ge: iod shown oa rhe current cezunca~e of coverage eI1dS hc:Slll~ff t~1C dl1f3L10II 4I L~1C DrOJCCi; (E) obtau: from eac.~ othe: werson with whom i. c~nzrae.s, and a: ~~dc to the cor..rzc:or. (i) a ce:tincate of cvveraQe, prior ~o the ocner ~e:-san be~in.ting wori: on the projec:; :.:d ('u) prior to the end of the covera¢e period, a r.ew ccrtificaze of coverage showing e.r.e.^.sion of tt<: cove~se pctiod, if the coverage period shown oa the currer.. ce.-dncaco of coverzge eads duriag °~~ duration oi the projecz; ;~ rerain a,{l required cc:-~ificates oi coverage on aIe for the duratioa of the projec: a.-=d for one year ther~ite: , (G) aorify the governmer.ul entiry in writiag by certified mxil or pasoasl delivery, uitiiin tca days afta~ the p~on Imew or saould have laiowq oI aaY c~a~g~ ~ matr.naliy a~ecu ~E;e orovision of Loverage of any person providinQ servicts on cne projxt; and (F~ ,contracxually require zsca otiier gersoa wim w~om it canu~c.s, to p~rform zs *eruir~ by _ (A}-(H) oi t~is paragraFh, with the c~rtificate of cov~er~~ ta b~ provined ta the perscn for whom t~ey ar~ providing st~vices. (~) A persea providiag services on a projax, o=her thaa a coatractor, shall: { t) prov~de coverage for iu employers proviaing stsvic.~s oa 8 pro~eCi, fQr thC dtu2lon of the proj~ci based on proper rcporrinsz of ctassincation coaos and Paymii amounu and itl~.ag at a.nv covera$e agr~e ~e~u; (2} provtde a certificzte oi cove:age as rr_quire~ by iu cantrac~ co proviQe s~rvices en tlze groaec''., prioc to be~inning worlc on the project; {3 ) have the following lansuarz~ in iu caan~ct to provida s~r~riccs oa th~ praject: "3y si$aing this h coatnct or providing or causia§ to bc grovided a certificat~ of cov~e, th~ gerson si_saoiug this co~cz is reprGSeatiag ta the govcnun~tai ~ity that a!1 employees of th~ p~rson si~iag Lhis conuac who wiIl provide scrvic~s on the graject will be covered by wvricers` comcertsatien covera~e ~+or=cz ro coxs~-etoaes - e ~.Ks.a if:aESe~ 8l7/9~ http:/h~ ~-sos•state.tx.us/tacJ281II/1108l110.I i0.html p,~ ~ ~! ~ rage : ot o _~ . - ., . ~ . ~v ic~r :.:~ c::: ation of ~.e proieci, :t~.aL the cc~: e.~c will be ~:sea on proper reparting oi c:assmcatioa codes zr.d oayroll a::.ounts, and that all cove:~e asaee.^.zr.^u wiii be Bled witn the anaropriate insur:..c~ carritr or, ~. the case of a self-ir.si:red, with thz cor.imissioa's Division oi Self-Insurance ReQt:iatior.. Providine falsc or mi.sieading :~.:orz-~asifln may subject the contractor to administrative pes~i~cs_ c:itninal Fe:.ahies, civil penalties, or other civii ac::ons." (~) provide the persan for wnom it is providing services on the project, prior to the end of the coveraste period shown on its current ce.-~::ficate oi coverzsze, a new certificaze saowing exiensiaa of coverage, x the cov~~e period shown on ~e cercificate ei cove~ge ends duriag the duratioa oi the pro}e~ ; ' (~) obcaui from ~aca person groviding se:vices on a project i:nder conrract to it, tnd provide as required by its contract: (A) a c~rcificate af caverage, prior ta the oL7er person be~uning work on ttu project; aad (B) prior to ti~e end of tha coverage p«iod, a new certincaze of covcrage s~owiag exuasioa of the coveraQe period, if the coverage period shown on the curreat cerdficate of caverage ands duriag the dura~on oi the projr-•y (6) retain all rtquired certi.ncat~s of coverr~~ on file for the duration of the proj~et and far one year therr~fter; ('I} nati `ry the governmcntal eutiry in wcitiag by cerdfi~d raail or p~sonal delivery, of aay chang~ th~a~ materi~lly aff~cts th~ ~rovision of covems;e of any person gmvidiag sc.rvices on th~ projcct and sead the notice wit~ia ten da}rs after the person ~cw or should have known of the c~a,n~e; aad (8) coauactually re~uire each other pusoa with whom it contracu to: (A) provide cov~e bas~d on propar re~ortia~ of ciassificarion codes aad payroll azaouats and filing of a~y covertge agr~cau for all of its ers~lay~es providiag suvices on the prajecs, for the duration ofthe projec~ (B) provid~ a urtificate of coverage to it prior to that othcr p«son beginaing wvrk on tha proj~; (G~ indude ia ail conu~ac*s to pmvide services on the pcoject Lhe laaguage in garsm'apb {3} of tbis subsectioa; (D) providc, ~ttior to th~ end of th~ coverasta geriod, a new ccrtificate of coverage st:owin$ extension of the covera~c period, if tha caveragc p~ioc s~own on tiie czuroat cortifieat~ of cov~raga c.ads durin¢ ~e duntion ef the project; (E) oocain from eacn o~er person und~r coatract to it to provide services on th~ pro~~ and provide as reauirea by its cantract: (i) a ce~ificate of co~~uas~e, prior to the ocher person beginning work on the projec~w and (ii) priar to the end of the coverage geriod, a new cert~cate of coverage shawing extutsion of the cove: zste periad, if the covenge period shown on tho curr~t certificaze of coverage ends durin$ ihe httpJhvww.sos.stat~.~c.us/tac/28/IU110lB/I iQ.110.htm! r'°1'zc~ T° ~+cT°"S - g S/7/98 awtsea iila~9ai p~ 6 of ~ _~ ~ ~.~, .._ ~~~ auration ~i :ae conuaa: Page 6 of b (F} retaui ail ;e~uireo c~: W.:,.::es ei coverage en nie for the duration e: .;.e project and for one year zherr,arie~, ( G j nvtifv tae governmc :tzi er.:iry in writin$ by cc.titie3 mail or pe: so:~i dciivery, witi~in ien days after the pe.rson lrnew or snould have known, of any change that ~te.^:~iiy affects the provision of coveraQe of any persoa providing services on the proj~ct; and (~ contrac'.ually require e:c:~ person with whom it contract~, to perier~a as required by this ~ subparaezapa and subQaragrapns (A}-{G) of this parasaaph, with the ce: uficate of coverage to be - providcd to she person for wnom rh~}r are providia3 sezvices. (~ If any provision of this rule or its applicatian to any person or cira~.nstaace is held iavalid, the _ invalidity does aot affect ower nravisions or applicadoas of tbis rule that caa be given effxt without the iavalid pmvision or agplica~on, and to this ond th~ provisions of this rulc are deciared to be severable. ~,g) This nu~ is aaplicablo for ouiiding or construction contracts aave.~sed for hid by a governmentai entity on or afta S~ptembcx 1, 1994. This ruie is also applicable for those buiiding or coasrructioa conuacu crnaed into on or ar3er Se~tember 2, 1994, which are not r~uired by law to be advertised for bid. (h) The cavera~e require.~n~t i.z this rule does not apply to motor car.iers who are r~quired ptusuant io Texas Civil Statutes, Article 6675c, to r~gister wirh the Texas De~artment of?ransportation and wha provide accideatai insurance covcrage pursuaat to T~s Civil Statutes, Article 6675c, § 4(7. ('i) T'he coverage requiremeat ui this nile does not agply to sale propriators, partaers, aad corporate o~cErs whe meet the r~qviremeau of the Act, § 406.097(c~ and who are explicitty exc-luded ~om covexag~ ia accardaaca with th~ Act, § 4d6.097(a) (as added by House Bs'I11089, 74th Legisiature, 1995, § I.20). This subs~ion appiies onty to sak proprietocs, gartaers, and c,atporate ~xxutiv~ o~cers w~ arc excfudcd firom covera~e in an mam+*+c~ Polic.Y or certificaze of suthority to self-iasur~ ~hat is deliverea, issuad for de~ive:v, or renewed on or after Januaty ~, 1996. Source: T~ provisioas of this § 1 I0.110 adopt~d to ba ~ve Sept~ber I, I994, 19 T~xReg 5715; azaesdod to be zffective Nave~ber 6, 1995, 20 TCxReg 8609. Return to Section Index http://www.sos.szate.tx.usrtad23/IUi lOB/110.110.himl Nor:cs :~ coKru~c~roRS - a R...~:.a i.ia.9aa 817148 raq~ 7 or 7 PART A SPECIAL PROVISIONS WA3TSWAT$R SgRVICB LINE R$PAIR AND CLSAN-ODT INSTALLATION PROGRAM FY 2007 A-1 Time a~ad Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement in`~iting bids for the project . Proposals will be received in the office of t};.e Cit~ Serretary, 'located on the first floor of City Hall, 1201 Leopard Street, - :intil 2:00 p.m., Wednesday, October 25, 2006. Proposals mailed should be adc~ressed in the following manner: <'ity of Corpus Christ:i c,ity Secretar~-'s Office :.201 Leopard Street Corpus Christi, Texas 78401 = ATTN: BID PROPOSAL - WASTSWAT$R SLRVICE LINE REPAIR AND CLEAN-Ot7T IN3TALLATION PROGRAM FY 2007 There ~rill b~ NO pre-bid meetiag for thia project No additional or separate visitations will be conducted by the Citv. A-2 ~efiaitioas aad Abbreviatioas Secrion B-1 of the General Pravisions will govern. A-3 Descri.~tioa of Project This project consists of the locating and excavation of existing service lines; replacing approximately 1800 linear feet of wastewater service lines from the clean-out to the bend or City main; incidental main line repairs if required; installation of approximately 150 new PVC clean-out assemblies; televisirxg service lines to City main; backfill, other appurtenances and site clean up, in accor3ance with the plans, technical specifications and contract documents; A-4 Itethod of Award The bids will be evaluated based on the Total Base Bid. The City reserves the right r.~ reject any or all bids, to waive irregularii.i~>s and to accept the bid which, in the City' s opinion, is most advantageous vo t::e City and in the best interest of the public. A-5 Items to be Submitted with Pr osal The following items are required tc be submitted with the proposal: ~. 5~ Bid Bond (Must reference Proiect Name as identified in the Proposai; (A Cashier's Check, certified check, money order or bank draft from a:•~y State or National Bank will also be acceptable.) 2. Disclosure of Interests 5tatement Section A - SP (Revised 12/15/04) Page 1 of 21 A-6 Time of CompletionfLiquidated Damaqes The working time for completion of. the Project will be 270 Calendar days. The c'ontractc~r shall ~ommence work within ten ;10) calendar days after receipt of written nc.tice from tne Director of Engineering Services or designee ("City Eng~neer") to proceed, F:~r each calendar day {~hat ary work remains incomplete after the time specified i7. ~.he Contract f~r completiori of the work or after such time period as extended pursuant t.~ other provi.sions ~f Lhis Contract, $100.00 per caleadar day will be assessed against vhe Contractor as liquidated damages, Said liquidated damages are ~r,t ~.mposed as a penalty rut a~ an estimate of the damages that the City will susr:a-,n Yr:~m delay in c~omplet ion of the work, which damages by their nature are not capab~e of precise procf. The Director of Engineering Services {City Eng~neer? may withhold and deduct from monies otherwise due the Contractor the amoi;nt of ':iquidated damages dae the City. A-7 1lorkera Coaipensation Insurance Coverage If -_he Contractor's workers' compensation insurance coverage for its employees working on the Prcject is terminated or canceled for any reason, and replacement workers' vompensation insurance coverage meeting the requirements of r.his ~ontxact is not in effect on the effective date of cancellation of the workers' compensat.ion insurance ~overage ta be replaced, then any Contractor employee noL- covered Z;y the required workers' compensation insurance coverage must not perform any ;ac~rk ~n the Praj ect Furthermore, for each Lalendar day including and after the effective date of rermination or cancellation of the Contractor's workers' compensation insurance ~overage f~r its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, ~s in effect xor those Contractor employees, liquidated damages will be assessed against and paid by ~he Contract.or at the highest daily rate elsewhere spec~fied in this Contract. Such liquidated damages will accumulate without n~tice fr.om the City Engineer to the Contractor and will be assessed and paid e~rer. sf the permitted time to ~omplete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the C~ntractar and the City Engineer. ~-8 Faxed Proposals Propcsals faxed directly to the City will be considered non-responsive. Proposals must contain original s~gnatures and guaranty and be submitted in accordance with 5ecti.on ~-~ of the General Pro-.~isions. A-9 Acknowl~dgsaent of Addenda The Contractor slzall acknowiedge receipt of all addenda received in the appropriate apace provic-ied in the proposai. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt:, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Revised 12/15/04) Page 2 of 21 A-10 Nage Rates tReviaed 7/5/00) ~abor preference and wage rates for heavy- highway construction. Minimum Prevailing Wage Scales The vorpus Christi City Council nas determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractc?r and any subcontractor must not pay less than the specified wage rates to all labarers, workmen, and mechanics employed by them in the execution of the ~.~ontract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) ~er calendar day, or portior. thereof, for each laborer, workman, or mechanic empioyed; if such person is paid less than the specified rates for the -lassification of work performed. The Contractor and each subcontractor must xeep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Eng~neer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning }he proper form and content of the payroll submittals.) One and one-half (1 1~2) times the specified hourly wage must be paid for a:'1 hours worked in excess of 40 hours in any one week and for all hours worked :~~n Sundays or holidays, (See Section B-1-1, Definition of Terms, and Section B-7-6, working Ho~srs.) A-11 Coope~ation with Public Agencies (Revised 7/5/00) The ^ontractor shall cooperate with all public and private agencies with facilities operating within *.he limits of the Project. The Contractor shall pro~.Tide ~ forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess Sysrem a~. 1-800-344-83'~?, the Lone Star Notification Company at 1-800-669-8344, and the Southwestern Bell Locate Group at 1-800-828-5127. For the Contractor's con~~-enience, the following telephone numbers are listed. vity Engineer Project Engineer, Joe F. Trejo ~ontract Administrator Tom Bacon ~erald Garcia Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Department Parlcs & Recreation Department Streets & Solid Waste Services AEP ~BC ; A T & T Municipal Information Services Signal/Fiber Opti~~ Locate ~ablevision KMC (Fiber Optic) LhosceCom (Fiber Optic) t^APROCK (Fiber Optic) Grande Communications Regional Trans Authority 880-3500 880-3527 857-1807 (889-9831 after hours) 857-1831 880-3540 882-1911 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 881-5539 (1-877-373-4858 after hours) 881-2511 (1-800-824-4424, after hours) 880-3751 857-5000 (857-5060 after hours) (678) 985-6138 1-800-850-9048 881-5767 {pager 850-2981) 512/935-0958 (Mobile) 334-3074 289-2712 Section A - SP (Revised 12/15/04) Page 3 of 21 Time Warner ;`ommunicatio.ls 698-6259 A-12 Bdaiatsnaace of Services 'i'he Contractor shall take all precautions in protecting existing utilities, both abcre and below grour.d. The ~rawings show as much information as can be reasonably obtained from existing as-buil.t drawings, base maps, utility records, etc and from as much field work as normally deemed necessary for the °onstruction of this type of project with regard to the location and nature of inderground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his «perations to preclude damaging the existing facilities. If the Contractor Pnc^unter: utility services along the line of this work, it is his responsibility r_o maintain the services in cantinuous operation at his own expense. Ln the event of ciamage to underground utilities, whether shown in the drawings, ~he Contractor shall make the necessary repairs to place the utilities back in ser~rice rc construct the work as intended at no increase in the Contract price. hil such x-epairs must uonforn to the requirements of the company or agency that ~~wns ~he utilities where exi.sting sewers are encountered and are interfered with (i.e. broken, cut, etc.;, flc~w must be maintained. Sewage or other liquid must be handled by the ~'ontractor 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 ;iqaid must not be pumped, bailed or flumed over the streets or ground surface and Cantractor must pa;r for all fines and remediation that may result if sewage ~:wr o~he, liquid :ontacts the st.reets or ground surface. It is also the ~~`on~.ract~~r"s responsibility to make all necessary repairs, relocations and adjustments to the satisfaction ~f the City Engineer at no increase in the ~on~ract price. Materials for repairs, adjustments or relocations of sewer ser-rice ~ines must be provided b;~ the Contractor. A-13 A~ea l~ccess aad Traffic Coatrol Suffi-~ient traffic controi measures must be used to assure a safe condition and t~ provide a minimum ~f inco~ivenience to motorists. All weather access must be pro~:~ided ta all residents and businesses at all times during construction. ~e ~r.t~~~g we~ we~~~e~. ~~e Ce~~-~e~~-e~- ~'fC_ ~~.. .i..... -. ....7 .. .-. G l M -•,,TCRL icT'_ '€'he Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but _:s nc>t iimited to, working 3riveways in half widths, construction of temporary r amps ecc 'T_'he Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are ava~lable through the ,'ity's Traffic Engineering Department. The Contractor shall sec=xrP the necessary permit from the City's Traffic Engineering Department. A11 cos*.:s for traffic control ~re considered subsidiary; therefore, no direr°t payment wiil be made tc Contractar. Section A - SP (Revised 12/15/04) Page 4 of 21 A-14 Construction Equipment Spillaqe aad Trackin The ~:'ontractor shall keep the adjoining streets free of tracked and/or spa.'.,1e:1 matsrials going to or from the construction area. Hand labor and/or mechan.st~1. equipment must be used where necessary to keep these roadways clear of job-rea~c<' matPrials. Such werk must be completed without any increase in the Contract price. ~tr~ets and curb iine must be cleaned at the end of the work day or moz~ frequent~y, if necessary, to prevent material from washing into the storm sewer system. Nc visible material that r.ould be washed into storm sewer is allowed to ~emai.i on rhe Project szte or adjoining srreets. A-15 S#scavaLioa and xemovala The excavated areas behind curbs and adjacent to sidewalks and driveways must k~e filied with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirw must be free of debris, caliche, asphalt, concrete and any other material that. 3etracts from its appearance or hampers the growth of grass. ~~ STS S / / . / / ~~:o~o:o ~e ~~~ee~-pa~ne~~ ii}~~ ~e fna~~ ~.. r..~~v,,.....v A-16 D~spoe~]./3alvage of Materials Excess excavated mat.erial, broken asphalt, concrete, broken culverts, construction debris, brush, cegetation and other unwanted material becomes th~ property of the Contractor and must be removed from the site by the Contractor. The cost af all hauling is considered subsidiary; therefore, no direct payment wil~~ be made to Contractor. The Contractor will ensure all materials not retained by the Contractor suitable for disposal at a municipal landfill will be transported to the Cit~ of Corpus Christi Landfill for disposal. All disposa~ charges, fees and taxes will be the responsibility of the Contractor. A-17 F~eld Q~fice (NOT IIS~) '~~te~~t~~ ~~ €t~~~~e~ ~~e ^~~-~~g~~ee~ e~ ~~e ~ep~~E 6€€~G~2-ir~ ~~P-cT+isvcsac~~6~3 9~~e £~32 €}e~~-9~€~ee FElt~B~-~ f3E~t3`~rri£~a.~ w~ uocs}alo e~ae~-~'~e ~~E~~ e€€}ee !El136~ ~2 3~i~'~ a~~ mr~s~ ~e ~ ' ~ -' - -- }~e~}~e~ ~a~~e ~~~ea~~e$~ ~-W~-~-~L--^cxia'ca=o isic ~o::~~ae~s~ 6~'33~~ fl1AV@ ~~3e €~E~~ 6~i ~~ ~ --a ~ j t~~c~t~~~~=~ee~ e~ ~}s ~.~~~eee~~a~}ve ~'~e €x~s~e~-iv~~~ a ~e~e~~s~e (-iv~~~ ~4 ~e~t~~e~ ~a7--a~ewe~= a€€}ee. A-18 3c~hedul• and Sequence of Coastruction (NOT II3~) ...t.: ~.? a., jsa--.*,r=ixir~.iuix E!l1~6~ ~@~sZ~i ~~~-ee~e~t~~e A~ W6i~'~ a Section A - SP (Revised 12/15/04) Page 5 of 21 ~e .~}-a~r-~*"~- ~-~~~-~~e .,~: ~a~~'~--e€-~~~e~~e~J~~g yve~~e '~~ T~, ' ~ ' l L. .i 1 c+, .1..., ~ ~ ~~ _ _::=~=a= ~~~,TS~. -~~--~- ~-~e--~~~~g~~ee~ ~~~ee--r3~--~a~ s-~~~e~ ~e tYae ~~e-Ee~e~~r~e~~e~ ~4ee~~g a~ ~~~~#a~ ~~s~~t~e~~e~ ~~eg~ess Se~3e~x~e €e~ -~~~re~- t .-- _ ~~e~s ~e F~te~~- , : ,a ,.... ~ : c. - n~_. _~"" ~~l .7 ae~~~-~~~es. -r.a....~~=~.a~:-_~~re €~~s~ we~lt--~ F ~. -±- - £~~t~~~a~ ~a~es. ~~~~ea~e '.. • ~~ , -fla~es ~eq~~~e~ €e~ a~~ s~~- ,~-.._ cc c+, u..~ _ . ~- __. ~e~~e~~e ~T~~a~e. _ ~.,~._: ~ rT~a.,~..a ~..~s~~~e~~e~ g~eg~ese S~~e~~~e-~o--~.v -~_ ~,-~~Ya~r ~,F w ~ ~1 .. PxaP~~age age~~s~ }~~~~a~ Se~e~t~~e A-19 Construction Project Layout and Coatrol ?'he drawings may depict bure nat necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to -onata~uct a project c~f this nature. Major controls and twc t2) ~ench marks required for project layout, will be protrided by the City e~--C-~e~~-~a~~ ~~e~ee~~~- The Coatractor shall furaish all lines, slopes, gradee and measurements necessary for coatrol of the work_ If, during construc:tion. it is necessary to disturb or destroy a control point or benc:h mark. the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City e~-f~~t~~~a~~ ~~e~ee~ °~~=^_~= as necessary, at no cost to the Contractor. Contral points or bench marks damaged as a result of the Contractor's negligence will be r.estored b}~ the City ~r-~~~~~~ ~~e~ee~ ~~g=~e~ at the expense of the ~"~nt ractc;r I~, fLr whatever reason it i~ necessary to deviate from proposed line and grade ~o properl~,~ execute the work, the ~ontractor shall obtain approval of the City e~ ~~,na,.,atr-„~r n---~ *~~' prioY to deviation. If, in the opinion of the City e~ -~~e~ee~ ~-~_~_==, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for rhe City ~-~e~s~r~~~ ~~s~~ee~-~~~ to revise the drawings. ~e-~s~~~ae~e~ s~a~~ ~~e ~~ e~ ~e€e~e~ee- , , . , t--#~~--~~~--Ea~~~ae~e~ €~~~~e~-~ B~ L11`~ R~iT~a'1.1 ..!-~.7 7~ ~ L. ~ .. cc~iivr-rf: ~ ~~- ~A~~atr~sa~cci~~~~~P8~36~3 €A~ ~eeame~~a~~e~~~ i . A€ ~23Er29 - ~ ~~3E' cvizc=6l~2~6i~' ~'~3C •~'~3~~'~.~a~'~~~ ~-~a s 6~3a~~ i.• ~~~av~~--~~--~~e-~~~•- ~~e~ ~e a: ~..v ~,~ r-g -a~~`~~~.---~~e~~e}es s~a~~ ~e ~e~e~7--~e m~.: r~~,~-~ ee~g~~a~ee ~ , ~ Section A - SP (Revised 12/15/04) Page 6 of 21 ~ ,,, , v~. ..~.. a~ ge~~~ e€ t~~~e~e~,~e~~~ ez-~~ •--~~~~ a~ ~~~e~ F-T~ ~}~e ~~~~ s~~es e€ s~~ee~ e~-a ~eA ~~~e~~.. =y . s~t,-r~r w---• =~,~~.E~~~~e~ve~ a~~ aE a~~ ~~r~e~s~e~re~~ ~" s"ai i r. ••••• ^• F -. l. L..-. _. _ i ~ [T-.l. .l F •--~-~--~-R+-:~~re~~-e~eva~~e~s a~ nta~e~-e,~-; Tl l ~.~........~~t l ~ ~L~~ _ ' ~~ _' ~ A~~~~e a~~ €~eyv ~}~e~ rmvn~m a nr~ •~ ~ A-20 T~stia~ and Certification (NOT II3~) SS1T' .'~," ~ • ~t-~.~~ , ---~ ~Ai32 Aii~E-r-a€~ a~rra~t isr o.,yeaa h J^ acE~3 ~a~Ee~3, 3~3~ ~~3e eA9~ A€ ~e~e fl t 1E~E~ A-21 P~oject Siqas (NOT IISSD) A-22 IKi~;~-ority/DSiaority Bnsiae8s Snterprise Participatioa Policy (Reviaed 10/98> Policy Zt is the policy of the ~ity 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 thereta. 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. 2. Definitions a, Prime Contractor: association or joint a City contract. Any person, firm, partnership, corporation, venture as herein provided which has been awarded Section A - SP (Revised 12/15/04) Page 7 of 21 r~. Subcontxac~o~: Aiiy iiamed person, firm, partnership, corporation, association, or jo~nt -~enture as herein identified as providing work, l.abor, servi.~es, suppl~es, equipment, materials or any combination of ~he feregoing under ~ontract with a prime contractor on a City ~-ontract. _. Minority Business Ente~rise: 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, Amer.ican tndians, 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 andlor actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Jwneci ta) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For a~~ enterprise doing business as a partnership, at least 51,0$ of the assets or interest in the partnership property must be awned by one or more minority person(s). tc) 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 primar~° power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.Ox 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. Minorit~: See defynition under Minority Business Enterprise. e. Female Ownect 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.O~s of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the jcint 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 i~1 the work to be performed by the joint venture. ?. Goa~s a The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's Section A - SP (Revised 12/15/04) Page 8 of 21 aggregate work for~e on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise ~Percent) Participation (Percent) 45 ~k 5 ~ b. These goals are applicable to all the construction work (regardless of federa~ 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 ~roject fox the sole purpose of ineeting the Contractor's percentage i> prohibited. 4 Compiiance 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 Ci~y Engineer. The Contractor is to indicate the percent of minority ax~d female participati~n, by trade, which has been utilized on the Project. All~ng with the request for final payment on the Project, ~.?~e Contractor will indicate, in writing, the overall participation cz these areas which have been achieved. The City Engineer may withh;s_~i monthly or final payments to the Contractor for failure to submit b:~- weekly payroils in a timely fashion or to submit overall participation information as required. A-23 Iaspectioa Required (Reviaed 7/5/00) The Cantractor shall assure the appropriate ~g inspections by the Building Inspection Division at the ~.~arious intervals of work for which a permit is required and to assure a final inspection a~~e~ ~~e-~~~~~}~~ ~s eex~a~e~eQ-~~ a~a~e.- Section B-6-2 of the General Provisions is hereby amended in that the Contractar must pay all fees and charges levied by the City's Building Inapec~ic-n Department; and all other City fees, including water/wastewater meter fees anc3 tap fees as required by City. A-24 Surety Boads Paragraph two {2) of Section 8-3-4 of the General Provisions is changed to .~ead as ~ollows: "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 t10~) of the Surety Company~s capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent {10~) of the Surety Company~s capital ~nd surplus with reinsurer(s) authorized to do business in the State af Texas. The amount of the bond reinsured by any reinsurer may not ~xceed ten percent (lOg) of the reinsurer's capital and surplus. For Section A - SP (Revised 12/15/04) Page 9 of 21 purposes of this sectior.; tne amount of allowed capital and surplus wil'~ be verified ~,hrough the State Board of Insurance as of the date ~f ~he last annua~ staturory financial statement of the Surety Company ~r reinsurer authc~rized and admitted to do business in the State of `"exas. The Surery sha~i designate an agent who is a resident of :~uec~es County, Texas. ~:ach bond must be executed by the Contractor 3nd the Surety. ~or contracts in excess of $100,000 the bond must be ~xe~~uted by ~ Suzety ~ompany that is certified by the United States ~ecretary ~f the Treasur~,r 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 cr reinsurer must be listed in the Federal Register as holdir~g cert~ficates of authority on the date the bond was issued." A-25 3iles Tax ~cemption (NOT II3~) , ~ F..., , ..--~__ ,...ti...~: ~.,.~a :., , : ~., ~~..~~ r.....,.-v. ..~... F~. ..`,. ~.. ,, .r~. .,.ae,a ti.. ~b ...~., ...~.~~ ~ ---- ~-~-r--- _ ----- - - - ~--xxvc qa~ssi~T--~Ai~' 23ECi11^p~~6436 6€ 6a~ee, ~~ee}se, j~fia-~B@-`~'~s~c@S i•.•~,• ~L•° . ~ r ~". ''Y 9~ F~~E3C~ vmcaxxs cxic~rcccB-83~-9E~~e9 Eu3f~e~'fl1~$6 €i~'AFI! ~~3E~T~i3~ n....,..,~,r.~1]_er • ~-- _ • u ~ .. ~-.. • ~ .. a n~t.....- v`X-- =ac~3~~€r-~~ ~~~~~~'e~~}a~e 6pa2e A~3 ~~3E ~~sZ~~RiE33~ @~-a-icccxiusa~ixa-vc E~a~ge$~-~~ ~~e~egesa~ €o~~ ~~e ees~ e~«<a~e~~a~s-~~~s}ea~~f : .. r..Y~}~a :_~~.~_ '_'_ ; _~. -J - ~' _ °i F'6Tf~E~~'E'Bu~E v ~ ; F : ... ~- .~ s~ l i - 4- 111~'~Oi~3E~E ~~3E-~~--ii~rcc~ @Ag~EB A€ me~e~~a~ ~33i*A3@29 $6 a'co~i'ic~3izcfc't~2~ixc ~7 ..1. ..F ~.~-.~.-~ -.l .. S }~a~ €e~ a~~ 8a~es, ~aee~s~-a~~ Hee m___ ~, : ..~,, e _~ }..: .. nv..~....~ ~ . ~~-Ee~~ae~e~ ~~s~ }es~e a-~~ 2L1~~t~L~'@tZ~ ~6 ~3EL-~o"~a~'/@Ai~cl~~c~@~ "-ctzxu-cz~'s~cv~@6rsc~cZ~~9~--~i~ ~#1~~2, -_.._-- " ---.•l~ P@~''~~~~@i3~2 t~-x~'zs$ -"rr~ --- " A-26 Sv~ple~eatal Iasuraace Requiremeats For eacrx insurance coverage provided in accordance with Section 8-6-11 of tile 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 rest~~.r`-s the insurance afforded by this coverage part, each insurer covenants to na:1 pri.or written notz.ce of ~~ancellation or material change to: Section A - SP (Revised 12/15/04) Page 10 of 21 ~. Name: Cit~~ of Corpus ~hristi Engineering Services Department Attn: Contract Administrator 2. Address: P.C. Box 9277 Corpus Christi, Texas 78469-9277 3. Numbe~ of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or r_opies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Witnin 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 wariser's compensation insurance coverage for all employees of the Contractor employed on the Project described in tYie Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract. rhe Contractor shal> obtain an endorsement to the applicable insurance pol:ic~,r, signed by the insurex-, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worke:'s Compensation coverage. For contractual liability insurance coverage obtained in accordance with Sectian B-6 li. (a) of the Contract, t.he Contractor shall obtain an endorsement to th~s r.ov~rage stating: ~ontractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in ~onnection with the work covered by this Contract. The foregoing indemnity shall apply exc.ept 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 R~spoaaibility for Damage Claims (NOT IIS~) ~~~~e~e~ mt~eE-~~e*a~~e-~~~~~e~~-e ~~e~~ ~~st~~a~ee~,age €e~ ~~e ~e~ e€ ~-~-n.,_~YZa~~~~ to-~na_ , a • 9 ~~e ~a~e ~~e E}~~€}~a~~~aeeeg~e ~~e ~G aRSIi ~~e~ee~ e~ ;ver~. $t~~~~e~-le ~}e~e ee~ae~~~-~-a~ "~~~ ~~s~" €~e~. F.+o=•t~•.~•••~ar ,..,•••~ Yn~ ~1_1 •^v.^~co ~~ee~sea~~~e~~ee~~e 61~32~3 ~~k~~~E~'' B i~'~9~E , a~~~-~e~t~e~~~~e ~'3~e ~~~~m~te~ ~e ~a~e~ ~-~-k-~Aq,.-til-isa~x~x~acl cara .~xa~YCli~ico^-pi6Y~~~~3~ 9l3@~'3 ~~s~~a~tee-Pev~~age A-28 Consid~zations for Contract Award and ~cecution To allow the City Engineer to determine that the bidder is able to perform its abligations under the proposed contract, then prior to award, the City Engineer may requir~ a bidder to provide documentation concerning: Section A - SP (Revised 12/15/04) Page 11 of 21 ~ihether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within ~he ~~receding two {2 years. The bi.dder shall specify the name and address ~f '~2~e part•,~ holding the i ien, the amount of the lien, the basis for the iie:A vlaim, and t:~e 3ate or t he release of the lien. If any such lien has ~ot i;een r.eiFased the kiddez shall state why the claim has not been paid; anc ::. Whether there are any outstanding unpaid claims against bidder for services or materials suppiied which relate to any of its projects begun within the preceding twe i2) years. The bidder shall specify the name and address of the ~laimant. the amount of the claim, the basis for the claim, and an e~lanation why the claim has not been paid. N biddeY may also be requirea to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder`s owner, president or other authorized par~:y 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 ~'it~y Engineer . The ~riteria upon which the ~ity Engineer makes this determination may include che following. . The superintendent must have at least five (5) years recent experience ir? field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. , Foremen, if utilized, shall have at. least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the Ciry 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 wra~i.ng prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Eagiaeer's obligation to execute a coatract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior t~ a change in field administration staff during the term of this Contract. If tlze 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 fa~lure c~nstitutes a basis t^ annul the Contract pursuant to section B-7-13. A-30 ~mend~d "Coasideration of Coatract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" 5ection B-3-1 Consideration of Contract add the following text: Section A - SP (Revised 12/15/04) Page 12 of 21 Wit~in fi•re {5) workizig days f.ollowing the public opening and reading of the proposals; tlze three 3> apparent lowest bidders (based on the Base Bid only) mu4*: submit. to the Cit~- Engineer the following information: ; A dist of the maj~r components of the work; r. A list of the products t~~ be incorporated into the Project; s. A sc4~edule of values, which specifies estimates of the cost for each major component of the work; ~. A schedule of ant~cipated monthly payments for the Project duration. _. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such 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 meetii~g such requirements is not reasonably possible. F, 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 tY~r~ ~ontractor has nc~t completed his evaluation of which subcontractor w~.;"~. perfcrm the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Pro;ect. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on ~he Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. Ln the event that a subc•ontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the ~ity 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 witr:~ rhis provision constitutes a basis upon which to annul the Contract pursuant ~o Section B-~-13; 7 ~ preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8 Documentation required pursuant to the Special Provisions A-28 and A-~~ ,oncerning Considerations for Contract Award and Execution and t:t:e "'ontractor's Field Administration Staff. 9. nocumentation 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. Section A - SP (Revised 12/15/04) Page 13 of 21 A-31 A~eaded Policy oa Sutra Work and Change Orders Under "General Pravisions and Requirements for Municipal Construction Contracts" B-8 5 Policy on Extra Work and Change Grders the present text is deleted and rep:~aced w:th the following: 'ontractor acknowledges that the City has no obligation to pay for any extra woric for which a change order has not been signed by the Director of Engineering Services or Y~is designee. The Contractor also acknowledges that ~he ~ity Engineer may authorize change orders which do not exceed a25 000.00 The Contractor acknowledges that any change orders in an amount :n ~xcess of $2S,GO0.00 must aiso be approved by the City Council. A-32 Aaended "Sxecution of Coatract" Requiremeats under "'General Provisions and Requirements for Municipal Construction Contracts" B-3-5 F'sxecution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the ~ity 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, zncluding for breach o~ contract, against the City, nor is the City obligated tc perfoxm under the Contract, until the date the City Engineer del~vers the signed Contracts to the Contractor. A-33 Co~aditiona of ~Vork EacY~ 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. Ee~~'a~~ar ~ ~~a~a A-34 Preced~tce of Coatract Documeate In <~ase af conflict in the Contract documents, first precedence will be given to addenda ~ssued during the bidding phase of the Project, second precedence will be given tc r_he Technical Specifications, third precedence will be given to the Special Provisions, fourth precedence will be given to the construction plans, fifth precedence will be given to the Standard Specifications and the General Pro~~isions will be given last precedence. In the event of a conflict between any ~f rhe 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 qiven tc addenda, Special Provisions and Supplemental Special Provisions (if app~icable;, eonstruction plans, referenced specifications, Standard Specificat.ions, and General Provisions, in that order. A-35 City ~ster Faciliti~s: Special Requirements {NOT IISSD) ~r--~- t~a ..: ~.-... /n..,..~.r....~..... n...: ,...,a...~; ~~e~ ~a-$e~~€e~}~-::e~#~~ar~~-z~~y-~~e~ €~~~~~~~~e ..~~..v..,.«-,.~ _ ~3~ ..~.....~..v.._«.,.v,. -~-e~ek e€ ~#e}~ ex~$~e~ees ~ts~ ~a~*~-e~ ~-~~ e e ~~ ~ €~+~~g ~~e~ ~-~~ ~e~~~ ~ e~x~ee ~~-~ ~~eg~ae~+--~~~~-~e-$€€e~e~a~rt-~e~~$t~-~~~~--FFa~e~ ~e~~~~-e~~-g~~~e~ , ~~.C.-..~.....~-: ..F..... ~-.-. f~r.a.~..1.~..~.~~ Section A - SP (Revised 12/15/04) Page 14 of 21 ~:-- E-- - a~,r ~ ~ d. ~ .,. , s,. - ~~~==~T ~-_- ~~~~-s..i t ~.L avc.T $g-g~-~ }~+me~~ tteee~ ~~ ~~e ~ePe~~, ~e~ese~~~ ~~a~~-~e~~a~~e~; ~~z~~~a-~}e~ a~~ }~sgee~}9~ e~-FamPS, e~ a~y--e~~e~ a~'s+mrs s.rhi^la •~1d-acmd_'rit c8cc y~~~~--~e~a~~e wa~e~, EFF138~ e6}}€O~'R! t-ra r••• ~•T..,~i~z1 ~+ca saQiav i336~'~~-l~~Ej ~Z3~~A33~~ ~'a~3~~3~~A33 ]:caa,tnclaticars-~]l27.C2 ~iivr \ a ~ -,---o~a~~a~~ 5~ ae e~eee~~~e~ ~~ ~~~-~~a~~~~ o... F : .. F. . e~~e~ ~~--~~e ~e~~~~e ._L,. «. . ~ ~e~--9~ ~t}s e~ap~eTeee, ag~~~e, e~ n ..~ .... ~ ..v~, ~n~e~ #~~-ee~~a}~e~ a ~ a~~ ~~mes a~ ~~e i~a~e~ €Re}~}~~ ~.'. ----~.'~aa-••.aatorye_aoreezaeanl t iJcui cTrirr=c~ L~F3~€ei~'fkl 9YEi~'c3~~e e~~3@i~ ~~3~~3 r . . ~---~~-r~~e~ s~a~~~-~~ev~~e ~e~ep~e~ee €e~ ~e~~~ae~e~~e~se~e~ ~~a~~ ~e~e~~esee a~e se~ ava#~als~e €e~ Ee$~~a~~e~$~ f~. , . . . . , ~-----~'e~#x~.a.tar auiot act uno .~ j, L+' ts. zcccs~~zT-~'26~i~'6Altl6 Ee~~~ae~e~ 1El1~9~ ~.7.. ~s-...... F....~ ~:4.~ Nav.. iaz~ , T.. s ~es~~~a~e~-a'~-~ `_ j {ac"E~e~' ~e~a~~~e~~ $t~3~ . ~t~~ ~avir~'ciu2cvr-TCiaicsca Section A - SP (Revised 12/15/04) Page 15 of 21 _- - ,~~ ::a-« ~ , . y . Qertt ~e~}~ -as ~e ~ ~ , ~ ~~ ~ ~ ~ ~~ ~~ ~ . g ~ q~ ~~ ~~ 3 ~~ -~i ~ ~-} ~ - ~t s e ~ae -~-a eas r ~~ t~ ~ € ~ee =~~ ~~ ~'~'°a . e ao ee~r a~ ~ ~- ~e~e}~ €a=-~~~eas~-~5-~ ~- -- -a---~t i ~ ~~ ~ e~gage ~ ~~~e ea~s~. ~ P € ~ ~ ~ i - -r- ------ ~~ - ~g s - e~~ - -~e ees e~a~ g ~ee~, ~l ~ ~ i ~ ~ ' ~ a- ~ , ~ ~e~€~~te ~xe -='-= - "" -- -z- ~r~ ea g ~ee~ ee ~ e-s~ =a ~.. ~~,=- ~ --`=-=`-=----- -i -r~ ~e~ ~-a~ . es~~~e~e~ 3 iF18~~3Gs~i#1~ ~~ ~ ~ ~ 'E~'~B ~E'3~i4fi3C,~@A~k~'-Bl. 3n rvnnfi ~rri n~ ~nrl r =..--~_ - '7 ~{~i,~ 6~66~-°~u-ivr~.-~iE n..,..~ .."_ --' ( ' ~} ~ ~ i r ~ ~ € ~~ ~ €€ ~ ~ ~ l~ ' ; Li~ ~a ~ a ~s--~~--~e~a~ ~ ~ ~ ~ - G ~ ~ e e e~ ; ~L ~-s a ~e "~1i ~~~~ ~ i. ~ ~~ ~ ~ ~ e V GL~ LGG .~. 4 -. ~ .~. fT.~ ~S ~ I IZTt '~ _.a ' ~ ' ~f~ = ~ ~ e'~ $1 ~~~e e ~~ ~ e- ~... ~.,...... ~i.. ..,,...:c:,.a i . ,.} ... ., e ; _ ~ E. ~3 ~~ E 3 14~ ~_._ _. _ _ _ r_~7_^"' ~j_ ~r~~___~_ --- ---- • ,F-•••~,•••••••. ~ ~ ~ ~ ~ c c A itC~'~[.3~ ~ ~ ~ ~~ ~ E~~~~c~ . A'fie'~Q C ~eC~ e'}~ e~ ~ € i t i ~~~ ~~ 11~:S v a ~$-i'sv , ~ ~ g~a e ea , a e~ ~te a~e .F,..~, 3 -~-- ~ € ~ ~c~ ~ ---e --~~ ~g~w~ ~ ? Tr~_~ ~~ ~ S~ -~ 6 ~ _ r _..~~ ~ _ ~ n, ..~.. , ~e ~ a~ee ~ ~~~ ~ ~ r ~ -ie- . a -- e~rexs e~ ....,.. ~~ ~~ ~ E ~ ~ ....~~ .,.....~..v w -~e ~ ev-a r==~=~ ~ ~~= ~ew we~~ € 9 -- ~'3 E ~ ~ ~ ~~ ~3c~v i e~-e~ ~ e e ~-ae~ e~ ~~}e ~~e~ee~. ~~ €~~~ ~ ~ ° ~e e~ ~ae e~ o a ~ ~e ee a e ~Li~e~e }A... ~o~ ~ o a~•e~ente ~a ~~--~- e~c~xt~~~-~~ } ~ ~ €~~~ d !'~TTT t-~ie e~~s~tf~g ~~~~-s~-e~e~em ~ i ~ ~ Et~ ~ ~ , T~ . i ~....ln...7 ~n ~eq~ ~ee e - - e 3 ~ ~ - ~--a ~e~ e- ~- g -~ e ~ee ~- ~_ ~ 9~-- -~- - . 6 d~ E~2~3~1c~~ "~ - hi ....i.,, ea A-36 Other S~bmittals shop Drawing Submittal: The Contractor shall follow the procedure outline~i below when processing Shop Drawing submittals: a. ~uantity: Ccntractor shall submit number required by the City to the ,ity Engineer or his designated representative. Section A - SP (Revised 12/15/04) Page 16 of 21 b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. _. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s;, and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp; Contractor must apply Contractor~s stamp, agpropriatel:r signed or initialed, which certifies triat review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance ~aith the requirements of the Project and Contract documents. z. Scheduling: rontractor 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. ~. Variations: wontractor must identify any proposed variations from th~ Contract documents and any Product or system limitations which may k;e detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals Contractor must revise and resubmit submittals as required by :"ity Engineer and clearly identify all changes made since previous submittal. j. 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 provisivns. .., Sampies: The Contractor must submit samples of finishes from the full range ~f manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3> copies of all shop test data, and repair report, and all ~n-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 ll~eaded "Arraagament and Charge for 9~ater Furaished by the City" (NOT II3~) Section A - SP (Revised 12/15/04) Page 17 of 21 '~_ -;:~~ r~e E~}~~--e~ Ee~~s ~~~~s~~-1-e i~Ta~e~ ^~ .~~~ -~~~~a~ ~~ ~a~ as eme~~e~~~~e "~~a~~~-'F~~~ ..,.a: a.~ .---~'~32 C'}~~~ix9xx:ccs Rzx= ~i`'6V}~e 3-~6~~0~ ~~@ ~~--~6 E6z'sc'rac-cvr a~- ~ ~e ,. ~ ~ ~- ~a~r-~~~e Fl~ej-ee-~ s~i~e ~:~~ ;..~~9 ~~~~e~s~~tte~~e~. ~~ A-38 Wqrker~s Compensatioa Coverage for Building or Constructioa Projects for Goveral~nt 8atities The requirements .~f °'Netice tc~ Contractors 'B'~~ are incorporated by reference in k.hi~ Speci.~l Frovision. A-39 C~rtificate of Occupaacy and Final Accaptance (NOT II3~) A-40 A~endm~~t to 3ection B-8-6: Partial Batimates General Provisions and Requirements for Municipal Construction Contracts Section 8-8-6 Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value ~f acceptabl~, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the C~t~ Engineer, that show that the material supplier has been paid for the materials delivered to *he Project worksite. A-41 Osone 7-elvisory (N'OT IISBD) A-42 OS$A Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or. ~obs A-43 A~aded Indemaification & Hold Haxmless Under "General Provisions and Requirements for B-6-21 Indemnification & Hold Harmless, text i fr_;llowing is substituted in lieu thereof: The Contractoz shall hold the City, its officials, employees, attorneys, and.. agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents ~rom any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any SubCOntraCtor, supplier, materialman, or their officials, employees, agents, or consultants, c~r an,,~ work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor sha1.I hold the City, its officials, employees, attorneys, and agents harmless and sha].1 indemnify the City, its officials, employees, Municipal Construction Contracts" s deleted in its entirety and the Section A - SP (Revised 12/15/04) Page 18 of 21 attorneys, and whatsoever from employees, attox t~ % an employee mat~~rialmar~ A-~4 Chan e OrderB agents from a ne anY and all damages, in' gligent act or omission of ~u~'' or liability neys, and agents that the cit directl Y~ its officials, of the ,ontractor, ~' °r indirectl or any subcontractor Causes injury , supplier or 'h~'~'~d a chan e 9 order;s) be ~h~ engineer a complete breakdo ~lred by the ~rdeY engineer, Contractor shall furnish (unit prices, ~ as to all materials hourly rates, sub-contractor,s ~harged for work of the and equipment, wage rates, costs and breakdowns change submitted by contractor as a h etc.). This breakdown asis for the information shall be A-45 Price of the change order. 1°ia-Built Dimen$ions aad Drawia s (7/5/p0) ja1 Contractor constructed Sandl make dPProPriate daily measurements of Vertical) of all keep accurate records of facilities facilities. location (horizontal r, ~ and ~7pon completion of each facilit with one set of direct Y~ the Contractor built dimensions Prints, marked shall furnish Owne:r t_he final an~ l~cations of s^'ith red pencil, to show drawings snall all work constructed. ~$~ include the following: As a minimurrC. ~I} Horizontal ard vertical dimensions due changes. to su7~stitutions/fi~-.:.,; {'~ Changes in e ~lpment and dimensions due to substitutions. {'' "Nameplate~~ data on all installed ; 4 ~ e~1pment . Deletions, additions , and changes to scope of work. ~5~ ~Y other changes made. A-46 Dis sal of gi hl Chloriaated water (~/5~00) (NOT ussn) ~d ~ -~~ae x-~,~ ~. _ , , . A-47 Pre-C~struction ' - -... L -- - ~ lorato g,x~avatioas (7/5/00) (NOT II3ED) e.___ - - '~~lH~~~~ ~t_~~, _ _,_ . Section A _ gp (Revised 12/15/04) Page 19 of 21 r~..,......~,.~..., ti„~ i ~i,~.., _~~ ~rr-~-vrssrx-x~~-- ~: _.-3--- }~~~ea~~~g t-13~-~::~--_-a€ ~~€,e~~~es e~ea~a~e~ ~z~~ 9~t~ve~e~ es we~~ as ~~e s~a~~A~ ~}~e~ee€, ~~et~~e--~e ~~te gaveme~~ ea~~e~~~~e a~~ e~~o~~-e~s ~f ~-h~t -F , ^r. .- ~ - ^-a i~rr-- --~E ~' € A2~H ~3E3 - ~-~~- t~e~~ e~~~~e~ •~ ,-~~e ~eet~~~s ~~e~ee~ - `_'r ~ _ ~ ='~ -~f.~--~~'3e z'+., -~ - ~ 'sli~'~` `_ } ~.'-Az^rc ~~ ~}rg~e~a~e~~-e3eaa*~a~~e~~ e~a~~---~ ~~~ €e~---e~ ~~~m~-9~m ~ae}s ~~~aveme~r~ ~}, _qy3.Y3Fp;F__ ...7. .-. F F.....4. _.~ L!a ~. -. 1- .. _ \ F .. l .. ~- .. a- ._. ._.. . ,1 ^ L- ^ ~ ~ j• ~ Y A-48 Overl~aa~l Blectrical Wirea (7/5%00) :'ontractcr shall comp3y with all OSHA safety requirements with regard to proximity ~f construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction r~ute. Contractor shall use ai1 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 °%: facilit~es occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his <vanstruction schedule with regard te said overhead lines. Some overhead lines are shown in the construction plans, while others are not. zt shai~ be the Contractor~s sole responsibility to provide for adequate safety with regard to averhead lines whether shown in the plans or not. A-49 A~eaded •D[aiatenaacl~ Guaraaty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts~~, B-8-11 Maintenance_Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or ~~auses of action against the Contractor or any other individual or entity." Section A - SP (Revised 12/15/04) Page 20 of 21 SUBMITTAL TRANSMITTAL FORM PRO~;ECT: ~f~,STBWATSR SBRVICL LINS RBPAIR AND CLEAN-OIIT IN3T11LLATION PRaGRAM FY 2007 OWNER CITY OF CORPIIS CSRISTI ivAST$ WATSR DEPARTMffi~iT ENGLNEBR: Joe Trejo, P.B., R.P.L.S., Assistant Director of Sngineering Services CONTRACTOR SUBMITTAL DATE: SUBMITTAL NUMBER: APP:~I^ABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 21 of 21 PART C ~ ~'EDERAL WAGE RATES AND REQUIREMENTS ;;~~~r ~ ,f General Decision Numbe.-: TX0301<2 02/25/2005 TX122 State: Texas Censtru<~t:ion Types: Heavy and Highway Ceunties~ Nueces San Patricio and Victozia Counties in Texas. HI~IHWAY CONSTRUCTION PBOJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule. suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 O1/28/'2005 1_ 02/18j2005 2 Q2/25j2005 SiJTX2005-00'' ~1'09!20J4 Rates Fringes Asphalt Distributor ~perator., .$ 12.42 0.00 Asphalt paving machine operator$ 11.57 0.00 Asphalt Raker......_.......... .$ 9.36 0.00 Bulldozer operator.. ........, .$ 10.90 0.00 ~~arpenter... . ............ .$ 10.71 0.00 ;"~oncrete Finisher, Paving..... .$ 12.18 0.00 ::oncrete Finisher, Structures. .$ 11.16 0.00 CcnCrete Rubber ............... .$ 10.50 0.00 ~rane, Clamshell, Backhoe, Derrick, Dragline, Shovel ~peratcr.... .. ......... .$ 12.55 0.00 Flagger....... ._ ......... .$ 7.17 0.00 Form Bu.ilder;1Setter, Structure s$ 11.47 0.00 Farm Setter, Paving ~ Curb..., .$ 9.65 0.00 Foundation Drill Operator, ~'ruCk Mounted. .. ......... .$ 15.32 0.00 Front End Loader Operator..... .$ 10.05 0.00 Laborer, common. ............ .$ 8.35 0.00 Laborer, Utilitr . .. ......... .$ 9.09 0.00 Mechanic.... . ... ......... .$ 13.17 0.00 Motor Grader Operator, Fine srade....... . ... ......... .$ 13.78 0.00 Motor Grader Operator, Rough. .$ 15.00 0.00 Pipela}rer... , .. ........ .$ 9.00 0.00 Roller Operator, Pneumatic, 7elf-Propelled .- ............ .$ 8.57 0.00 Raller Operator, Steel Wheel, Flat WheeljTamping ............ .$ 8.5? 0.00 Roller Operator, Steel wheel, Plant Mix Pavement.. .._...... .$ 9.49 0.00 Scraper Operator.... ...... . .$ 9.67 0.00 Servicer...... ............... .$ 10.75 0.00 Structural Steel Worker...._. .$ 14.00 0.00 TruCk driver, lowboy-Float... .$ 14.15 0.00 Truck driver, Single Axle, Heavy....._. .. .._..... $ 11.39 0.00 Truck driver, Single Axle, http.!/www. wdol.gov%wdoUscafiles/davisbacon/TX l 22.dvb 1 ~%2/2006 Page 2 of 3 ~ight .... . .,... .. .$ 9.00 0.00 "ruck Driver; Tandem Axle, ;emi-Trailer . . ....._ . .$ 9.39 0.00 ~Telder....., . ..,... .$ 18.00 0.00 ~ICrk ZGne Barricade Servicer.. .$ 8.97 0.00 WE~.,DERS - Receive rate prescribed for craft performing operation to which welding is incidental. Uniisted classifications needed for work not included within the scope of the classifications listed may be added after award anly as provided in the labor standards contract clauses f2~CFR 5.5 (a) (1' (ii ). In the iisting above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1. Has there been an initial decision in the matter? This can be + an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance {additional rlassification and rate) ruling On survey related matters, initial contact, including requests for sutnmaries of surveys, should be with the Wage and Hour Regional ~ffice for the area in which the survey was conducted because those Regional Offices have responsibility for the Da~,~is-Bacon survey program. If the response from this initial contact is not satisfactory, rhen the process described in 2.) and ~.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch ~f Construction Wage Determinations. Write to: Branch of Constr.uction Wage Determinations Wage and Hour Division 17 . S. Department of Labor 20t7 Constitution Avenue, N.W. Washington, DC 20210 2,s If the answer to the question in l.) is yes, then an http: ~/www•.wdol.gov/wdoUsca.files/davisbacon/TX 122.dvb 10/2/2006 Pag~: 3 ~f 3 interested 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 Hour Administ~~ator t7 . ;: , Department r~f Labor ~00 Constitutior, Avenue, N W. ~vashington, DC ~0210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.' that the requestor considers relevant to the issue. 3.; If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the wage Appeals Board). Write to: Administrative Review Aoard Lt . s. Department of Labor ~,00 Constitution Avenue, N.W. Washington, DC 20210 4.. All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http:r`/www.wdol.gov/wdoUscafiles/davisbacon/TX122.dvb 1C' ?/^006 A G R E E M E N T THE STATE OF TEXAS ~ COLJI~Y OF NUECES § THIS AGREEMENT is antered into this 7TH day of NOVEMBER, 2006, - by and between the C~T`~ ~F CORPUS CHRISTI of the County of N~~eces. State of Texat acting through its duly authorized City Manager. termed in the ~~ontract Documents as "City," and RCM Constructors, Inc. ~ermed in the Contract Documents as "~~ontractor " upon these terms performable in Nueces County, Texas Ir: consi~~eration or: the payment of $219,665.00 by City and o-~her obligations ~f Ci*:y as set :~ut herein, Contractor will cc;nstr.u~~t ar:d comp?ete ~~ertain improvements described as follows; WA3TEWATER SERVICE LINE REpAIR AND CLEAI~T-OUT INSTALLATION PROGRAM FY 2007 PROJECT NO. 7366 (TOTAL SASE BID: $219,665.00) ac~~ordi»g to the ~ttacred Plans and Specifications in a good and workmaniike manner for the prices and conditions set out in their attached bid propcsal ~~~applying at their expense such materials, ser~.~ices, labor and ins~irance as required by the attached Contract Dcr_~ments, in~l~ading o•~erseeing the entire job. The Contract Documents include ~his Agreement, the bid proposal and ins*..ru~tions, plan., and specificatians, including all maps, plats, bl;aeprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all ot which constitute the contract fo?- thi~ project and are made a part hereof. Agreement Page 1 of 2 WA3TtWATtR SERVICE LINE REPAIR AND CLEAN-0UT IN3TALLATION PROGRAM FY 20A7 D ~ OL~ *f7T Y~7~7i/ Wy I ~i III N V BID ?~I'EM ~ D~P7~ON ~7N~T PRICE ' TOTAL PItICE IL~I FIGUQi S IN FiGiJRES 1. 145 4" Cksn-outs, complete in place, per eacy. FsA a 575.00 ~ 83,375.00 2, 5 6" Ckan-outs, complete in pl~ce, per ~ ~ S 600.00 $ 3.000.00 Remove aad replace all 4" pipe to and 3. l 200 iacltiding the b~d, camplexe in place per L.F. ~,~ $ 40.00 ~ 48~000.00 R~move and replace a116" pipc to and 4. 160 including the be~d, c~mpl~e in place per L-~. ~ a az.oo ~ a,zoo.oo Remove and replace all 4" pipe from the 5. 4~0 bend to the msun, completc in place pcr L.F. S 60.00 ~ 24,000.00 R~emove and repiace atl 6" pipe from thc 6. lA0 bmd to the main, comQlete in pl~e per L.F. ~ S 64.00 $ 6,400.00 ~ ~~ Trench Safety Measures, complcte in L.F. Frlacc Pcr ~ _____ _-- $ T.00 ~ 4.900.00 Install new taps to main by plugging old, 8. ~D npl~cing (1) one joint of main, comptete EA ia piace ptr e~ac S 770.00 ~ 15,400.00 Additional ma.in line reIDOVaI and 9. 240 t+eplacement, complete in place per lina~r I..F. at a T5.00 ~ 15.000.00 1~ Remove and reinstatl existing fence, 10. L~ complete in place per lineu foot $ 4.00 ~ 400.00 PROPOSAL FORM 3 of ~ WASTEWATLR SERVICE LiNE REpAIR AND CI,EAN-OUT INSTp1,LATION PROCRAM FY 2007 BASE BID I II ~Ij N V Bm ~ ~S~~oN UNIT PRICE TOTAL PRICE IN ITEM IN FiGURSS FIGURES i l. S~ Sod, complcte in pla~ce pcr sa_ S 6.pp s TS0.00 3~ Concrete flatworlt repair, compkte in 12. ~~ ~ace per so~t~,foot. $ 12.00 S 4,200.00 Televise service Iine from the bead 13. 150 down to the sewer main, compl~te in EA plsce per ~; ~ 25.00 $ 3,750.00 4t1 Fkxibk b~se-hi~b sarength repair, 14. SY complete in place per ~adre v~u~d. s 8.00 ~ 320.00 15. 40 Asphalt pavematt repair, complete in SY place per sa~vard. S~-~ ~ 1,9Z0.00 16. 4 I~stallaiion of driveway clean out boat, FA c~onnplete ut placx per a~. ~ 375.00 S 1.500. 00 Install new taps to main by plugging old, 17. 3 EA raplacing (1) joi~ of pipe penctrating ~e manhole, cotinplete in place per S 850.00 $ 2~550.00 ~ TO?!1L BABa SID (Itema 1 thru 17) $ 219.665.00 PROPOSAI. FORN a of 7 The Contract{_~r wi~l ~ommence work within ten (10) calendar days from date they re~ei~~p written work order and will complete same within 270 CALENDAR DAYS after construction is begun, Should C~~ntractor default Con±ractor ma~y be liable for liquidated damages as set: forth in the Cont.ract: Documents. Ci*_y will pa; Contractor in current funds for performance of the cc:ntract ~n a~:~cordance ~aith the Contract Documents as the work p~ o~resses . Siqned ir; 9 part.> at ~.orpu.~ Christi, Texas on the date shown akf~ve ATTES~ : i ~ ~~~ ?Tl ( v~~ ~__ C~ ty Se~~retary APPROVED AS TO LEGAL FORM: , ,,, B~'' ~ -~-~hl~ '~~ ~t'- ~~ `-----~_ Asst, ~ity Attorne~J ]1~~ (I Corporation) ; r --- ~ --- - ( ea `' Belbw) (Note: If person signimg for corpa~atiouit is not President, attsai~ copjr of authorization to si~n) CITY OF CORPUS CHRISTI BY : ~ ~' jO~~, Ronald F Massey, Asst. Ci Mgr. of Public Works and Utilitie BY : ~'~'/~"~ /~ Png R. scobar, P.E. Director of Engineering Services CONTRACTOR RCM Const~uctors, Inc. ~~' ~ /~°~" `"-a G ~~ ~~ c ~t T~.tle: ICo~q~;~ ~~N,~;zv- ~Ypi~~fe+/~ P.O. Box 9338 (Address) CORPUS CHRISTI, TX 78469 (City) (State) (Zip) 361/299-1191 * 361/299-1201 (Phone) (Fax) ~Y.~l.~..:~g .. ., ~ ~,~~~~ ~~:.~~:~ ~........_ ~~ ~~~ Agreement Page 2 of 2 P R O P O S A L F O R M F O R W7~8T1~IIATSR 38~VIC~ LINS RISPAIR AND CLBAN-OtTT II~STALLATION PROGRAM FY 2007 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM 1 of i P R O P O S A L Place : CORPUS CHRISTI, TEXAS Date : QCTOBER 25. 2006 Proposal of _g~ CONSTRUCTORS INC , a Corporation organized and existing under the laws of the State of TEXAS OR a Partnership or Individual doing business as TO: Th~ City of Corpua Chriati, Texaa Gentlemen_ The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: ai~l~#3T~T~R 3SRVICB LINE REPAIR AND CL~AN-OUT I~3TALLATION PROC~RAM FY 2007 at the locations set out by the plans and specifications and in strict accardarice with the contract documents for the following prices, to-wit: PROPOSAL FORM 2 of 7 WAS'T~WATER SERVICE LINE REPAIR AND CI,EAN-0UT INSTALLATIOI~t PROGRAM FY 20@7 D ~ OT 7~ir~ ~.~va:r aiaai I Ii III IV V B~ TTEM ~ DFSCRIPTION ~T P~CE TOTAL PRICE ,I,S IN FIGURES IN FiGURES 1. 145 4" Clean-outs, oomplete in place, per eac6. EA $ 575.00 ~ 83,375.00 2. ~ 5 6" Clean-outs, complete in place, per ~ ~~• $ 600.00 $ 3.000.00 Remove and replace a114" pipe to and 3. 1200 including the be.~d, complete in place per L~e ~ $ 40.00 $ as,oao.oa Remove and replace all 6" pipc to and 4. 100 including the bend, complete in place per L.F. ~uqr foo„~ $ 42,~ $ 4,200.OQ Remove and replace a114" pipe from the 5. 4U0 bend to the mmin, completc in place pcr L.F. foo~ $ gp,pp ~ 24,000.00 Remove and replace all 6" pipe from the b. 100 bcnd to the main, complete in place per L.F. ear f . $ 64.00 ~ 6,400.00 ~ ~~ Trench Safety Measures, complete in L.F. P~ace pcr ' r k _ _ _ ~_ $ T.00 ~ 4,900.00 Install new taps to main by plugging old, 8. 2U replacing (l ) ont joint of main, complete EA in place per ,ea~c $ 770.00 ~ 15,400.00 Additional main line removal and 9. 24(? npl~cement, complete in place per linear L.F. ~ $ 75.00 ~ 15,000.00 ~ay Remove and reinstall existing fence, 10. L~,, complete in place per linear foot $ 4.00 ~ 400.00 PI20POSat, FORM 3 of ~ WASTEWA'T~R SERVICE LINE REPAIR AND CLEAN-0UT INSTALLATION PROCRAM FY 20A7 BASE BID I II III iv v BID Y ~ nESCw~noN ~T PRICE TOTAL PRICE IN ITEM TS IN FIGURES FIGURES I 1. S~ Sod, compicte in place per sauAre foot. S 6.00 $ T50.00 3S0 Co~rete flatwop3: repair, complete in 12. SF place per sauxre foot. $ 12.00 $ 4,200.00 Televise service line from the beud 13. 150 down to the scwcr main, complcte in EA p}a~e per e~ $ 25.00 $ 3,750.00 ~0 Flexible base-tug6 strength rep~it, 14, SY complete in plact per s9awre vsw3. g 8.00 $ 320.00 I5. ; 40 Asphalt pavement repair, complete in ~ SY place per sauar~vsrd. $ 48.00 $ 1,920.00 16. ; 4 L~stallation of driveway clean out boot, EA complete in place per endt. $ 375.00 ~ ~.500. 00 Install new taps to main by plugging old, 1? 3 EA ~~~~ng ( l) joi~t of pipe penetrating $ 550.00 $ 2 . 8ie manhole com lete in lace er ~0.00 ~ , p p p ~. TOTAL BASB SID ( Items 1 thru 17 )$ 219.665.00 PROPOSAL FORM 4 of ~ The undersigned hereby declares that he has visited the site and has carefully examined the pZans, specificatioas and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (za) calendar days execute the formal contract and will deliver a Performance Sond (as rcquired} for the faithful perfoz~nance of this contract and a Payment Bond {as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5~ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidat~d dae~ages for the delay and additional work caused thereby. bii~a~ority/ltinority Bu~ineea Eaterprise Farticipatioa: The apparent Iow bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and a@dresses of MHS firms particlpating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Nvo~ber of Sigasd Sets of Docwaeata: The contract and all bonds will be prepared in not lesa than four counterpart (original signed) sets. Tia~ o! Complatioa: The undersigned agrees to complete the work within 270 c~leadar daye from the date designated by a work Order. Tbe undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required ta carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requireteents pertaining thereLo, for the sum or sums above set forth. :~umber; : Receipt of the following addenda is acknowledged (addenda (SEAL - IF BZDDBR IS a Corporation) 110Ta : Do not detach bici from other papers. Fill in with ink and submit complete with attached papers. Respectfully submitted: Name : RCM T C ~~~ BY = ~ ~ c~i- ( SI{~U-T~t=? Address : P.O. BOX 9338 (P.O. Box) (Street) CORPUS CHRISTI, TEXAS 78469 (City) (State) (Zip) Telephone : 361-299-1191 (Revised July 2000} Preoposu, FoxM s of ~ P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUECES § BC'~;D ?~O. 58635806 KNOW ALL BY THESE PRESENTS: l T~AT RCM Constructors, Inc. of NUECES County, Texas, ^~ rF i°.af*-~r ;^al,_ed "Principal", and T,,F,~,FRN S iRFTy coMPANY a L~~_ r~;o ~at i::n organi ze:~ ~und~~r ~.7e laws of the State of souTN DAKOTA ~ ~ ar~d ~=~u1y auth~~rize~:~ tc do busine~s in the State of Texas, here.!_:~:af~-=:r called "Sure~ y", are ~eid and firmly bound unto the ~ t} ~f C~rpus +:~hr~ ;~ti., ~~r~i~ici~;dl ~orporation of Nueces County, ~exas, t~e~~einatt_er al~ed "~:ity", ir: the penal sum of TWO HUNDRED NINETE~T TI~OUSAND SIX HUNDRED SIXTY-FIVE AND NO/100($219,665.00) ~OLLAR.S, ~awft:~ mon.-y ~f thF~ Uni*ed States, to be paid in Nueces ~c•,~rr_~ ~, ?'-~xas, ~ ~~ he ~,ymer~~ of w~:~ ~ch sum well and truly to be na.~E ae ': !_nci :r~e: .~e~, ,.,, ~;eir~, executors, administrators and y~ . ~>:_ sc __ , _ .l r .~ .._, sE re . , : i ,•, - i r;-~ly by these presents . THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the :~' ~r, =~ pa :. entere ~ i; r_c a cer~ ain c:~ntract with the City of Corpus ~r~1-;r1, c;ated the 7TH cf NOVEI~ER, 2006, a copy of which is hereto a* a:•t ed ~~~d mac~ ~,,art r.ere ~f, for rne construction of: WASTEWATER SERVICE LINE REPAIR AND CLEAN-OUT INSTALLATION PROGRAM FY 2007 PROJECT NO. 7366 (TOTAL BASE BID: $219,665.00) NOi~T, THEREFORE, if tr~ pr~ncipal s:~all faithfully perform said work ~_n ~.~,cordance w~tn the plans, specifications and contract ~c~~~ur~ent~, inciu~~ir,g any rhan~es, exte;~sions, or guaranties, and if t-h~ :=~~rin~°i~al Shal~ ~~epair a~~~i~or rF~place all defects due to faulty ma _e ~i ~1~ and/,~r wor ~k:mansh~~p -,r,at a~~pe~r withir~ a period of one (1) ~.~ear ~ ro:~; ~he a~`.e c` ~omc~~ie*, ~~r, ard ~~cceptance of improvements by r_ hF5 ~ty, ~hen ~ hi s~b~ig~.t_;> ; s~a:: i~e void; otherwise to remain ,_r. f ;l _ `c:'ce dn:3 effect. PROVIDED FURTHER, th~: ~ any ~egal action be filed on this _~or~~d, ~~ienu~~ shai=~ 1 ie i.r. N~,ec ~~s County, TeXas. <~-~d t.at sa~d s~._ .rety icr ~,alt.e received hereby stipulates that .~o ~r~ange, ext~r: si:~r. c'~ t ~me, a~terat:_on or addition to the terms ~~~=~f tt~~;~ cen~ra~t_, ~__~~ ~_ ~ the w~_ ~~ performed thereunder, or the plans ~p~c= f_cat ,ons, draw~ : nqs, et. , _., accompanying the same shall in .3r. ,~w_ ~~ ~ f fect ` ' `4 b 1 gc - Y; on r i s bond, and it does hereby °"d~vE ~° ~,e oi ;jny `;u`~, _har :qe, e~ter:sion of time, alteration or aaa~t ~,n ~ r~ the t e~~ rns c: ~ ~ ccr~. ~~ ract, or to the work to be ;~e ~ fc ~,~eci ~~ nere~.:r _~~er _ F~-. f ~rmance r,~r,d F ~;Q° i - ~ ~ ?'h ~~ ~ bon : _._ ; a_~.~~r~~_ ~ ~ ~7 ee ~ ~ ~~e requirements of Article 5160, `%-~r ~; :,' v ~`iv,~ :~.* ar :te5 ?~:xas, ar,~::: other applicable statutes of t~,~e Stat_ e of ~:"exas . iht- under=~ iqnE: d agE~nt . s ilereby desiqnated by the Surety }i-~r~~~ ~,~ the ~::ent Resic~r.} ~r. Nueces County to whom any requisite not ~ces n~,ay be deli~~~-ered ~r~. ~n whom service of process may be had ~. n.3tte s a 1_ ~:~:.7 e~~'_ ;f >acl-; ~uretyship, as provided by Art. - _ 1 ~_ -~, Gernor ' .: "'e;= as ~r~. ~,u _ ~z~ce C~:~~de ~ IN WITNESS WHEREOF, ~h~~ inst.TUment is executed in 4 copies, e~v . or,e o~ whicn sna~i~ t>~~ deemed an original, this the 8Tx t7aY ; * `ECEMBER ~ ?~; JF - PRINCIPAL xc.~ ~: ~r1~, ktl~~ ~~F:~ /~ % / } /)~~ _ _ ~.. 3 ~ ~'~'-yt -~ i~y~ oJc~,, c7 \~J d t.' c~ /~ l r Af ~~+ ~~ _. 2° S ~ c~ r- h,` ~ ~- -- ~ 'Pr;..t Nam~ S Ti*le`~ ATTEST ~, --~-~-~' Z~''~-t~~ /~!/ Secre~ar~~~ /,~~~ G' ~ ~' `-~ ~'s ~d "Fr:nt Nam~! SURETY F~ESTE'r *~ ;? F?ET4' ^('~,,1PANY -_ B1/. ./~_' ~ ~- -~lf :y-~, /~j~~ ~- ~"'L~ ~t `~C'rr a~J- L:~'.-f c~.r.t MAR~ k:LLEN MOORF. (Gri-~`. '~ar,a ~~ ', ~ , ~ .~~ ~ : .,~s ~, :~ , .. ;. ~'w't~~ ~, ; i~r d~ - nvtic,rr a~Id sarvice of pre~ess is : AgEAC~7: u~~•JANTNEK c. G~JkD~_~N INSJRANCE AGENCY Contact Person: ,,A~:,; ~T.,.F,,; M;„~uF Address . ~ . BoY ~ ~~ ~vk'_'U~ CH~.ISTI TEY.A: ?8~03 Phone Number: ;t,;_~~ 3-~ 11 d~-'OT~~-: ~7at_e _f Pez:.:~^~an-e Bc~ : r~.. ; ~ be p:: -. `~ date ~f contract) (Revised 9i02) F~a-formance Bond Page ~~ oi _. P A Y M E N T B O N D F~ON~~ NO. 58635806 STATE OF TEXAS ~ COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: TBAT RCM Constructors, Inc. of NUECES County, Texas, ~~ rerF~~.~~~laf~~r,r ca~led "Pr~nci~-al", and wES'rERN svRETY Cor1PAN~ a ~cr~>o~-ati~:,~ cr~ani.zF- , ~ ~ncer ~he laws of the State ofsouTfi DAxoTA , ~nd ~u1;~ auth:-~ri~~ .: i:c i; business in the State of Texas, ~ere.~-:a~tf~r called "~ure' y", are ~leld and firmly bound unto the ~~t5 1f Corpus ''.hr~ sti, , 1n~_..;ici~al ~orporation of Nueces County, Texas, ~,ereinaf~er aiied "C'1t.y", ana unto a'~l persons, firms and ~c~r~~orat ~~~:~ns su~;p ~_y _ ng l~.bor and materials i n prosecution of the wc.rk -efe~rred t~" ~n ~he at ta~~~~.ed ~:.~ltract, in the penal sum of TWO HUNDRED NINETEEN THOUSAND, SIX HUNDRED SIXTY-FIVE AND NO/100 {$219, 665. 00) ~O~_.,Az?.S, '_awf~;l mc;ney of the United States, to ~e ~~~a ~d i-~ Nue~es ~,~~ ~~n`~~~, T~.~as, ~~~r '~he payment of which sum well ~ 3r.~ ~u: } t~ ~~~ m~ ,de w~ ,_.~nd c:~~ rs~lves, cur heirs, executors admirl_str~~tors =~nd , succe ~sc>r~s, jc~r.t~y and severally, firmly by rp•~~~ pr,~..-~nts: TQE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ~i ir.:,,~pa ~ entere~ ir_to a~ertain ^or.tract with the City of Corpus ~t.ri:~~ i, :aated ~he 7TH ~a~>> NOVEI~ER, 2006, a copy of which is '~~re~. a~~ache~ ~~nd ~nade ~ par± hereof, for the construction of: WASTEWATER SERVICE LINE REPAIR AND CLEAN-OUT INSTALLATION PROGRAM FY 2007 PROJECT NO. 7366 (TOTAL BASE BID: $219,665.00) NO~W, THEREFORE, if t~;e :_ rinci~.a1. shall faithfully perform its ~uties ~;nd make promp* ~ayment to ~ a,~l persons, firms, st.bc~r:tr ac tors , cor: orati::~r.s and ~~_aimants supplying labor and marer:a~ in t ne pL,~secur-~cn of tne work provided for in said ;c:nt,°act and a:~,y a~d ai _; ~~ly autt:orized modification of said ~cntrrct that_ rna,/ he~ei ,a'*.e~ be made, notice of which modification ~~ - r;a s;rety is 'r ereby excressi~/ ~ti~aived, then this obligation 7ha1; be ~ oid; . tner•..ise t~ r~main _ r. ~ull fo rc:e and effect. PROVIDED FURTHER, t~::,r_ i! an}% leqal action be filed upon this bc nd,, vel~ue sha~ ,~ i~_- 1~: '~ = e~?c Ccuntv, Texas . c-nd t hat sa:_u s:rety ~, _-ralue ~eceived rereby stipulates that :z•~- ctl:~nq~, exte~~sior ot t'~m~, aiterat~~on or addition to the terms ~f t~e c:~r~tract, or ~ o thF ~,cY ~c performed thereunder, or the plans, spec.+icatiors, drawings, <~::.., a~companying the same shall in a-,yw,: se a`fect : ts ~bi -~a :t _~ ,z o:~ }.h':s bond, and it does hereby waiv-_~ ncY~ ~e c` any s~~_n ~rarqe, ~x`F-nsion cf r_ime, alteration or a~~~i~;on ~c~ the ~e~ m~ _ ~ -~~~~ ~,~;t,r~3c`, or to the work to be F~erf rme:_i ~her~t,._.der .~mer~.r _,~.n~: - :ge ~ ~ . ~'r~ . .. b<~:,.~ i ~. ~ ~r .c n':: :~ivii ;ta` t :~,e ;tar:- of T-~xas . = _ ~_se : ^ere__ ~r z ~+- 1e ~~~'F-:-~ `; ~~~eet the requirer~-~ents of Article 5160, :tes f ['~xas, aT~~.~ other applicable statutes of ,~ ,. ~~ „ L „ ,~ ,~ .:e t~rms ~;.aimant , abor and Material , ~~ ~;,-~"r_dar,c~ .aith and as defined in said Th:~~ under:,iqnr d aa-=n'. is h~~rcoy desi~nated by the Surety ~_r~-~:~ ~~~ the ~ge~t Resic:ent ~~n Nueces County to whom any requisite _ ~- :~t ~ c es r ay be ~eli ~erea ~n~: ~n wr.om service of process may be had i~: ~..at'.e~s ar~sing out~ ~; ;uch ~uretyship, as provided by Art. .1--~, ',~~rr.on'= Ter~:as ~r:,,ur ~nce Cc.de. IN WITNESS WHEREOF, Yhi_~ inst~-ument is executed in 4 copies, ~acY or~.e of wt:ich shal ~~~ deemed an original, this the gTx 1 a y ~ f ~ ~;cE~nBF~~ , ~ ~ ' _ PRINCIPAL RCti C" tiS`I'RU ORS, INC. ~ ~y.__~~ .~-~A ., ~la ~ ~~ ~`' ~~o ~ ti _ I~,'~S,~~I~,~ ; Fri~,~ ;vr~~ ~ Ti* ~ E ATTEST -~' ,/~ ~ ~ Secretar~~ c ~ ~~~~ ~ ~~~dd Pr i r.t Vam~=' - SURETY ~dEST~Rti ~UkETY C~_r,pAT~'~' , ~. ~ , : , : - . y. _~___ -~.%=-T~ ~ ~ . --~ , / ~~'~ -~ t' 'it~~r- ~y: ~n-`act ',4ARY E _~LE;N MOOKE F : _ . . ._ ?~ a ^~ . The ~.al~t Ag~t f t.he Swr~ ~ ,;~c~tY. ~i~s~t. for d~.ivAil~y c~ n~ti~- a service~' o~ p~r` o~ess s'~~~ ~ AQ'enCY: 54;!ANTN~~R b~~ORDON INSURANCE AGE":CY Contact PEZ'SOA: T,~F.Y ,LLEN MOORE Address : ;~ ,-~ _ ~nx ~ ~ n CORPU~ CHR_ISTI, 7'EXAS 78403 Phone Nuatber: 361-8 ~3-1,11 ~P'~~`T~ Da~~_e ~f ~a,rne-~.r Ho~ -1 ~_~t ~~-_ ; prior *_; ~iate of cer~~racti (Revised 9/02) E~y~.ient 60:;_7 ~JP ,{ Western Surety Company POWE:R OF lTTORl~il~:Y APPOINT[NU INDIVIDUAL,-1TTORNEY-IN-FACT ?,n~~w .4ii ~tit.rn Bp The~e Prccrnts. ' hat '~l ~ 5 i~~~ !?_N '~! F' f"( 1' ~~~~`~1i'.~\.~ 1:i South Dakota _~~~rporation, is a duly organized and existin~ corporation '~;~~in~~ ,t pri~_~p:, :>ffic~ ir~~ ~h~.~ ~~~~~ ~~' '~:~~u~ I~~~a!le ~~ i~i:i~:~ ~.~~f Snuth l~+k~~ci. md that it dues b~ virtue ofthe sionahire and seal herein affixed hereby ~~e . =titu' ., ,1 app~.in! R YI I.ee, Marv Ellen ~1oore, Lero~- Ryza, Kristi Roberts, Diann Eisenhauer, Individually .~~_~~a~~, ('hrr7. 'f_ its tn~e a~~~d I.i~i~tiil ~.ttorn~v~ s)-~.~~ I n_;t +~ti~ tull po~vrr ,3nd iuthorit~~ hereb~' _~~nfcrred to sign. seal and execute for and an its behalf ~~~s uu ±erta},~,n~ ~t.d ~~[h:~ _ ~~!iaat ~n~ .;trumenta , ~ tiin~:u.ir nature - [n [~nlimited Amounts - i_~1 to ~~~n ~t tl:~ rei~~~ as fiill} ,m~i ':o the ,a!::e exten' a~ t Su~h ~n;trumenu ~,~cre ;igned by a duly authnrized ofFcer of the eorporation and all the acts of said ~a..~~rn- ~:_ ~ursu:~_n~ ':~ the .iuthnrir~ hereh~~ _ iven..~re he ehl~ iat~fleJ and .onti~m; d ~'ur~~ ,~ ~~~ ~ttorney ~, :~,.idc an~l ~~:ecu[ed pur -;:ant i~~ :~nd bv auth;~, it~ ~~1 the B~~-1_aw priiitcJ on the reverse hereof, duly ad~pted, as indicated, by h~ --ha~c}:.,Iders ,~t ~he cotpnrati~.,~ 1~; ~~ itnes~ ~~ hereof, A1'i-.~ I~R~ 5'~ kE I'i t~i ~~;~'t~`,1 t:a, caused th~,e presents t<~ be signed by its Senior Vice President and its corporate seal to ~~f ~~err;;, 'fixe; or ttiis 1'th ~a; -~~P~ )~b~h~ ~ 2i!nn ,, l~'ES~TI?RN SURETY COMPANY ~~~syRErr... ~°°~': ~ ' -,~o : '~p' ~ Q,P Oqq '._'; : /^/ _W,VO 1~ D` -f - x_ =i'., S£q~. r'~; '`s~Olti oA~,°1P` _ - - . Paul . Bruflat, Senior Vice President ~t _~e ~~~ 'i, ith 1' iki a ~ ~ ~nt~ ~f 1mn~ha;~a ~°~: ti I~v; c-:y ofl)ct,>he~ '(~l~F~. hr~~,,re me pers ~;~all. _ ame Paul'] Itretlat_ to me kno~vn, ~aho, bein~ by me duly sworn, did depose and say: that h~ csi~~.s ~i the~ ~~~~s~ of Sirn.t t.iils >tate -f S,~~.~th I~ .I.ot:i_ Ci~~t he is the '~eniru Fice President of ~~/ESTERN SURETY COMPANY described in and ~+-~ ~-~ r re~~ted J~e :bove mstrumcnr tnat li- 4:nr«s the ~:~al .~I ~~u~l ~or~nrati~ n; thar the seal affixed ta the said instrument is such corporate seal; that it was ~~~ iffi> ~d :~ursu<.nt 'o auth~~n[~. .;}~cn h~ ~J,e 13 .~nl ~~t i~irc..~~c- ~C,aid c,~~~~~x,itr~n arid that he sitned his name thereto pursuant Lo like authority, and acti~iur~~~.~d -zs s;sme ~o be the,~ct ~~ld dced ~~- ;aid cuip~,r ~uo^ 11~ .;077`7'1!--~i1011iYf"tCS +~,~-:SSSSZS~-.5~~5~,5~-,~,ti~.,~.,~.y5~-,5+ s D. KRELL s S f ~.~vrmh ~r 3U_ _'0 ' s SEA~ NOTARY PUBLIC 5EAL i -" - .r SOUTH DAKOTA s .r s •~...=.~,5=~=,•~~,5~,<,..,~,=,,.,~.~.,~.,,~,~,~. 4 _ _--_.____._. _ - D. Krell, No ary Public C'ERTI1~7(':17~E _ elso~~~ ;'~ ~sistant ~.~._~:~~.ir. rV~. i'ST' K"~: ~' ~;f~~' l~ ~~~)~1P.4~1 J,~ 'u,eby c~rtify ~hat tt~c P~wer of Attorney hereinabove set forth is still in t~~r ~ a,~,i !~irthe- ce~:ity that thc I?~~-Lati at he ~~~~~ora;~~~n ~~rint~~d <~n the rc~ cr~.e i~.ereof is ~till in tt~r~e. fn testimony whereof I have hereu~to subseribed ,n~ ~ atr~ a, .i aft,:e~: the seal f f~}~:~ ;aid ~~,~;~.,rati,~n thi; ~TH _ daF ~ f I)ECEMBER_ _ ,~__. ,-Q~s""~'r''~o-_ ~'~'I;STER~1 SURETY COMPANY ,~;' POA ~-~+L: ' -oQ' 9t;O=_ _W:4 C`:Di ; ~'~ $ V ~; ; s, £A:,-P';` •,~~~~UTN pPµ~~r ~~~~„~ . .____ ..______ __._._. - L. Netson, Assistant Secretary a~ ' ~ -~)E CHA ~~ . • [MPORTANT ~10TICE T~r oht~iin inforlilatio~l or make a compla~nt: ~~~ • 1'F~u ni<iv ca11 CN~~ ~uret~~'~ toll-tiee telE~~phone number for information or to make a ._~r,in~laint at 1-800-331-6053 • 1'~~u iai~i~ alsu ~~rite t~~ CNA ~u~•et~~ at P.O Box 6~~59U8 D~~llas, TX ~ 5'~6:-~-5908 or ~o Bax~o~; Siotix Falls. 5D 5 l 11 i-7~) i ~ • Y~~u may eontact the Tex.~S Uepartment of Insuratice to obtain information on cc>mpatiies. coverage~, ri~ht~ or cciinplaints at 1-500-252-3439 • 1'ou m~~y write the TE~xas Department of Insurance P.O Box 149104 Au~tin, T~ i~ i l~-910 ~ F:~.l #(51'? )~~75- l 7 i 1 • PREMIUM OR CLAIM DISPUTES: ~hould voLi ha~-e a dispute concerning your premium or about a claim, you should cc~ntacC the agent first. If the dispute i~ not resolved, you may contact the Texas Department of Insur,~nce. • ATTACH THIS NOTICE 'I'O YOUR POLICY OR BOND: "I'his nutice is for inf'ormation onl~r and does not become a part or condition of the attachE~d document. _., „,4 ,.:20;,;, ~ ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST3 City of Corpus Christi Ordinance 17112, as arnended, requires all persons or f~ms seeicir~g to do business with tt~e Cny, bo provide the tnllowin~ information. Every question must be answered. If the question is not epplicabl~, answerwNh •IVq~~. FIRM NA~ RCM CONSTRUCTORS, WC STREET 7243 UP RIVER ROAD C~: CORPUS CHRISTI, TEXAS Z~P. 78409 FIRM is~ 1. Corporation _ xx _ 2. partr-ership 3. Sole Owner 4. ASSOCietion 5. Other DISCLOSURE QUESTIONS If additional space is necessary, ple~e use the reverse side of this page or attach separate sheet. 1. State ~fe n~s of aach "s~npbyse" of the City of Corpus Christi having an "ownershlp interest" constllMting ~'fL or mon of th~ ownership in the abrnre narn~d "firm". Name Job TiUe and City Department (if known) NA -____N~ 2. State t~s nsrtMS of each "oftici~l" of ttu City ot Corpus ChMstf having sn "ownership interesY' constituting 3~6 or nrore M tfie ownership ~f the abovs nsmed "flnri". Name T~~ NA NA 3. State tMe nanNS of each "board rr~mber" of tb City of Corpus Christi hsving s~n "ownership InteresY' constil~ling ?% or mon of th~ ownorship in the above nsmed "finm". Name Board, Commission or Committee NA NA 4. Stat~ ti~e nanMS of tach anplo~ or officer o# a"cw~sultant" for the City of Corpus Ch-isti wtw wo~lced on any ma~r -Nliied to th~ subj~Ct ~ th~ corttrsct and has an "owr~ship interost" constitutin9 3~; or nqr~ a( the owsership M the above named "finn". Name Consultant NA NA CERTIFICATE 1 certity ~at all ir#ormation provided is true and correct as of the date of this statement, that ! have not knowingly withh~td d~s~liosure of any infarmation requested; and that supplemental sta~ements w~l be promptfy submilted to the City of Corpus (;1~~isti, 'fexas as changes occur. Certifying Person: ROLANDO MENDOZA T~~ PRESIDENT tType or Print) Signature of Certifying Person~ Ejr. Dale: «`~ J' C.~ ~' PROPOSAL. FORM o~wmoNs a. "Boa~d Member'. A merr-ber of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Emptayae°. My person employ~d by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an inde~ender~t contrac~or. c. °Firm". Any entity vperated for economic gain, whether professional, industrial or commercial and whether establfs~ed to produce or deal wip~ a product or senrice, including but not limited to, entities operated in the form of sole pr~prietarship, as self-empb~ed persan, partriership, corporation, joint stock cornpany, joint venture, receivesship a trust and en6ties which, for purposes of iaxation, are trea~ed as non-profit organizatbns. d. "Off'~ciaY. The IlAeyor, members of the Cit~ Council, City Manager, Deputy City Man~ger, Assist~t Ciry Managers, Department and Division Heads a~d Mun~cipal Court Judges of the City of Corpus Ch~isti, Texas. e. "Ovmership InienesY. Legal or equitable iMeres~ whether actu~y or constructively held, in a firm, including when such ir~rrest it held through an ~~ent, trust, estsAe oc Aotding entity. `Construc:tive~ hek~' t~efets ~o ha~ding ar c~r~tra establiafied through voting husts, prox~es or special terms of venfure or partnersh~p agreements. f "ConsulEanY" My person or firm, such as engineers and architects, hi~ed by the City of Corpus Christi tor the purpose of prdessional consul~fion and recommendation. PROPOSAL FORM ,__.__ ______.___s.._ __.___ : i ACORD CERTIFICATE OF LIABILITY INSURANCE CSR DM DATE(MMIDDlYYYY) ~,, RC~4C0-1 12 08 06 ~°~°°~=~~a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORGAATION ` ' ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ~ Swa :trier 6~c:rdcfr. Ens . Agcy-CC` ~ HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ~ P. ') Box ~? 7' ~_ ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. iCc ~~ua u?2zks*._i 'I'X 7840~-G8'%Ci ~ Ph~np: 361-88:3-1`'1 i Fax: 361-844-C~Ol INSURERSAFFORDINGCOVERAGE } ~ _. -_._ _ _. _ __ _ _ _ - --- r ~NS~Reo ' iNSURER n Mid Continent Casual ,_ _ ____ i ; `iNSURER a RSUI Indemnity Compa 3 RC~1 Cons truCtors ? I1C . ~ INSURER C: Texae Mutual Zneurance Company ` ~r__ -_-__.__. -. R P. C. BOX 9338 INSURER D ~ ~'orpus Christi TX 7 B4 6~ s--- -------- --- ~ ~'~~, INSURER E~ COVERAGES ? H~ POLICIES OF WSURlWCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANV CONTR,4CT OR OTHER DOCUMENT WITH RESPECT TO WHICN THIS CERTIFICATE MAY BE ISSUED OR MP.Y PERTAIN. THE tNSURANCE AFFORDE~ BY THE ?OLIGES DESCRIBED HEREIN IS SUBJECT TO ALL ?HE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES AGGREGATE LIMI?S SHOWN MAY HAVE BEEN REDUCED BY QA.IG CLAIMS ---- --- _ - ,----.. --- ----_ _ LTR NSR TYPE OP INSU POLICY NUMBER i DATEYMIWDD/VY DATE MMfDD/YY ~N LIMRS GENERAt. LIA8ILRY ' ' EACH OCCURRENCE $ 1~ OOO ~ OOO A X~~: COMMERCIA~GE~aERALLIA6iLiT~ ~ 04GLQ0~639~i84 ' ~~~1e~~6 ; 07~18~~7 ~ ~ PREMISES(Eaoccurence) S 1~~~~0~ '::L:.IMS MAD~ ;~ ' OCCU~ MED EXP (Any one person) S Excluded ~ ~ PERSONAL & ADV INJURY $ 1~ OOO ~ OOO 3 __ GENERAL AGGREGATE $ 2~ OOO ~ OOO vtPt t AGGRFGATF ~INi~T APPLIE -- y PE4 ^ PRODUCTS - COMPlOP AGG S 2~ OOO ~ OOO POLiCY ~R 7 ~ L~C; ~~ JEC ~ ~_____ ~ --+ __.~~.__ .._~.-- ----- `- - ~ ! AUTOMOBIIE LIABILITV / ~ ~ ~ ~ , " " ~ I • COMBINEDSINGLELIMIT (Ea accident) 1 Op0 ~~~ + ~ A AN~ ~i' ~ :) O4CAOO2 I449O3 ~7~18~~6 ~~18~Q a ~~ I A.L :1W'JED PcT:.:: ~ --- i ~ / BODILY INJURY $ i X SCFt?Ot ED%,;7~:!5 '~ 'I f (Perperson) ° I X NIRF iJ .ailT05 I, ~ BODILY INJURY ~ X NON-OWNED oJ~~75 (Peraccidenq $ ~ . __ . _ _ _.. __. _ _ _ PROPERTY DAMAGE $ _,._ ~ . _+._._ ' ~_._._ _ _ __ _ _ ' (Per accident) GARAGE LIABILRY ~- AUTO ONLY - EA ACCIDENT $ ~ ~ ~ AM Hll`C --- I OTHER THAN ~ ACC S ~ ~iv_-- - AUTO ONLY: AGG S ~EXCESSNMBRELLA LiABILITY ~ F__ EACH OCCURRENCE - $ 1 ~ OOO ~ OOO B X OCc'..:G CtA1M5MADE I NHNO3'rJ9O2 ~ G~T~18~O6 O~J~1B~O~ ~ AGGREGATE $1~000~000 ~ ~ ~ s -- ; $ DEC ~~:C' ;BLE I ~ $ ,X ' RE"fENTiON 51O OOG ; ~~v a WORKERS COMPENSATION AND ~ ~ ' - ~ X TORY LiMITS ER ; EMPLOYERS LIABILITY C TSFC~001119432 G7/19/06 I 07/19/07 ANY PROPRIETOR/PARTNER.~EXECU7IVE ~ i / ELEACHACCIDENT s500 000 ~ . OFRCERlMEMBER EXCL,.DED~ ~.. i j E.L. DISEASE-EAEMPLOYEE $~jOO ~ OOO ~ ~i yes. describe undei ,: ; ~ SPECIAL PROVISIpNSbelow ' . E L DISEASE - POLICY LIMIT a 500 ~ OOO __ _ __ __. . .. . ~~ I '~ OTHER .. i ~ DESCRtPTION OF OPERATIOtiS ! LOCATIONS 1 YEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT ! SPECIAL PROVISIONS Project; Wast~water Service Line Repair & Clean-Out Installation Program FY 200?; Project No. 7366 ~ Rdditional Znaured as required by written insured contract in favor of certificate holder applicable to General Liability and Auto Liability policies. GCK I ItIGAI t MULUfJt r_eucF~ i er~nu CZCC-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOR~JfHE EXPIRATION Ci ty Of CO~llS Chri sti / En i i S i DATE THEREOF, 7HE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O ~DAYS WRITTEN g nAer ng erv ces Y NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Attn : Contract Admini s trator P. 0. Box 9277 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, RS AGENTS OR ~OZ'pllS Ct1rlStl TX 78469-9277 REPRESENTATNES. AU ORIZED RE ENT E Co r~..v~v aa ~cw ~wo~ U AGOR~ GORPORATION 79SS iMPORTANT ef the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement or~ this certificate does not confer r~ghts tc the certificate holder in lieu of such endorsement(s). if SUBROGATION IS WAIVED, sub~ect to the terms and conditions of the policy, certain policies may ~equire an endorsement. A statement on this certificate does not confer rights to the certificate halder ir lieu of such endorsementrs). 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. ~.,..,.., .., ,~.,., ,,.,~, COMMERCIAL GENERAL LIABILITY CG 20 10 ] 0 01 THIS E''~DORSF;MENT CHANGFS THE POLICY - PLEASE READ IT CAREFULLY ~r .qDDITIONAL INSliRED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION 1'hi~ endorsement modifies insurance provided under the following: , COMMERCI AL GENERAL L IABILITY COVERAGE PART SCHEDULE Narr7e of Person or Organization: City of Corpus Christi ~ Department of Engineering Services ~ Atin: Contract Administrator P. O. Box 9277 Corpus Christi, Texas 78469-92?7 ~lf no entry appears above, information required to complete this endorsement wilf be shown in the Declaration as applicable to this endorsement.) -'1. Section II - Who Is An lnsured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. E3, With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This ~nsurance does not apply to "hodily injury" or property damage" occurring after: (1) tAll work, including materials, parts or equipment furnished in connection with such work, on the project ( ather than service, maintenance or repa'vs) to be performed by or on behalf of the additional insured(s) at the site ofthe covered operations has been completed; or (2 ~?-hat portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project C;G >4 10 1U CEt ~nsurea RCM Constructors, Inc. ~ Effecti~e: 07/18/06 ~" ~ ~ 9 ~ c~ ~ / ~r" ^ ~el~~~~~ e'~~~ f ~~~ro y ~ ~r~ ~~ ~~~ 5~ ~ -- --- - - -- -- Randal M. Lee Authorized Representative Po1 # 04GL000639684 ~ Managing Partner Title: / °~ ADDITIONAL INSURED '~his e~dorsement modifies insurance provided under the following: ~ BUSINESS AUTO COVERAGE FORM u' GARAGE COVERAGE FORM TRtiCKERS COVERAGE FORM TE 99 O1B I riis endorsement changes the pol~c eTtect~ve on the Endorsement Effective C~7/ 18/06 ~~ Named Insured ~ RCM Construetors, lnc. on date of the policy unless another date is indicated below: i Policy Number ~ 04CA002744903 ~ ~~ i .. / `~~~ ~ ~, ~ k '+•`~ ~ ' Countersigned by `~ }~, ~ (Authorized Representative) The pravisions and exclusions that apply to ~~IABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi Dept. Of Engineering Ser~ ices ~ Attn: Contract .Administrator ~ P. O Box 9277 Corpus Christi, TX 7$469-927' is ar: insured, but only with respecx to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this polic~ rhe additional insured is not required to pay for any premiums stated in the policy or earned Gom the policy. Any return premiurn and any dividend, if app(icable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice c~f any cancellation of this policy. If the cancellation is by us, we will give ten day~ notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 O1B - ADDITIONAL INSLJRED Texas Standard Auto~obile Endorsement Prescribed by March 19, 1992 ATTACHMENT 2 20F2 COMMERCIAL GENERAL LIABILITY CG 02 OS Ol 96 THIS ENDORScMENT t'HANGES THE POLICY - PLEASE READ 1T CAREFULLY ~~,I TEXAS CHANGES - AMENDMENT OF CANCELLATION PRnVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the foliowing: JCOMMERCIAL GENEKAL LIABIL]TY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWtvERS AND CONTitACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS i COMPLETED OPERATIONS L1ABILITY COVERAGE PART RAII_ROAD PROTECTEVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE City of Corpus Christi ~ Dept. Of Engineering Services ,~` Attn: Contract Administrator P. O. Box 927? Corpus Christi, TX ?8469-927? Number of day~ advance notice THIRTY (30) '~ Named Insured: RCM Constructors, Inc. / Policy Number: 04GL000639G84 / Effective Date of This Endorsement: 07i 18/06 Authorized Representative: Name (Printed) Title (Printed j R. M. Lee / Managing Partner ATTACHMENT 3 CG0205 (01/96) 1 OF 3 ~CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT T'his endorsement modifies insurar~ce provided under the following: ~/ BL'SINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM TE 02 ~2A ~ n~s enaorsement cnanges tne potic errecnve on tne incept~on date of the policy unless another date is indicated below Endorsement Effective ' Policy Number t}7/1 S!U6 `°~ 04CA002744903 ~ - - ___. ----- Named Insured ~ r~ ,~;~ / !i~`~~ ` '"y ,~' ~.;~ RCI~1 ('onstructors, Inc. ~ ! Countersigned by ~'~ ; r '' ~_ ., . _ ~.. _ _____ ---- ---- - - ! ~ (Authorized Representative) ,~~ ~i'HIKTY {3~) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice ;~f the cancellation or change to: City of Corpus t"~'hristi Dept. Of Engineering Ser~ ice~ Attn: Contract Administrator P. O. Box 9277 Corpus Christi, "I'X 7846~-9277 Authorized Representative ~;. ,~ ,~, , ,~ .. ~~ - . r,~' ~~;t~4 ~ L~.n ~:~3``~:%+iy~' .... Name (Printedj: R. M. Lee Title (Printed) Managing Parmer FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Staedard Automobile Endorsement (Ed. Effective 3/92) ATTACHMENT 3 20F3 WORKERS ('OMPENSATIOI~ AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7-85) TEkAS NOT1C`E UF MATERIAL CHANGE ENDORSEMENT T'his endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the :nfo~-maTion Page. l~ the event of cancellation or other materia', change of the policy, we will mail advance notice to the person or organization named ~n the Schedule The number of day~ advance notice is shown in the Schedule. t"his endorsement shail not operate directly ur indirectly to be~efit anyone not named in the Schedule. Schedule vumber of days advance notice: 30 ~ .. tiotice will be mailed to: City of Corpus i:hristi Department of Engineering Services ~ Attn: Contract Administrator P O Box 9277 Corpus Christi, TX 78465~-927 i I his endorsement changes the palicy to which it is attached and is effective on the date issued unless otherwise stated. d The information below is required only when this endorsement is issued subsequent to preparation of the policy.) ~~:ndarsement ~:ffective: 0''~19/06 Policy No. TSF0001 I 19432 / Endorsement No. 1 / lnsured RCM Constructors, Ir~c. ~ $N ~ ~,. / ~- d fnsurance Company T'exas Mutual Insurance Co. Countersigned By: z WC ~12 06 OI Name (Printed): R. M. Lee ( Ed. ~-234) Title (Printed): Managing Partner ATTACHMENT 3 30F3