Loading...
HomeMy WebLinkAboutC2007-038 - 1/16/2007 - ApprovedI A P C' 1 100 (ON 01 10i0" M200.7 01 2 Jhabores -onst ruction (.7o SPEC .T F' N 0 IR S C 0 R T 0 D T.,' E OSO TRUNK MAIN MANHOLE REPAIR/ REPLACEMENT PRASE 2 AND KOSTORYZ ROM. WASTEWATER MANHOLE/ LINE REliBILITATION OR WAY:EW2,1E. OFE-ART CITY ,".".? of oaf CA.U.'!" WAMWATE14 DE.'4ATM.F.‘' 1.-JF.1:„,kaTxFrl ,2)17 Effj.\12.. CITY . IIIMMI,Y1Y.0411.01....112•,Sa..111/..910111011.11MMNIMSMINNI,I■i9I■ 1.2 AP. 70110:11140.11111MIMI,LO AiPMFM11111.0.7, IIIPML•111.1141.1:11,51.7.1,6.1,1,110 *11.42 'AM SCOMMINE LIM 12011.41ILLIINS'..111.1.011N ){?WIN NO • 536 (Revised 'x /5/00) OSO TRUNK MAIN MANHOLE REPAIR / REPLACEMENT PHASE 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE/ LINE REHABILITATION Table of Contents NOTICE TO BIDDERS (Revised '/5/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7 /5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A 1 A 2 A 3 A 4 A -5 } A 6 A_7 A -8 A -9 A 10 A - -11 A 12 A -13 A-14 A -15 A -16 A 17 A -18 A-19 A -20 A 21 A -22 A 23 A- 24 A 25 A-26 A 27 A - -28 A - -29 A -30 A -31 A -32 A -33 A -34 A 35 A -36 A 37 Time and Place of Receiving Proposals /Pre -Bid Meeting Definitions and Abbreviations Description of Project Method of Award Items to be submitted with Proposal Time of Completion /Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal /Salvage of Materials Field Office NOT USED Schedule and Sequence of Construction Construction Staking Testing and Certification Project Signer NOT USED Minority /Minority Business Enterprise Participation Policy (Revised 10/98) Inspection Required (Revised 7,5/00) Surety Bonds gal -c3 Tax Exemption NO LONGER APPLICABLE (6/11/98) Supplemental Insurance Requirements Rc3ponaibility for Damage Claim:, NOT USED Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Contract" Requirements Amended Policy on Extra Work and Change Orders Amended "Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents City Water Facilities Special Rcquircmcntc NOT USED Other Submittals (Revised 9/18/00) NOT USED 29 3t) 3. 32 3 34 C105 Wastewater Flow Control Plans & Details TC101 Traffic Control Plan- Everhart Road & Curtis Clark Drive TC102 Traffic Control Plan -(MH #11537) Everhart Road & Bonner Drive TC103 Traffic Control Plan -(MH #11538) Everhart Road & Bonner Drive TC104 Traffic Control Plan - Curtis Clark Drive & Nelson Lane (Add Alt "AA1 ") TC105 Traffic Control Plan Betty Jean Drive & Curtis Clark Drive (Add Alt "AA2 ") TC106 Traffic Control Plan- South Staples Street & Curtis Clark Drive (Add Alt "AA3 ") K102 Kostoryz Road Traffic Control Plan N/A Texas Department of Transportation Traffic Control Details BC (1) -03 thru BC (12) -03 & TCP (1 -4) -98 SD101 City of Corpus Christi Standard Details, Sheet 1 of 5 SD102 City of Corpus Christi Standard Details, Sheet 2 of 5 SD103 City of Corpus Christi. Standard Details, Sheet 3 of 5 SD104 City of Corpus Christi Standard Details, Sheet 4 of 5 SD105 City of Corpus Christi Standard Details, Sheet 5 of 5 NOTICE AGREEMENT NT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals. addressed to the City of Corpus Christi, Texas for: OSO TRUNK MAIN MANHOLE REPAIR/ REPLACEMENT PHASE 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE/ LIx= REHABILITATION consists of: Base Bid "A" (OSO TRUNK); Six (6) Manhole Replacements- Two(2)- Special 7' DIA replacements, Three (3) proposed standard FRP manholes replacements, and One (1) standard FRP rehabilitation including removal of two adjacent brick manholes), Base Bid 'B" ( KOSTORYZ ROAD); Two (2)Manhole Rehabilitations and Line Rehabilitation by CIPP Method, Additive Alternate Bid "AA1 "; Two (2) additional manhole replacements- (One Special 7' DIA replacement and One standard FRP manhole replacement), Additive Alternate Bid "AA2 "; Two (2) additional manhole replacements- (One special 7' DIA replacement and one standard FRP replacement including the removal of one adjacent brick manhole), Additive Alternate Bid "AA3 "; One (1) additional manhole replacement including all appurtenances and associated work; Alternate Bid "BA1" Two (2) Manhole Rehabilitations and Line Rehabilitation by Pipe Bursting, including all appurtenances and associated work, in lieu of the CIPP method; in accordance with the plans, specifications, and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, Decver 6, 2006 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 10:00 a.m., Thursday, November 30, 2006 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX and will include a discussion of the project elements. The Consultant A/E will be present to address Bidder's questions. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7,5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIM= INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liabi',ity including: Commercial Form . Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard Products/ Completed Operations Hazard c. Contractual Liability Broad Form Property Damage S. Independent Contractors 9. Personal Injury 1 $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY- -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY' ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT H REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED Page 1 of 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the Project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty t30i days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract F. completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER' S CO: ?FENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction pro ect must be covered by worker's compensation insurance, authorized self-Insurance. or an aoproved worker's compensation coverage agree rent Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City.' will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not .rovide 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which =3 attached and deemed incorporated into the project contract. Please note that under section 110.110: I. certain Language -ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; the Contractors required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the required notice at the job site. By s_cning this Contract, the Contractor certifies that it will timely comy with these Notice ro Contractors "B" requirements. NOTICE 70 CONTRACTORS - 8 (Revises 1/13/96) Page 1 of 7 8/719.9 2.1X 0 ltl LS. INSURANCE Part IL TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER \OTICES § 110.110 Reporting Reauirements for Building or Construction Projects for Governmental Entities (a) The following words and term, when used in this rule, shall have the following meanings, unless the context cle :rly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate r —.A copy of a certificate of insurance, a certificate of authority to self- insure issuea by the commission, cr a workers' compensation coverage agreement (TWCC -S1, TWCC -z.2, MCC-83, or TWCC -34), showing statutory workers' compensation insurance coverage for the person's or entiry s employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction —Has the meaning defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor —A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage— Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401 011(44)_ (5) Coverage agreement - -A written agreement on form TWCC-S1, form TWCC -S2, form T WCC -S3. or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project — Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. 7) Persons providing services on the project ( "subcontractor" in § 406.096 of the Act)—With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. "Services" includes but is not Britten NOTICE TO CONTRACTORS - - Revised 1/13/981 Page 2 of 7 http sos.state tx.ustacl2S/IL1 I r}B /1 I0.1 I0.html 8/7/98 Page 2 c: :o r , .c: ;.. :_,line, c: �..eiivering equipment or ma:eriais. cr croviding labor, transportation, or other service :o a project. 'Services" does not i nc.,...e acti•, it.es unrelated to the project. such as vendors, c ce suppiy deliveries, ce:ivery of portable toilets. 8) Prciec —L cludes the provision of all services reiated to a building or construction contract for a govern -n_,: . entity (b) Providing or causing to be provided a certifica :e of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project a.-e covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self - insurance Regulation Providing false or misleading cert fcates of coverage, or failing to provide or r..aintain required coverage, or failing to report any grange that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) ulciude in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subseciozL (2) as parr of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (13) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter, (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitied 'o them by law; ant; (7) use the language contained in the following Figure i for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific docurnent in which they are contained or to impose stricter standards of documentation: T28S 110 1 10(c)(7) tbl http //www sos.state.tx.us/tac128/II/1 10/B/1 10.110.htrrl MOTILE TO CONTRACTORS - 3 Revised 1/13/98) Page 3 of 7 8/7/98 10 Page 3of6 7 A contractor sha i. s) provide coverage for its employees providing services on a project, : the duration of the project ::.sed on proper reporting of classi.Ec -:on codes and payroll amounts and ^ i g of any coverage agreements; 2) provide a certificate ofcovera,e snowing workers' compensation covera2e to the governmental entity prior to beginning work on the project; (3) provide the governmental entire, prior to the end of the coverage period. a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (.A.) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on project; and CB) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other conunission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population_ The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, } or to report an employer's failure to provide coverage." `http : //www sos.state_tx.us/tacf28/ 1/ 1 10B /110.1 10.html NOTICE TO CONTRACTORS - 0 Revised 1/13/96) Page 4 of 7 8/7/98 Yage4ot5 110 (8) contractually acct uire each person with when.: _t contracts t.. provide services c:: a project to: c ts and (A) provide coverage based on proper reporting of ciasstncationn co essendthe proil a o for nd fil on of any coverage as?reer^er_ts for all of its er pie ees provide:_ of the project; (B) provide a certificate cf coverage to the contractor prior to that person beginninng work on the project (C) include in all contracts to provide services cr. the project the language in subsection (e)(3) of this section: (D) provide the contractor, prior to the end of the coverage period, a new certiucz :e of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; arld (ii) prior to the end of the coverage period, a new certificate of coverage showing age ends ion of during ehe coverage period, if the coverage period shown on the current certificate duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter-, (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person lmew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage http : / /w: uw .sos.state.tx.us/tad28/III110B/ 110.110.html NOTICE TO CONTRACTORS - 9 Revised 1/13/98) Page 5 cf 7 8/7/98 rage of v br t :e oration of tare project, that the coverage will be based on proper reporting of classification codes and payroll amounts. and that all coverage agree^.zents will be filed with the appropriate insurance caner or, Ir. the case of a self - insured, with the commission's Division of Self- Insurance Reguiation. Providing false or misleading i:.formation may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) z certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project.; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person lmew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person be inning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the http://www.sos.state.tx.us/tac/28/11/110/B/110.110.huril NOTICE TO CONTRACTORS - s Revised 1/13/98) Page 6 of 7 8/7/98 11� duration cf the contract: Page 6 of 6 (F) retain all required certti ca :es of coverage on file for the duration of the project and for one year thereafter. (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this - subparagrapih and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circ :.nnstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable (g) This ruie is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, I994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1 20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index http://www.sos.stateccusitac/28/1.1/110/B/110.110.html NOTICE TO CONTRACTORS - 8 Revised 1/13/98) Page 7 of 7 8/7/98 PART A SPECIAL PROVISIONS OS() TRUNK MAIN MANHOLE REPAIR/ REPLACEMENT PHASE 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE/ LINE REHABILITATION SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will he received in conformity with the official advertisement inviting bids for the project. Proposals will be received in he office of t_he City Secretary, located on the first floor of City Hall, 1201 `,e•opard Street. until 2:00 p.m., Wednesday, December 6, 2006. Proposals Ta,_led should be addressed In the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - OSO TRUNK MAIN MANHOLE REPAIR/ REPLACEMENT PHASE 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE/ LINE REHABILITATION pre -bid meeting will be held on Thursday, November 30, 2006, beginning at 10 :00 A.M. The meeting will convene at the Engineering Services Main ;onference Roorn, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, "X and will include a discussion of the project elements. If requested, a visit will foll Aw No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Deeeription of Project Bas Bid `A" (OSO TRUNK); Six (6) Manhole Replacements- Two(2)- Special 7' DIA replacements, Three (3) proposed standard FRP manholes replacements, and One (1) standard PRP rehabilitation including removal of two adjacent brick manholes), Base Bid "B" (KOSTORYZ ROAD); Two (2)Manhole Rehabilitations and Line Rehabilitation by CIPP Method, Additive Alternate Bid "AA1 "; Two (2) additional manhole replacements- (One Special 7' DIA replacement and One standard FRP manhole replacement), Additive Alternate Bid "AA2 "; Two (2) additional manhole replacements- (One special 7' DIA replacement and one standard FRP replacement including the removal of one adjacent brick manhole), Additive Alternate Bid "AA3" One (1) additional manhole replacement including all appurtenances and associated work; Alternate Bid "BA1" Two (2) Manhole Rehabilitations and Line Rehabilitation by Pipe Bursting, including all appurtenances and associated work, in lieu of the CIPP method; in accordance with the plans, specifications, and contract documents; Section A - SP (Revised 12/15/04) Page 1 of 24 A -4 Method of Award The bids will be evaluated based on the following priority order, subject to the availability of funding: 1.. Total Base Bid "A" + Total Base Bid "B" -OR- 2 Total Base Bid "A" + Total Alternate Bid "BAl" 3_ Additive Alternate Bid Items "AA1 ", "AA2 ", and "AA3" may be added in that order based on funding availability. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference OSO TRUNK MAIN MANHOLE REPAIR/ REPLACEMENT RIME 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE/ LINE REHABILITATION as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2 Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be One Hundred Fifty (150) calendar days (Base Bid A plus Base Bid B OR Base Bid A plus Alternate Bid "BA1"). Thirty calendar days will be added for each of the Additive Alternate Bids AA1, AA2, and AA3, as awarded. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor `s workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for termination or insurance each calendar cancellation coverage for replacement workers' day of including and after the effective date of the Contractor's workers' compensation its employees working on the compensation Project until the date insurance coverage, meeting the Section A - SP (Revised 12/15/04) Page 2 of 25 requirements ,)f this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highesr daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the =ontraotor and will he assessed and paid even if the permitted time to oompiee the Psojec' has not expired . r, accordance with other requirements of this Contract, the Contractor shall not permit subcont *actors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation nsuraice and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of appropriate space provided in the proposal interpreted as non - receipt. Since addenda can proposal, failure to acknowledge receipt, and non- receipt, could have an adverse effect responsible bidder. all addenda received in the . Failure to do so will be have significant impact on the a subsequent interpretation of when determining the lowest A -10 Wage Rates (Revised 7, /00) Labor preference and wage rates for HEAVY CONSTRUCTION. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Pieces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workman, and mechanics employed by then in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workman, and mechanics employed by then in connection with the Project and sharing 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 Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requii hilts concerning the proper form and content of the payroll submittals.) one and one -half (1Y) times the specified hourly wage rust be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section 8 -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) A -11 cbcpraticn with Plokalic Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities aerating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any Section A - SP (Revised 12/15/04) Page 3 of 24 facility by using the Texas One-Call System 1- 800 - 245 -4545, 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 convenience, the following telephone numbers are listed_ 'n ty Engineer 880 -3500 Project Engineer HDR/Shiner Moseley and Associates Traffic Engineering Police Department. Water Departsrent Wastewater :las Department Storm Water Department Parks & ReAr eatiai Deparbr nt Streets & Solid Waste Services A E P S B C (AT &T) ,i ty Street Div. for Traffic Signal /Fiber Optic Locate ablevisior. ACSI (Fiber Optic; KMC (Fiber Optic) ChoiceCan (Fiber Optic) ;APRDCK (Fiber Optic) Brooks Files Optic (MAN) A -12 Maintenance of Services 361- -857 -2211 880 -3540 882 -1911 857 -1880 857 -1818 885 -6900 857 -1881 880 -3461 857 -1970 299 -4833 881 -2511 857 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972- 753 -4355 (880 -3140 after hours) (880 -3140 after hours) (885 -6900 after hours) (880 -3140 after hours) (693 -9444 after hours) (1- 800 - 824- 4424,after hours) 857 -1960 (857 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888 - 204 -1679) (Pager 850 -2981) (Mobile) Phe Contractor shal_ take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and 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 operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his ,wn expense, in the event drawings, the zt_lities back of damage to underground Contractor shall make the in service to construct the The Contract price. All such repairs must company or agency that owns the utilities. utilities, whether shown in the necessary repairs to place the work as intended at no increase in conform to the requirements of the Where existing sewers are encountered and are interfered with (i.e. broken, =gut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumpino to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. ft is also the Contractor s responsibility to make all necessary repairs, eiocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. Section A - SP (Revised 12/15/04) Page 4 of 24 A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The 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 available through the City's Traffic Engineering Department. The Contractor shall .secure the necessary permit from the City's Traffic Engineering Department. For work within the TxDOT controlled right of way, the Contractor shall comply with the TxDOT's Manual of Uniform Traffic Control Devices. Copies of this document are available through TxDOT_ The Contractor shall refer to Special Provisions Paragraph A -51 for additional information and requirements regarding Traffic Control during Construction. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass Ali existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation "; therefore, no direct payment will be made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, other unwanted material removed from the site considered subsidiary; broken asphalt, concrete, broken becomes the property of the Contractor and must by the Contractor. The cost of all hauling therefore, no direct payment will be made culverts and be is to Section A - SP (Revised 12/15/04) Page 5 of 24 ntractor. A -17 Field Office NOT USED The C *°a^* . furni_ h the City Engineer or his representative with a field office at the constructs. n .,itc. The field office must contain at lea t 4 and heated and must be rest io° x -64^ and two (2) chairs. The Contractor shall meve the field office on the .site as required by the City Engineer or his representative. The f ic1-d office most - be- r chcd _ t a telephone (with 24 hour per day and FAX ate pay ttcm for the field office. :;epar A -18 Schedule and Sequence of Construction The Contractor shall submil to the City Engineer a work plan based only on CALENDAR days, This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The plan must .-indicate the schedule of the following work items: Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule c >, review items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. Submittal Dates: Ind:oate submittal dates required for all submittals. 4- Re- Submission: Revise and resubmit as required by the City Engineer. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the ('ity or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings.. Section A - SP (Revised 12/15/04) Page 6 of 24 The Antractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shat:; provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shalt be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Pcilow:.ng is the minimum schedule of documentation required: :streets: NOT USED All •- Curb and gutter flew line Wastewater: both sides of street on a 200' interval; • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Water: NOT USED • Ali top of valves box; • Valves vaults rim; Storm water: NOT USED •— All rim /invert elevations at manholes; • All intersecting lines in manholes; ..s A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Proj.ct Signs NOT USED The Contractor must furnish and iaotall 1 Project o*gns as ideated on the following drawings. construction begins and will be maintained throughout the Prejcct period by the Contractor. the City gnginccr. Section A - SP (Revised 12/15/04) Page 7 of 24 A -22 Mikity /Minority Business Enterprise Participation Policy (Revised 10/98) Policy L' is the policy of tae City of Corpus Christi that maximum opportunity i; 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 :he Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business rnt.erprise. Definitions Prime Contractor: Any person, association or joint venture as awarded a City contract_ Subcontractor: Any named person, association, or joint venture as work, labor, services, supplies combination of the foregoing under on a City contract. firm, partnership, corporation, herein provided which has been firm, partnership, corporation, herein identified as providing , equipment, materials or any contract with a prime contractor Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders Fox the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: Owned (a For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b` For an enterprise doing business as a partnership, at least. 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51 0% or more of the total profits, bonuses, dividends, Section A - SP (Revised 12/15/04) Page 8 of 24 interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority: See definition under Minority Business Enterprise. e Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. -;ua1s 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 :)f the MBE as a member of the joint venture in the work to be performed by the joint aenture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 0 5 These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. i, The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may Section A - SP (Revised 12/15/04) Page 9 of 24 withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required Revised 7/5/00) permit c mplctcd and Occupancy, when applicable. Section B -6 -2 amended in that the Contractor must pay City's Building Inspection Department, water /wastewater meter fees and tap fees A -24 Surety Bonds of the General Provisions is hereby all fees and charges levied by the and all other City fees, including as required by City_ Paragraph two (2) of Section B -3 -4 of the General Provisions is changed read as follows_ "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 o.• ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of The bond amount that exceeds ten percent (10%) of the Surety :ompany's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured 3,, any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the 7tate Board of Insurance as of the date of the last annual tatutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any viability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all he above requirements The insurer or reinsurer must be listed in he Federal Register holding certificates of authority on the =ate the bond was issued. A -25 Sales Tax Exemption (NOT USED) &cction B 6 22, Tax S,xcmption • c to Section A - SP (Revised 12/15/04) Page 10 of 24 r_he Texas Administrative Code, promulgated by the Comptroller of Public Accounts of Texas. If thc Centract r elects to t. - -- tax permits from thc State Comptroller. Identify in thc appropriate space on thc "Statement of Materials and Other Charges" in the proposal form the cost of materials physically ineerperated into thc Project. Provide resale certificates to suppliers. 4. Provide thc City with copies of material invoices to substantiate the propeoal value of materials. If the _ =• - elect to operate under a separated contract, he must pay for all Salec, Excise, £ubcontraetors also complies with thc above requirements. resale certificate to the subcontractor and the subcontractor, in turn, sa'o certificate to his supplier. The Centractor must issue a A -26 Supemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: En the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer revenants to mail prior written notice of cancellation or material ,hange to: 1. Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after he date the City Engineer requests that the Contractor sign the ContracL documents. Within thirty 00) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an Section A - SP (Revised 12/15/04) Page 11 of 24 additional insured .ender tt:e insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contract-1.ml liability insurance coverage obtained in accordance with ectu r B -6 -11 (ai of he Contract, the Contractor shall obtain an endorsement to this coverage stating: :contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and cold it and 'hem harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, `or or on account of any injury to any person, >> any death at any t_me resulting from such injury, or any damage to any property, which may arise or which may be alleged to have a isen out. of or it connection with the work covered by this ontract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or )ther fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims NOT USED Paragraph (a) Ccncral Liability of Section B 6 11 of thc General Provisions s ,,acs t , 1, Contractor must provide Builder's Rick or Installation Floater insurance coverage for the terra of thc Contract up to and including thc date the City finally accepts thc Floatew- coats necessary to procure .,uch Builder's Rick or Installation Floater insurance coverage, includng any deduetible. The City must be named Additional insured on any policies providing such insurance coverage. 11 A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform is obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years_ The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the ,ien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dared by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. Section A - SP (Revised 12/15/04) Page 12 of 24 A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in 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 City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: A list of the major components of the work; A list of the products to be incorporated into the Project; A schedule of values which specifies estimates of the cost for each major component of the work; A schedule of anticipated monthly payments for the Project duration. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such 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, Section A - SP (Revised 12/15/04) Page 13 of 24 The bidder must clearly demonstrate, to the satisfaction of the City engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible_ F list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure or the Contractor to comply with this provision constitutes a basis upon which to annul the Contract: pursuant to Section B -7 -13; A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre- construction conference; Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. Documentation as required by Special Provision A -35 -K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amemdad Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the Section A - SP (Revised 12/15/04) Page 14 of 24 ty Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans; referenced specifications, Standard Specifications, and General Provisions, in that )rder. A -35 City Water Facilities: Special Requirements (NOT USED) A. Vicitor /Contractor Orientation Prior to performing work at any City water facility, the City Water Department Personnel. Orientation Program A Visitor /Contractor Safety For additional information refer to Attachment 1. 44, --Opera trien-et—ci-t- y-owned--ikpaisment F=- thc City Water Department. other authorized maintenance employee of o11 times. The Contractor shall pretcet the evality of thc water in the job Bite and Shall ceerdinate it3 work with thc City Water Department to protect the quality of thc water. Section A - SP (Revised 12/15/04) Page 15 of 24 All materials and equipment used in the rcpair, reannembly, transportation, rcinstallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61 as described in the Standard Fpccifieatons iodiato1y prior Thc Contractor shall providc the Engineer with copics of written Z .1. could come into contact with potable water. Hndling-aad-Dispesal-of--Trash subcontractors, : • Z must bc containcd at all times at thc wa• ter shall kcep work areas clean at all times and remove all trash daily. Contractor's personnel must wear colored uniform ovcralls other than orange, • Contractor shall providc telephones for Contractor personnel. • , ; Z • • Working hours will bc 7:00 A.M. to 5:00 P.M., Monday thru Friday. Contractor must not use any City facility restrooms. Contractor must provide own sanitary facilities. All Contractor vehicles must bc parkcd at designated sitc, an designated by City Watcr Dcpartmcnt staff. All Contractor vehicles must bc clearly labeled with company namc. No private employee personnel must bc in company vehielcs. During- working houro, contractor employees must not lcavc the demoted construction er as directed by City Watcr Department personnel during emergency evacuation. 4- Contractor Qualifications SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any work to bc performed only by qualified technical and supervisory personncl, as determined by meeting the qualifications 1 thru 9 bclow. This work includes, but is not -1imitecto,--Amadifications, additions, changcs, nclections, furnishing, installing, connecting, programming, customizing, -debugging, calibrating, or placing in Section A - SP (Revised 12/15/04) Page 16 of 24 operation all hardware and/or these specifications. The-Contractor or his subcontractor proposing to perform the SCADA cork must be able to demonstrate the following: He and control system business, preferably as applied to the municipal water and wastewater industry. three prior projects. He has bcca actively engaged in the type ef werk specified herein for at least 5 years. He employs a Registered Professional Engineer, a Control £ystems Engineer, r an Electrical Engineer to supervise or perform the work required by this specifications. and implementing software proposed He maintains a service facility maintain, repair specified herein. 4--- He :hall furnish the specific computers, for the Contract. permanent, fully staffed and equipped within 400 miles of the Project site to , calibrate, and program the systems RTUE's, and equipment which is the product of one (imam practical extent. Where this is not practical, all equipment of a given typc will bc the 8 Prior performance at thc O. N. Stevens Water Treatment The Contractor shall produce all filled Out programming blocks required to shoe the pregramming ae- needed and required, to add these two systems to the existing City ECADA system. Attached is an example of thc required programming blocks which the City requires to be filled in and given-to- the City Engineer with all changes made during 4s not intended to show all ef the required sheets. The C ntractor will provide all programming bloeka used. Ir Trenching Requirements All trenching for Plant shall bc performed using a backhoc or hand digging duc to the number f existing underground obstructions. Ne trenching machines A -36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. Section A - SP (Revised 12/15/04) Page 17 of 24 Subn ttal Transrnitta 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 Contractor's Stamp. Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 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 ail on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project A -37 Amended "Arrangement and Charge for Water Furnished by the City" NOT USED 6 15 Arrangement igement and charge fer Water Furnished shed h} the City, add the €ellowing: "The Contractor must comply with the City of Carpus christi'c Water Cenocrvation and Drought Contingency Plan as amended (the "Plan "). This Section A - SP (Revised 12/15/04) Page 18 of 24 zclt�dc., i emerging- i+atcr conservation measures established for changing conditions_ The the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance (NOT USED) constitute final acceptance of the improvements under Cencral Provision B 8 4: A -40 Amendment to Section B -8 -6: Partial Estimates lenerai Provisions and Requirements for Municipal Construction Contracts Section B -8 -6- Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material suppl.er has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory NOT USED Pr wag an Ozone notify the day advisory has-been issued, wi 11 =net- -- be except for repairs. The City Engines= counted as a work day and the Contractor will be A -42 OSHA 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 jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or :.,ability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in -onnection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. Section A - SP (Revised 12/15/04) Page 19 of 24 The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees. attorneys. and agents from any and all damages, injury, or liability whatsoever ttrom a negligent act or omission of the city, its U`ficia'.. employees, attorneys. and agents that directly or indirectly :uses injury to an employee of the contractor, or any subcontractor, s 1pplier or maerialman. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum: the final drawings shall include the following: (l ) Horizontal and vertical dimensions due to substitutons'field changes. (2) Changes au equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions: and changes to scope of work. (5) Any other changes made. A -46 Disposal of Highly Chlorinated water (7/5/00) NOT USED The Contractor .,hall be re.,ponsib -lc for thc disposal of water uocd for testing, disinfccti n and line flushing in an approved manner. Contaminants in the water, particularly high level, of chleri-ne, w411 be used for of all regulatory agcnci.cs in-the diapesal of all water used in thc project. The methods of disposal shall be submitted to thc Cit -- - .. .,cparate pay fer dispeaal of highly tractor hall not use -the City's aasta/=y sew system tor disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) NOT USED propescd pipelines of the vertical and - - - Section A - SP (Revised 12/15/04) Page 20 of 24 pi pe -d .e- For existing pipclincs which parallel and arc within ten feet (10') of exiting pipclincs at a maximum of 300 feet O.C. and Contractor shall survey Contractor shal -- indicating - e approximate station -. • submit it to thc City for approval to thc pavement elevations of thc top of existing pipclincs. thereof, distance all his own survey work effort (no separate pay) A -49 Overhead Electrical Wires (7/5/00) ccntcrlic and for exploratory emeevat4efte- Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the Construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing verhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP &L and inform CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. lit shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended 'Maintenance Guaranty' (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts', B -8 -11 Maintenance Guaranty, add the following: The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity " A -5Q Kostoryz Road Line Rehabilitation Previous cleaning and televising of the Kostoryz Road line between MH 8723 and 8737 revealed several holes in the cast iron pipe upstream of MH 8738 and voids in the soil above the pipe. The remainder of the vitrified clay pipe segments are is good condition. Video tapes of the lines are available for review in the offices of the engineer by appointment. Based on the line c ondition, the following outlines the project approach: Section A - SP (Revised 12/15/04) Page 21 of 24 i. Restore access to M) 8738. This manhole is beneath the pavement and appears to have a steel plate over it. 2. Attempt to clean the cast iron pipe segment to a level acceptable for cured in place pipe rehabilitation. 3. Tf the cleaning is successful, proceed to rehabilitate the lines using < -"red in place pipe The cured in place liner is to be continuous Through MH 8738. 4. Once lined, the void area shall be filled with flowable fill pumped into the voids. 5. MH 8723 and 8737 shall be rehabbed by the fiberglass insert method. 6. MH 8738 shall be abandoned by filling with flowable fill and repairing the pavement. 7. In the event the cast iron pipe segment cannot be cleaned to a condition to accept cured in place liner, a point repair shall be initiated to repair the line to a condition acceptable for lining. The minimum Cured -In -Place Pipe (CIPP) thickness shall be: Diameter (inches) 12 15 Thickness (mm) E= 250,000 psi 9.48 E= 400,000 psi 8.11 11.86 10.14 Ns an alternate to the above approach, the line may be rehabilitated using pipe bursting methods from MH 8723 to MH 8737. The nominal line size of the new pipe shalt be 12" diameter. The contractor shall comply with the requirements of standard specification 027618. The contractor shall submit a plan including traffic control and handling of wastewater flows for approval. A -51 Re- routing of Traffic During Construction For each location, temporary traffic control plans have been provided in the drawings. The uses of these typical applications have been reviewed by TxDOT. Minor modifications may be required to conform to specific site conditions. Should the contractor desire to deviate from the provided traffic control details, it shall be the contractor's responsibility to provide revised .raffic control details prepared by an engineer registered in the State of Texas to the City Traffic Engineer and TXDOT for approval. The plans should be submitted for approval ':wo weeks in advance prior to its implementation. The Traffic Control Plan submittals should be on the standard 22" x 34" plan sheets and should be readable, legible, clean, proportionate and if possible to scale; and shall meet the City of Corpus Christi's "Uniform Barricading Standards and Practices" for the City roads, and the requirements of the Texas Department of Transportation ( TxDOT) for roads under the jurisdiction of the TxDOT. Any additional cost incurred due to preparation of a revised Traffic Control Plan shall be the Contractor's responsibility. No additional payment will be made. The contractor shall secure the necessary permit from the City's Traffic Department. Any cost associated with the implementation of Me traffic can rot elan shall be subsidiary to other items in the contract. Ph e majority of the Kostor,z Road work is within or adjacent to TxDOT right - of -way_ Before proceeding with work within any TxDOT right -of -way, the Contractor shall notify TxDOT using the attached "Notice of Proposed Work" form see Attachment II), and obtain a certificate of no objection from the East Nueces County TxDOT Maintenance Section Supervisor, Mr. Jim Jennings =Phone 289 -1400 Fax 289 -279) The form may be faxed to him for approval. Section A - SP (Revised 12/15/04) Page 22 of 24 A -52 Dewatering/ Well Pointing This item is considered subsidiary to the appropriate bid items or shall be measured by the linear feet of trench as described in Section A -4 where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is tc pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Bay. Testing of groundwater quality is to he performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a ease by case basis Prior to Pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857 -1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry o a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. Should well pointing be required, payment will be made at the contract unit price for Well Pointing as listed in the proposal. Payment will be made at the unit price per linear foot of header pipe installed. Payment shall be full compensation for all labor, materials, tolls and incidentals necessary to complete the installation operation and removal of the well point system. A -53 Bypass Pumping Operations Based on prior cleaning operations in the area, the lines in the project area are flowing approximately one -half full during average daily conditions. Bypassing pumping will be required in the event that the proposed wastewater flow control plans and details, as shown on Sheet 9 of the plans, are insufficient or not adequate for an unanticipated quantity of wastewater, it shall be the contractor's responsibility to design and submit for City approval a bypass pumping system plan, prior to its installation. The bypass pumping system shall be capable of handling the flow conditions at all times. The contractor shall neither anticipate nor expect assistance or advice from the City of Corpus Christi Wastewater Department staff /personnel, Section A - SP (Revised 12/15/04) Page 23 of 25 nd :hx11 be whol , responsible for the operation and maintenance of all bypass_; pumping :Systems and wastewater Flow control systems. a nu nimum, the bypass pumping system plan shall include: 1) Sze, type, and rating of pumps 2) Sze and type of inlet and discharge piping 3)Atproximate location (schematic) of bypass line routings if different han the recommended bypass line routings shown on the plans. 4)General arrangement /type of additional support equipment. 5)Traffi.c Contro' Flan to accommodate bypass system. Payment for bypass pumping operations will be made as listed in the proposal under Control of Wastewater Flows'. Payment will be made as Lump Sum. Section A - SP (Revised 12/15/04) Page 24 of 25 SUBMITTAL TRANSMITTAL FORM PROJECT: OSO TRUNK MIN MANHOLE REPAIR/ =PLACEMENT PHASE 2 AND KOSTORYZ ROAD WAMPUM* NAMEOLE/ LINE REEABILITATIOE; PROJECT No. 7357 OWNER: CITY OF CORPUS CHRISTI ENGINEER: HDR/ Shiner Moseley and Associates CONTRACTOR SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 24 of 24 !'eirtrt No. 1wey ( rnitrol Dcscnption of work: NOTICE OF PROPOSED-:NVOIU( Lotion Description: i.:ttlity Qwncr — By Title A ess 'exas Uepartmerit of Tra:spoitation affe sno ob iratron of then rxfi ce shout `be rnadepri to co -NOTE: l YEN hole '4halt be barra.aded 2 7e nght o way t 'tube r41ored tot i rtt8� OD 3 �e��tr0#r�at ar dtiior;al spec[Gatiorrs l1 traffic ntr 11 b ..LU accordat c with to voric yshacil epertment,xaf nspor�at 3IV; a t21 ail ye nl . e &rat Clean er Act' the "l att iira $ndan r ■5 { 'reservation AcV' °1his shall t clu 1e uc item a iuClYarrc3s) drrci a i eating graterty bird re PART C FEDERAL WAGE RATES AND REQUIREMENTS wt,cL LJ..O31 WCiuu.ils 1.`5 111 :111Cli l.Ci1. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1e) Has there been an initial decision in the matter? This can be: * an existing published wane determination General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision No. TX020039 State: TEXAS Construction Type: HEAVY County(ies : NUECES SAN PATRICI.O HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 06/13/2003 COUNTY(ies: NUECES SAN PATRICIO SUTX2052A 12/01/1987 CARPENTERS (Excluding Form Setting) CONCRETE FINISHER ELECTRICIAN LABORERS: Common Utility POWER EQUIPMENT OPERATORS: Backhoe Motor Grader Rates $ 9.05 7.56 13.37 5.64 7.68 9.21 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1`:.ii)) In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing WAGE DETERMINATION APPEALS PROCESS 1,1 Has there been an initial decision in the matter? This can be * an existing published wage determination * a survey underlying a wage determination httn• / /urww wrinl any / w1c1 /ceafi 1ec /rlavishaconfTX19.dvb Page 1 of 2 11/17/2006 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) 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 of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage 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 Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.? All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http:// www. wdol. gov/ wdoliscafiles /davisbacon/TX39.dvb Page 2 of 2 1 1 /17 /')A 1, A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 16TH day of JANUARY, 2007, by and between the CITY OF CORPUS CHRISTI of the County of Nueces State of Texas acting through its duly authorized City Manager termed in the Contract Documents as "City," and Jhabores Construction Co. Inc. termed in the Contract Documents as Contractor upon these terms, performable in Nueces County, Texas In consideration of the payment of $1,052,804.00 by City and other obligations of :it'.,- as set out herein, Contractor will construct and compete certain improvements described as follows: OSO TRUNK MAIN MANHOLE REPAIR /REPLACEMENT PHASE 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE /LINE REHABILITATION PROJECT NO. 7357 (TOTAL BASE BID`A' + TOTAL BASE BID`S': $1,052,804.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services labor and insurance as required by the attached Contract Documents, inc ;uding overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, clans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda. and related documents all of which constitute the contract for this project and are made a part hereof Agreement Page ; of 2 PROPOSAL BASE BID A- OSO TRUNK MAIN MANHOLE REPA TOTAL BASE BID "A" (Items Al through A10): Proposal Form $ 11 1,L.li. oc) ---T Ill IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) Al LS Mobilization, Demobilization, and Bonds, per Lump Sum. $ 1 m oos, $ 441866-06 $ 12 ap cl. e . o $ 1°a,200•oc A2 4 LS Complete demolition and removal of the existing brick manhole `stacks', existing vault roofs, vault sides and existing inverts, complete in place, per Lump Sum. A3 2 EA Concrete Manhole Support Foundation, complete in place, per Each. $ 1 b3h11.0d $ lc i152..00 $ 32., d Q . 04 A4 2 EA Special 7' Fiberglass Reinforced Plastic (FRP) Manhole, complete in place, including new invert, new frame and cover, cement stabilized backf ll, removal and replacement of pavemenVV pavement repairs, and any other Items required to produce a new manhole, per Each. $ \S 3CA. oD A5 EA Standard 4' DIA Fiberglass Reinforced Plastic Manhole, complete in place, including new invert, new frame and cover, cement staff backfill, removal and replacement of pavement/ pavement repairs, and any other items required to produce a new manhole, per Each. 3 • \oe. ®b \ot3c .o0 AS 1 EA Fiberglass Reinforced Plastic Rehabilitation of Existing Manhole, complete in place, as per City Standard Details, per Each. $ (311G$.bb $ %i 16 . oc A7 1 LS Control of Wastewater Flows, per Lump ; //,,- $ Sum. EA Trench Safety for Manholes, per Each. = 500.06 _ $ 1LSC •Cyr AS LS Traffic Control Measures, per Lum ° Sum. $ _ AlO 300 IF Weil Pointing, per Linear Foot. ; 5$•Oti S \-1-.\00•o 1 TOTAL BASE BID "A" (Items Al through A10): Proposal Form $ 11 1,L.li. oc) BASS AID A- ADDITIVE ALTERNATE "AA1 "- CURTIS CLARK DRIV • i !! 1 III 1 IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTE N (QTY X UNIT P CE IN FIGU S) AA1- 1 1 LS Mobilization, Demobilization, and Bonds, Per Lump Swn. $ 2.1961• bb $ ct gzA. 6 Q AA1- 2 1 LS Complete demolition and removal of the existing brick manhole `stack', existing vault roof, vault sides and existing invert, complete in place, per Lump Sum. $ 2"...06 $ C2sca.cut, AA1- 3 1 EA Concrete Manhole Support Foundation, complete in place, per Each. '5oop• bq $ 1.5- pap• p•CS AA1- 4 1 EA Special Fiberglass Reinforced Plastic R Manhole, complete in place, inc M, op, invert, new frame and cover, - 1 ,+ stabilized backfill, removal and 7anY : - of pavement► pavement • . L other items required to rehabilitated manhole, •T nt / $ -1 %5,0o•00 $ -7 1..d6. otj AA1- 5 1 EA Standard 4' DI • = • • s Reinforced Plastic Ma ; . -, - • , • : e in place, including A v new frame and cover, cement L.71 7. • backfIII, removal and pavement! pavement repairs, and ' items required to produce a new • • ' , per Each. $ 4,k>00•Q0, $ 30( eA•C)p $ 4S-1,60•05 • o0• $ S C8O. 66 AA1- 6 1 LS Co • ! • I of Wastewater Flows, per Lump m. AA1- 7 1 E Trench Safety for Manhole, Eh. , per ac $8500.00 $ 560.Oo AA1- 8 1 LS Traffic Control Measures, per Lump Sum. $ LS-00a®e.) $ 10o•CC� $ 1S00a•0Ca $ te000.04 [ A - 100 Weil Pointing, ng, per Linear Feet. TOTAL ADDITIVE ALTERNATE "AA1" (Items AA1 -1 through AA1 -9) : $ 2Bc, 0141 • ®C? Proposal Form HASE RZN A- ADDITIVZ ALTERNATE `•AA2 " - TOTAL ADDITIVE ALTERNATE '4AA2" (Items AA2 -1 through AA2 -9): $ Proposal Form it Ili IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTEN' sN (QTY X UNIT P: E IN FIGUR') AA2- 1 1 LS Mobilization, Demobilization, and Bonds, Lump Sum. 2744 61.• Ob $ $ 1 L t, . lei $ AA2- 2 2 LS Complete demolition and removal of the existing brick manhole `stack', existing vault roof, vault sides and existing invert, complete in place, per Lum • Sum. AA2- 3 1 EA Concrete Manhole Support Foundation, complete in place, per Each. i ' - 606.64a $ 3 © O 0 Ct0 0I AA2- 4 1 EA • -� 7 DIA Special Fiberglass Reinf • - (FRP) Manhole, complete in pla - g new invert, new frame and co , t stabilized bacldill, removal : • nt of pavement/ pavement w any other items required to L'IVI rehabilitated manhole, . $ 14 oco.. °? 4 p ts ®- C36 AA2- 5 1 EA 4'DIA • : Rein - • Plastic (FRP) Manhole, -. to place, , including new invert, _ d cover, cement stabs '108 " • removal and replacement of pa 41, vement repairs, and any other • ired to produce a new ma Each. $ S10,00. a y e $ 52 0 a 0- c c AA2- 6 • • I of Wastewater Flows, per Lump $ 006.6 t• $ o 0 CJ• 6G i . AA2- Trench Safety for Manhole, per Each. $12.50 44 $ 1•Za Ao • 0 AA2- 8 1 LS Traffic Control Measures, per Lump Sum. _ $ 1coc o• • $ iJc,ao• G® A - 140 ts Well Pointing, ng, Per Linear Feet. $ ca•••� $ I4ko ®o -�„ TOTAL ADDITIVE ALTERNATE '4AA2" (Items AA2 -1 through AA2 -9): $ Proposal Form BID L- ADDITIVE in - TOTAL ADDITIVE ALTERNATE "AA3- (Items AA3 -1 through AA3- 8):$����• Proposal Form - II �- - -- - ---- ∎ - -■■■• 111 ............ .rw IV wv aA p aMAMD DIVAM61 V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXT ION (QTY X UNIT ' ICE IN FI ' ES) AA3- 1 1 LS Mobilization, Demobilization, and Bonds, per Lump $um. $24,o1 4ot•06, .`" .. •- •60 $ 4.161•a0 $ i5oe)®• 6� AA3- 2 1 LS Complete demolition and removal of the existing brick manhole `stack', existing vault roof, vault sides and existing invert, complete in place, per Lump Sum. ) AA3- 3 1 EA Concrete Manhole Support Foun c o m p l e t e in place, per Each. $ •66 $ Z i,,,iik c L• bb AA3- 1 EA Special Fiberglass Rel • - (FRP) Manhole, complete In . '1" . ng new invert, new frame and - 4, - : t stabilized bac • r II, rem. and replacement of pavement/ • _ v = repairs, and any other • I • produce a rehabil ' ole, per Each. $ 12:10o. 00 $ %Z •7 C.c.. 0 b AA3- 5 1 LS Con � • astewater Flows, per Lump $ - 2060.04 $ 22.06(:)• 6fa. Su AA3- 3 EA rench Safety for Manhole, per Each. $ \ 2566 bt $ 12-S c. O CI AA3- Traffic Control Measures, per Lump Sum. 1 LF Well Pointi rg , per Linear Feet. $ iclot•od - $ 10000• do TOTAL ADDITIVE ALTERNATE "AA3- (Items AA3 -1 through AA3- 8):$����• Proposal Form PROPOSAL BASE BID B- KOSTORYZ ROAD WASTEWATER KANEOLE /LINE REHABILITATION I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) 81 Ls Mobilization, Demobilization, and Bonds, per Lump Sum. $ t<mbo.on $ Igo on . A o B2 LS Access Manhole 08738, per Lump Sum. $ 5t,00.Ob $ S-0 00.60 120 LF Clean Existing 12" Cast -Iron Sanitary Sewer Line, per Linear Foot. $ Zo.-ro s 24 tett 0 240 LF Cured -in -place Liner Rehabilitation of Existing 12" Vitrified Clay Pipe and Cast - Iron Pipe with Cured -in -place pipe insert, complete and in place per jdowfm& $ aoso $ 1S -324 . CEO B5 1 LF Cured -in -place Liner Rehabtlitatlon of Existing 15" Vitrified Clay Pipe, complete and in place per Linear Foot $ 105.g0 s 1 S-S mg"• C,O 50 CF Grout Voids outside pipe, complete and in place per Cubic Foot. $ I 5-0 .00 s 1 500.0 0 B7 2 EA Standard Fiberglass Reinforced Plastic (FRP) Manhole insert, complete in place, including new invert, new frame and cover, cement staff and backftll, removal d replacement of pavementf pavement repairs, and any other items required to produce 'a rehabilitated manhole, per Each. $ 32.000.0p s A,•O O • CS 6 B8 Ls Abandon Manhole #8738, per Lump Sum. $ e 1Soocc.oO $ 1S0 eo•0 e B9 Point repair, per Each. $ 3Saoo. $ 3t360 o •oa B10 20 LF Extra Length of Point Repair, per Linear $ 3Slop•oo $ - 10)000• o0 $ O 0®• 4 Q Foot. B11 Trench Safety for Point Repair, per Each. $ 50�4_9t.1_ B12 1 LS Control of Wastewater Flows, per Lump Sum. $ (Z000.bO Z 12.000.G0 B13 Ls Traffic Conbol Measures, per lum . sum TOTAL BASE BID "B" (Items B1 through B13): $ Proposal Form Z$ 329. o PROPOSAL ALTERNATE BID "BA1 "- LOSTORTZ ROAD WASTEWATER MANHOLE /LINE REHABILITATION w/ PIPE INSERTION (BURSTING) METHOD I II III 1---- IV v BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXT (QTY X UN FI SION RICE IN RES) BA1- 1 1 LS Mobilization, Demobilization, and Bonds, Per Lump �Im. $ , � 35a.r>b • .• O cS • o Zy $ 13 500•as BA1- 2 390 LF Pipe Insertion (Bursting) Rehabilitation of Existing 12" Vitrified Clay Pipe, 12" Cast- iron Pipe, and 15" Vitrified Clay Pipe, complete and in place per U BA1- 3 50 CF Grout Void outside pipe, . $ ASS. bit, $ 2.7-1 So c c BA1- 4 2 EA, Standard Fiberg -*info , . Plastic (FRP) Man a in place, including ag 1 .. , frame and cover, cement , removal and nt/ pavement repairs, and any . required to produce a reha manhole, per Each. $ 32.00c .00 $ GA 00a•ern BA1- 5 1 LS ndon Manhole 08738, per Lunn; Sum. $ 1 SS-00•11e4 $ % b0.4b BA1- s 1 Traffic Control Measures, per Lump Sum. $12Soa -cam $ \ZS7oo. oa BA1 1 LS Wastewater Bypass Operations, per Lump $Oa• pp $ 36=5-64t• -a'. Sum. TOTAL ALTERNATE BID "BA1" (Items BA1 -1 through BA1-7):$ 3S-11,1 ,0•C)( BID SUMMARY Total Base Bid "A" + Total Base Bid "B" -OR- Proposal Form $ 10S2810 The Contractor wi!l commence work within ten (10) calendar lays tram date they reeive written work order and will complete same within 150 CALENDAR DAYS after construction is begun. Should 'contractor default Contractor may be liable for liquidated damages as set forth Ln the Contact Documents. City wil pay Cont actor in current funds for performance of he contract in accordance with the Contract Documents as the work progresses Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary APPR AS TO LE By Asst, City Attorney 41: (If Corp. ation) (Sea B CITY OF CORPUS CHRISTI By:'' Cam. Ronald F Massey, Asst. Cit of Public Works and Utilities By: e«liP Angel scobar, P.E. Dire for of Engineering Services CONTRACTOR Jhab�bres Cons tru ion Co. Inc. By: (Note: If person - z*g or corpo, atioe is not President, attach copy of authorization to side) Alt \ _..:.�....:......'........ AtilFfttstyL. P.O. BOX 60089 (Address) CORPUS CHRISTI, TX 78466 (City) (State)(ZIP) 361/852 -8858 * 361/852 -7979 (Phone) (Fax) Agreement Page 2 of 2 P R O P O S A L F O R M F O R OSO TRUNK MAIN MANHOLE REPAIR/ REPLACEMENT PHASE 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE/ LINE REHABILITATION DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page ] of 11 P R O P O S A L Place: Date: -1,CLtNoe�12._ (0)2o0(4, Proposal of < [ lQ¢ re 4 }0�1G -r. f�_ • a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: OSO TRUNK MAIN MANHOLE REPAIR/ REPLACEMENT PHASE 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE/ LINE REHABILITATION at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit- Proposal Form PROPOSAL BABE BID A- OSO TRUNK MAIN MAN TOTAL BASE BID "A" (Items Al through A10): Proposal Form $ 11%,A-tc.oc> II Ill Iv v BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) Al 1 Mobilization, Demobilization, and Bonds, per Lump Sinn. $ 1Z— 000.o $ 41$66.0(2. = 12S►00 oc.oca $ )°11,200.00 A2 4 LS Complete demolition and removal of the existing brick manhole 'stacks', existing vault roofs, vault sides and existing inverts, complete in place, per Lump Sum. 2 EA Concrete Manhole Support Foundation, complete in place, per Each. $1 b3d1.0o $ 14A 1S2.0 • $ 32.1, o p . o 2 EA Special 7' Fiberglass Reinforced Plastic (FRP) Manhole, complete in place, including new invert, new frame and cover, cement stabilized backfin, removal and replacement of pavement/ pavement repairs, and any other items required to produce a new manhole, per Each. $ 1513o4. o0 A6 EA Standard 4' DIA Fiberglass Reinforced Plastic Manhole, complete In place, including new invert, new frame and cover, cement stabilized backlit, removal and replacement of pavement/ pavement repairs, and any other items required to produce a new manhole, per F,sah. 33\oi•ob koa3a3.00 A6 Fiberglass Reinforced Plastic Rehabilitation of Existing Manhole, complete in place, as per City Standard Details, per Each. $ (CO 168.bo $ (011 &srk . oo A7 1 LS Control of Wastewater Flows, per Lump ; ..60 60 E 4 ce 0d0•60 Sum. All EA Trench Safety for Manholes, per Each. 3.5Sop _ A9 LS Traffic Control Measures, per Lump Sum. $ US004 ■ r S _ Do o • C3 es Al0 300 Weil Pointing, per Linear Foot. $ 1 TOTAL BASE BID "A" (Items Al through A10): Proposal Form $ 11%,A-tc.oc> BASEL SID A- ADDITIVE ALTERi TB '"AA1"- TOTAL ADDITIVE ALTERNATE AA1 (Items AA1- 1 through AA1 -9): $ 28oevkii. Proposal Form 1 11 l 111 Iv v BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTE - ION (QTY X UNIT P" ICE IN FIGU - S) AA1- 1 1 LS Mobilization, Demobilization, and Bonds, per Lump Stan. $ 23 6t• b • $ _ . . AA1 _ 2 1 LS Complete demolition and removal of the existing brick manhole 'stack', existing vault roof, vault sides and existing invert, complete in place, per Lump Sum. $ ..O0 $ �ZSJc •ctit AA1- 3 1 EA Concrete Manhole Support Foundation, complete in place, per Each. f2, 5000• by $ t.� opp. czS-G AA1- 4 1 EA Special Fiberglass Reinforced P :., tile Manhole, complete in place, i invert, new frame and cover, - - w stabilized barckfill, remov 4, t of pavementl pavement ''' any other items required to , • ' 7 • rehabilitated manhole, • z $ 11500• tap $ -7 IS C,o • 0"C� AA1- 5 1 EA Standard 4' = 1 • • . ss Reinforced Plastic M : - • , • - e in place, Inc! new frame and cover, - , ,�r , bacidill, removal and rep •- pavement/ pavement repairs, and an • ' items required to produce a new ma • le, per Each. $ A &toa.ao $ 3ickEz.ex $ 4�Bc)o• oc, $ Cgor 66 AA1- 6 1 LS C C. . • 1 of Wastewater Flows, per Lump m. AA1 1 E Trench Safety for Manhole, per Each. $85oo•oq $ bS -60.00 AA1- 8 1 LS Traffic Control Measures ,per Lum • Sum. $ t�ooaao $ e�0oo -OC A - 100 LF Well Pointing, per Linear Feet. $ $ 100.Od t ®boo• 00 TOTAL ADDITIVE ALTERNATE AA1 (Items AA1- 1 through AA1 -9): $ 28oevkii. Proposal Form B$SE II I A- ADDITI1l! ALTSR ATE `"AA2 ° - ! II 1 III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTEN N (QTY X UNIT P E IN FIGUR ) AA2- 1 1 LS Mobilization, Demobilization, and Bonds, Per Lump Stem. $ Z6i 6l• bb $ 1 L 1.0'0 AA2- 2 2 LS Complete demolition and removal of the existing brick manhole `stack', existing vault roof, vault sides and existing invert, complete in place, per Lum • Sum. $ " :,.,.•Ole $ r C 1cC.•OCS AA2- 3 1 EA Concrete Manhole Support Foundation, complete in place, per Each. 1. - 000.66 $ 3®c tc. eh. ®-6 1 AA2- 4 1 EA Ur 7' DIA Special Fiberglass Rektf • � . (FRP) Manhole, complete in p . 'g new invert, new frame and - �' stabilized bsckfll, removal a • t of pavemenij pavement r -. '*`any other items required y . rehabilitated manh $ 00 $ 1 A)0 6 ® - 016, AA2- 5 1 EA 4'DIA Fibe Reinf • • = • Plastic (FRP) Manhole, . -te • Iace, , including new invert, , d cover, cement stabs j; removal and replacement of 114 ement repairs, and any o • fired to produce a new Each. '000. $ -- 52000• csb $ 52.0 0 0 • ot5 AA2- 6 1 LS Con • • of Wastewater Flows, per Lump $ ...10%. 0 C•Gb $ 30,06CI • 6G AA2- 7 1 EA Trench Safety for Manhole, per Each. $1 00.06 $ \°Z.ctz,p•0its AA2- 1 Traffic Control Measures, per Lump Sum. _ - 000.00 $ ti 5-00 (=,.. Gb 140 LF Well Points � , per Linear Feet. $ )c•e:••o4:::, $ 14A000 •oC. TOTAL ADDITIVE ALTERNATE "AA2"' (Items AA2 -1 through AA2 -9): $ 301vd ' OC Proposal Form HAS _ BID ,- ADDITIVE ALfTZRN 1 II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXT- ISION (QTY X UNI 'RICE IN FI • -ES) AA3- 1 1 LS Mobilization, Demobilization, and Bonds, per Lump Sum. $ -1.0• 24..t 4.4• da AA3- 2 1 LS Complete demolition and removal of the existing brick manhole `stack', existing vault roof, vault sides and existing Invert, complete in place, per Lumo Sum. D ` •6Q I , $ ISM AA3- 3 1 EA Concrete Manhole Support Fou complete in place, per Each. $21.1366•06 $ Z L.^ 0 tz. c 6 AA3- 4 1 EA Special iberglass Rein .. t (FRP) Manhole, complete In - • frog new invert, new and co cement stabilized . . 1, rem and replacement of pa ' - repairs, and any other i jq • ! '1 uce e • le, per Each. $ 121 Cot. co `72.-100.0 CS AA3- 5 1 LS Con • stewater Flows, per Lumo $, ?.oao•oa $ 2.20450• 04ra. m. AA3- 6 1 EA Tench Safety for Manhole, per Each. $\RS6&O� $ \ 'b0• Qp AA3- Traffic Control Measures, per Lum • Sum. $ ■ 4.... $ 2.a ®.. 4.- 100 Lf, Well Pointi per Linear Feet. . ,� $ 4aoo • s al, TOTAL ADDITIVE ALTERNATE '1AA3N (Items AA3 -1 through AA3 -8):$ `41°�1� :, Proposal Form PROPOSAL BASS BID B- AOSTORYZ ROAD WASTEWATER K NEOLE /LIMB REHABILITATION I II . III IV V r BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) B1 LS Mobilization, Demobilization, and Bonds, per Luna Sum. $ (S;cio -oil B2 �S Access Manhole #8738, per Lum • Sum. $ . o00.Ob $ �O06• l�0 B3 120 LF Clean Existing 12" Cast -Iron Sanitary Sewer Line, per Linear Foot. $ Zeo 70 240 IF Cured -in -place Liner Rehabilitation of Existing 12" Vitrified Clay Pipe and Cast- Iron Pipe with Cured -in -place pipe insert, complete and in place per Linear Foot. $ Soho $ 1 l� ��O• C�� 1 LF Cured-in-place 15" Clay ehab Rehabilitation of and Misplace per Linear oot�, complete $ 10g. O $ �'S�Z�• C�� 50 CF Grout Voids outside pipe, complete and in place per Cubic Foot. $ iSo.00 $ -100.00 B7 2 EA Standard Fiberglass Reinforced Plastic (FRP) Manhole insert, complete in place, including new invert, new frame and cover, cement sta�zed backfill, removal and l d replacement of pavement/ pavement repairs, and any other items required to produce a rehabilitated manhole, per Each. $ 32,000.4:41, $ // ,,�� (AiG00 • G b B8 LS Abandon Manhole 08738, per Luma Sum. $ _ IS-00044a $ 15ocQ• oe B9 EA Point repair, per Each. $ 3Saoo•oo $ 3ec.00•aa B10 20 LF Extra Length of Point Repair, per Linear $ 3500 •ao $ - 10,0c1.0. b b Foot. B11 EA Trench Safety for Point Repair, per Each. $ ,_ � JO • ao $ S-0 00 • b n B12 1 LS Control of Wastewater Flows, per Lump Sum. $ 1 46°0.60 $ 1 Z o b a• a 0 B13 LS Traffic Control Measures, per lump sum $ SC 0.00 $ 1 SS-o O - TOTAL BASE BID 93" (Items B1 through B13) : $ L p J �•� • O Proposal Form PROPOSAL ALTERNATE BID "BAl "- ZOSTORYZ ROAD WASTEWATER MANHOLE /LINE REHABILITATION w/ PIPE INSERTION (BURSTING) METHOD I . _ II 111 IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EX - SION (QTY X U 'RICE IN F ', RES) BA1- q LS Mobilization, Demobilization, and Bonds, per Lump Stun. sso tXaQ.O 5- �7 Cape) 6. O•. Cape) BA1- 2 390 LF Pipe insertion (Bursting) RehabiNtation of Existing 12" Vitrified Clay Pipe, 12" Cast- 1 iron Pipe, and 15" Vitrified Clay Pipe, I complete and in place per Linear F • • • 3SD.c>e $ 1340 oo. ea BA1- 3 50 CF Grout Voids outside pipe, s � ' s s ALS S. (lb Z21SCE.Oft, BA1- 4 2 EA Standard Fiberg , Plastic (FRP) Manhole .r - in place, including n inv frame and cover, cement .. • . KM, removal and of . ement/ pavement repairs, a it required to produce a manhole, per Each. s s 32000.0a GA oob.c c BA1- 5 1 LS ndon Manhole #8738, per Lump Sum. $ s 1 �540- pop. t oo • orb BA1- 6 S Traffic Control Measures, per Lump Sum. $12 766-vo $ 1Za60.. cro BA1 1 LS Wastewater Bypass Operations, per Lump ; Q04. 150. $ j46 bb • dC. Sum. TOTAL ALTERNATE BID "HAl" (Items BA1-1 through BA1 -7):$ 3311 , AZk BID SUMMARY Total Base Bid "A" + Total Base Bid "B" -OR- Total Base B Proposal Form s 1 c�soq • Qo The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten 1.0) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Nuaber of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within One Hundred Fifty (150) calendar days (Base Bid A plus Base Bid B OR Base Bid A plus 1ternate Bid "BA1 ). Thirty calendar days will be added for each of the Additive Altetnate Bids AA1, AA2, and AA3, as awarded from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. number): Receipt 3 he following addenda is acknowledged (addenda (SEAL - IF BIDDER IS a Corporation) Respectfully submi ed: Name: J r!5 rtmor. 12.4.,A.Cm. By: (SI Address: (p 00 4;NcLI ,(,P.O. Box) (Street) c'�SQ�nnabrt T ° UI (City) (State) (Zip) Telephone: ES 2.$ce.4�, ROTC: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Proposal Form (Revised August 2000) P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUECES § BOND NO. TX656909 KNOW ALL BY THESE PRESENTS: TEAT Jhabores Construction Co. Inc. of NUECES County, Texas, here l nafter cal led "Princ , pal ", and MERCHANTS BONDING COMPANY(MUTUAL) , a cc r-porat - )n orgarri ze.:i under he laws of the State of IOWA anal Tull autharized to d ; business in the State of Texas, hereinafter called "Suret;i ", are geld and firmly bound unto the �f Corpus Thrista, u municipal corporation of Nueces County, Texas, he reina ter called "C ty ", in the penal sum of ONE MILLION, FIFTY -TWO THOUSAND, EIGHT HUNDRED FOUR AND NO /100($1,052,804.00) -)O -,LARS, lawful mono y of thie United States, to be paid in Nueces r.t Texas, f he p,: imfr of wh ch sum well and truly to be rra e we inc ) rse_ ves, r heirs, executors, administrators and u cessc gnu se Tet 1l 17, `irmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the or „-ipa entered a'tc a :ertain contract with the City of Corpus isr, i, gated t.:--e 16TH o JANUARY, 2007, a copy of which is hereto dt _ached and made a .part hereof, for the construction of: OSO TRUNK MAIN MANHOLE REPAIR /REPLACEMENT PHASE 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE /LINE REHABILITATION PROJECT NO. 7357 (TOTAL EASE BID`A' + TOTAL BASE BID`B': $1,052,804.00) NOW, THEREFORE, if tre p_ncipal shall faithfully perform said work to accordance with the plans, specifications and contract document:-., including any : 'aanges, extensions, or guaranties, and if rhe Aran_:ipal shall repair and /or replace all defects due to faulty materials and /or woremansh_p that appear within a period of one (1) 'ear from the rxare ;f - omile- - -_on and acceptance of improvements by the 'ity, then th_ s ob = t i:.n sha 1 be void; otherwise to remain n f11 L _ :ice ano of ec:r PROVIDED FURTHER, that at any legal action be filed on this pond, venue shall lie in N eces County, Texas. And that said rety tor value received hereby stipulates that change, extension of r.me, alteration or addition to the terms f the contract, or -o the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of my such hange, extension of time, alteration or addition to the terms the ccrtract, or to the work to be performed thereunder. Pe. i _rmance Bona qe 1 PhLE bong Ls uiver -0 meet ie requirements of Article 5160, 2ivil .,:;tat'Ates c-±.. Texas, and other applicable statutes of tfle S-tale of Texas. The undersigned agent is hereby designated by the Surety nerein as the Agent Resident in Nueces County to whom any requisite ncces may be dell-ered und on whom service of process may be had ir matteIs arising out f such suretyship, as provided by Art. 7.19-L, Vernon's Texas Insurance Cole. IN WITNESS WHEREOF, -.his instrument is executed in 4 copies, each one of which shal be deemed an original, this the 2ND di/ f FEBRUARY , 20_ PRINCIPAL JHABO S, C3NSTRLC.141-InT , INC. 3y ;;;..3 //(1 1 tO1A/0 ide/ur Print Name & Tit ATT1ST Se etary cYLE Lc Print Name) SURETY MERCHANTS BONDING COMPANY(MUTUAL) /-i.n-fact Y.ARY ELLEN MDORE (Print Mime' The *riot the Sur•ty In Jig couzzty Texas, for del oii-Ce anj &•rrice§ of process is: Agency: SWANfNER & ,ORDoN INSURANCL AGENCY Contact Person: MARY ELLEN MOORE Address: Phone Number: P_C_ BOX B70 CRPT rHRTSTT, TEXAS 78403 361-683-1711 • MCTE: L-2"te 3: Perfoce F,ond mes be prior r- date of contract) (Revised 9/02) Peformance Bond Page 2 a 2 STATE OF TEXAS § COUNTY OF NUECES § P A Y M E N T B O N D BOND NO. TX656909 KNOW ALL BY THESE PRESENTS: THAT Jhabores Construction Co. Inc. of NUECES County, Texas, hereinafter called "Principal", and _MERCHANTS BONDING COMPANY(MUTUAL) a derporaeion organized under the laws of the State of IOWA and duly authorized to do business in the State of Texas, nereinaf`er called "Suretz" are neld and firmly bound unto the ::?y °_f Corpus Christi, a municipal ,corporation of Nueces County, "exas, t ereinaf per ealled "City", and unto all persons, firms and :crporati,ns supplying labor and materials in prosecution of the work referred in the al :_tacked contract, in the penal sum of ONE MILLION, FIFTY -TWO THOUSAND, EIGHT N+O/100($1,052,804.00) DOLLARS, lawful money tc be paid in well and truly administrators these presents: Nueces our t`,', Texas, for the to be made we bind ourselves, and su_cessors, jointly and HUNDRED FOUR AND of the United States, payment of which sum our heirs, executors, severally, firmly by THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the orinci.pai entered 1 to a :ertain contract with the City of Corpus hristi, dated the 16TH day JANUARY, 2007, a copy of which is neretc a -e ached and -;lade a part hereof, for the construction of: OSO TRUNK MAIN MANHOLE REPAIR /REPLACEMENT PHASE 2 AND KOSTORYZ ROAD WASTEWATER MANHOLE /LINE REHABILITATION PROJECT NO. 7357 (TOTAL BASE BID`A' + TOTAL BASE BID`S': $1,052,804.00) NOW, THEREFORE, it t Juries and make prom subcontractors, corpo rat i material in the prosecut ontract and any and al _or.tract that may here_naa `.o the surety is hereby phalli be oid; otherwise t e principal shall faithfully perform its t payment to all persons, firms, ,ns and claimants supplying labor and for of the work provided for in said July authorized modification of said =er: be made, notice of which modification expressly waived, then this obligation remain in full force and effect. PROVIDED FURTHER, tha= any legal action be filed upon this cord, venue shah: lie n Nueces County, Texas. And that said surety ffc value received hereby stipulates that no change, extension: of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, e:., a ;companying the same shall in Anywise affect is obl ig it i >n on this bond, and it does hereby naive nc ~ce of any such change, extension of time, alteration or Addition :o the teems c he c utr.-act, or to the work to be erfcrme thereunder ament 3cr ge h pone is d_ven la 'Neet tte requirements of Article 5160, Etatates o Texas, and other applicable statutes of he at of Texas. The erms "Cl3imant", "Labor" and "Material", as ased ierein are in .cc dance with and as defined in said AT' The undersigned agent s hereby designated by the Surety herein a the Agent Resident in Nueces County to whom any requisite aotices may be delivered and cn whom service of process may be had in matters arising out of sach suretyship, as provided by Art. '.19-I, bnon's Texas insl.rance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 2ND daY of FEBRUARY , 2 0 o _ PRINCIPAL 714?Rn r2c JNC. E:y: 4 „, /2 Print Name Title /-7-)6tJu SURETY MERCHANT RomnTmii CnMPANY(MiTTUAI) E 7 : Attorney7,iH-fact MARY ELLEN i 00RE rt NDme YIT Agency: ,l(JANTNER C,ORDON INSURANCE AGENCY Cenielty, Taxes, for Contact Person: MLP PTLrM MC)ORF Address: P.O. BOX 37( Phone Nhmber: niIRPTiq CHRIc,T1, TEXAS 78403 31 8133-1711 o: Paymefr Bond must nci bE z)rior 7C date of contract) (Revised 9/02) 1 yment :ond POWER OF ATTORNEY Merchants Bonding Company (Mutual) Nations Bonding Company Bond No, TX656909 KNOW ALL PERSONS BY THESE PRESENTS That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas ;herein collectively called the 'Companies"), and that the Companies do hereby make, constitute and appoint Lei' LeroN za. R M I_ee, Diann ITisenhauser. Mary Ellen Moore and/or Kristi Roberts of Corpus Christi and State of Texas their true and lawful Attomey -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of TWO N1ILLION ($2,000,000.00) DOLLARS and to bind 'he Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19. 2003. The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact. and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings. recognizances contracts of indemnity and other writings obligatory in the nature thereof. he signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company. such signature and seal when so used shall have the same force and effect as though manually fxed •Mtness Nhereof, the':ompanies nave caused this instrument to be signed and sealed this 1st day of September, 2004. •• \t+9 co•• •'pN....!..... ,•4.•.......M,;•. ••�.PPOgq. ,.. :�O tiPOg4.. • . ' • 4. • C. ..--. 2003 a: • ' 1933 --y. By • r • ti F : J6� `" • • •. STATE OF , OWA • ' • • • • • • „ • • President )UNTY DF POLK, ss MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY On this 1st day of Septemoer. 2004, before me appeareo Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. :n Testimony Whereof I have hereonte set my -and and affixed my 'Jfficial Seal at the City of Des Moines, Iowa, the day and year first above written STATE OF IOWA C,)UNT`' i1F POLK ss CINDY SMYTH Commission Number 173504 w My Commission Expires March 16, 2006 Notary Public, Polk County, Iowa I. William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies, which is still In full force and effect and has not been amended or revoked In :Vitness Whereof have hereunto set rry hand and affixed the seal of the Companies on leis 2ND • .••O\NG-Cpy • i'IBC 0 'C3 (9/04) ,oil.. iN0.. to,.�APOq'• q�0. -'2 O. • °'_ 2003 ,b: N �r • •00, 04 • P 0,9 ..1* . • • Z• 0 :3• • a' 1933 ,• .: • s'.. • ,r • day of FEBRUARY, 2007 Secretary Merchants Bonding Company Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. 0. Box 26720 Austin, TX 78755 -0720 (512) 343 -9033 City of Corpus with the City to applicable, an FIRM NAME \N (A \'j C1(.1 ,n4:,T. L. is CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS ti Ordinance 17112, as amended, requires all persons or firms seeking to do business ide the following information. Every question must be answered. If the question is not STREET: 4, -_ "" y CITY: . e s ZIP: 18A VV Ila FIRM is: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space Is necessary, please use the reverse side of this page or attach separate sheet. 1 State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) 2. State the names of each "officiar of the City of Corpus Christi having an "ownership interest' constituting 3% or more of the ownership in the above named "firm ". Name Title `rlQn� 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm" Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant' for the City of Corpus Christi who worked on any matter rented to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Consultant CERTIFICATE 1 certify that all information provided is true and correct as of the date of this statement, that 1 have not knowingly rthhelld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. \J Certifying Person: GM.SC-1 Core—%A. 612- I Title: V 1 C. t7 e (=1t: V. (Type or Print) Signature of Certifying Person: — Date € . 6 20O DEFINITIONS a. "Board Member ". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee ". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Finn ". Any entity operated for economic gain, whether professional, industrial or concibl and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self- employed person, prship, corporation, joint stock company, joint venture, receivership or trust and entMes which, for purposes of taxation, are treated as non -profit organizations. d. "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership interest ". Legs' or equitable interest, whether actually or constructively held, in a firm, Including when, suet interest is held through an agent, trust, estate or holding entity. "Coast tents iy of venture to holding or control established through voting trusts, proxies or partnership agreements. f. "Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form Page 11 of 11 ACURD CERTIFICATE OF LIABILITY INSURANCE as DATE (MMIODIYYYY) 02/15/07 'ROOMER 3wartner b< Gorcor Ins Agcy -CC P. C; Box 8"0 orpus Christi ^3 78403 -0870 Phone:361- 883 -1711 Fax:361- 844 -0101 INSURED Jhabores Construction Co., Inc RRocckBoHydrrooQExxcavation LLC x Corpus Christi TX 78466 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # !NSURER A Transcontinental insurance Co. 20486 LNSURER B. tat'1 Fire Ina. Co of Hartford 1 iNSURER C. Continental Casualty Company INSURER D American Cas. Co. of Reading INSURER E. Clarondon America Insurance Co COVERAGES TIE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ABOVE FOR THE POLICY RESPECT TO WHICH 10 At L THE TERMS, 1_1CVEFFEETNE DATE (MMIDDIYY) PERIOD INDICATED. THIS CERTIFICATE MAY EXCLUSIONS AND CONDITIONS `{5013 --e -r EREiI AnaN DATE (MMIDD/YY) NOTWITHSTANDING BE ISSUED OR OF SUCH 17 En sRD TYPB OF INSURAI10E —P POLICY NUMBER LIMITS :7 GENERAL L ASCII Y X : COMMERCIALGENERALLIABILT! - I CLAIMS MADE (X , OCCUR .J L_ 2091589454 08/06/06 08/06/07 1✓ EACH OCCURRENCE $1,000 000 DANI GETO-RL-N I Eu PREMISES(Eaaccurence) $ 100,000 MED EXP (My one person) $ 5 L 0 0 0 $ 1,000,000_ o l f 000J000 $ 2 , 000 , 000 PERSONAL dADVINJURY GENERAL AGGREGATE w !GENT AGGREGATE LIMIT APPLIES PET POLICY X JECOT IOC, PRODUCTS - COMP /OP AGG Emp Ben. COMBINED SINGLE LIMIT (EaaccidenI) v41,000,000. BODILY INJURY (Per person) 1,000,000 $ PL AUTOMOBILE LIABILITY __ X ANYAJTO j 2091364659 j ALL OWNED AUI -:)S ._1 SCHEDULED AUTOS X I HIRED AUTOS X NON -OWNED AU ? OS 08/06/06 08/06/07 VS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO _, AUTO ONLY - EA ACCIDENT $ FA ACC OTHER THAN ______________ AUTO ONLY: AGG $ — -- — _ $ C EXCESS/UMBRELLA LIABILITY , ! X OCCUR ] CLAIMSMADF DEDUCTIBLE ]X 1 RETENTION S 10, 000 2091364614 II 08/06/06 08/06/07 EACH OCCURRENCE „4-1,000,000 AGGREGATE $ 1s000,000 S $ $ H / r— t— WORKERS COMPENSATION AND I/ EMPLOYERS' LIABILITY 2091365696 ANY PROPRIETOWPARTNER!£XECUTIVE OFFICER/MEMBEREXCLUDED? WIyyes, describe und SPE(]AL PROV el SIGN$ belay. 08/06/06 08/06/07 ,WC JTATU• OTH• XTORY.LMITS__- .J_.ER_ E.L. EACH ACCIDENT _ ___ _—__ $500000 EL DISEASE - EA EMPLOYEE $ 500000 E L. DISEASE •POLICY LIMIT $ 500000 E OTHER Equipment Floater !DCT000008334 08/06/06 Leased/Reqtal j 08/06/07 Leased/ 150,000 Rental 1000 Ded DESCRIPTION OF OPERRRS I LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS Project: Oso Trunk Main Manhole Repair /Replacement Phase 2 and Kostoryz Road Wastewater Manhole /Line Rehabilitation - Project No. 7357 The City of Corpus Christi is named as Additional Insured on all General Liability and all Auto Liability policies. CERTIFICATE HO CANCELLATION City of Corpus Christi Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi TX 78469 C I CC —CC -9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE T E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 AYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY VINO UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AU MED ACORD 25 (2001108) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: VCOMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Corpus Christi /Department of Engineering Services 'l Attn: Contract Administrator P. 0 Box 9277 Corpus Christi, Texas 78469 -9277 (If no entry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Named Insured: Jhabores Construction Co Inc r Policy Number: 2091589454 / Effective Date of This Endorsement: Authorized Representative: 08/06/06 Name (Printed): R. M. Lee Title (Printed): Managing Partner GL20101185 ATTACHMENT 2 1 OF 2 TE 99 01B ADDITIONAL INSURED [his endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number 08/06/06 Named Insured 3habores Construction Co Inc f 2091364659 V xrlf Yt Countersigned b,� (Authorized Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 01B - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 ATTACHMENT 2 2 OF 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, we agree to mail prior written notice of cancellation or material change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi, TX 78469 -9277 Number of days advance notice: THIRTY (30) Named Insured: Jhabores Construction Co Inc Policy Number: 2091589454 Effective Date of This Endorsement: Authorized Representative: 08/06/06 Name (Printed): R. M. Lee Title (Printed): Managing Partner CG0205 (11/85) ATTACHMENT 3 1 OF 3 TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: I Endorsement Effective s 08/06/06 / Policy Number 2091364659 Named Insured IJhabores Construction Co Inc I _,,.,_ Countersigned }�^a r ' t r -, (Authorized Representative) .. l'HIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 Authorized Representative: Name (Printed): R. M. Lee Title (Printed): Managing Partner FORM TE0202A- CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November 1, 1987 ATTACHMENT 3 2 OF 3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY WC 42 06 01 INSURANCE POLICY (ED. 7 -85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3 A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Number of days advance notice: 30 V Z. Notice will be mailed to City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P O Box 9277 Corpus Christi, TX 78469 -9277 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 08/06/06 Policy No. 2091365696 'O Endorsement No. Insured Jhabores Construction Co Inc Insurance Company (Ed. 7 -84) Texas Mutual Countersigned Insurance Company By: Name (Printed): Title (Printed): Managing Partner Premium t R. M. Lee ATTACHMENT 3 3 OF 3