Loading...
HomeMy WebLinkAboutC2007-076 - 3/20/2007 - Approved2007-076 03/20/07 M2007-073 H & G Contractors S P C I A L PIZOVISIONS, P E C I C A T 1 0 N S A N 1) S 0 C 0 N T R A C T S A N D 3 0 N D F 0 R OLUS DRIVES PHASE 2 OLD BROWNSVILLE POAD TO BEAR !,AM ►US DRIVE* PHASE 3 S P T. D TO ROCKFORD ROAD Prepared BY: Naismith Engineering, Inc. 4501 Gollihar I'Mad Corpus Christi, Texas 78-111. Telephone 361/814-9900 Fax 361/814-4401 FOR DEPARTMEM OF' ENGINEERING SERVICES 17-IT7 OF CORPUS CHRISTI, TEXAS Phone: 361/880--3500 NG: 6275 &627(-) D*WTNIG NO, F!", got (,R(­:r sed 1- >_'91/06'- CLIFF MAUS DRIVE, PHASE 2 - OLD BROWNSVILLE ROAD TO BEAR LANE CLIFF MAUS DRIVE, PHASE 3 S.P.I.D TO ROCKFORD ROAD Table of Contents NOTICE TO BIDDERS (Revise? 7, 00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance RFquirem(,rnts NOTICE TO CONTRACTORS - D (R, . i s ed 7 i', i 0 0 Worker 3 (.)mpensar (orn overage For Building or Construction Pr,)je+_ is F(Ir Gover -ment (snt.iti 's P&RT A - SPECIAL PROVISIONS A Time end Plz.ce of 1,,eceiving Proposals /Pre -Bid Meeting A Def ini t ion.: and Ably ev i ,rations A- s Description; of Pro ?ct A -I Method of Award A - Items to b(r Subm tied with Proposa.1 A -b Time cf Completion,iJgnidated Damages A- Workers Compensat i -rn Insurance Coverage A- Faxed Propo: -sals A -` Acknowledgment of ,,ddenda A- 0 Wage Rates :Revised -7/5/00) A-11 Cooperation with P!:nl is Age-nci es (Revised 7/5/00) A-12 Maint enanc( -= of Ser- i.ce:s A- ii Area Access and Trri f f i 4 Contro i A -14 Construction+ Equipment 3pillagt� and Tracking A -15 Excavation -nd Rem(r;7als A- Ib Disposal /Sa;vage of Mater ials A -17 Field office, A -18 Schedule and Sequence Oti Construction A-19 Constx uct ion Staki::g A -20 Test .j ng and Certif ° -at ;)n A -'1 Project Sigris A -'2 Minor ity /Mi,iort y Bu:;frness Enterprise Participation Policy (Revised 1G 98) Arf3 inspE�4en 4eErdir-p� (NOT USED) A-14 Surety Bondi, A,) 5 - Sales rf- ate- - -Limits NO LONGER APPLICABLE (6/11/98) A- ­6 SuppJ Ementa i Insur -(ncc Requirements A- 7 -�pE rr ^'z�} �.t few n - r (NOT USisD) A -'8 Cons iderateons for f'onr_ract Award and Execution A -'9 Contr<:ctor' ; Field Adffi nistration Staff A -s0 Amended "Consideration of Contract" Requirements A -�l Amended Policy on extra Work and Change Orders A- 32 Amended "Ext.�cut i on :)f Contract" Requirements A- � Condit ions f Work Rev. 8/03 Page 1 of 5 A 34 Precedencc- of 'COnt � ac' Documei!ts Faei4zt des- ,tereei-a? .. RequireffieR -(NOT USED) A- _+ Other >ubm ttal' Revised 9/18/00) A Amended "Arrangement and Charge for Water Furnished by the City" A -48 Worker's Compensation Coverage for Building or Construction Projects fc r Gover =anent Entities �1 Aeeeptanee (NOT USED) A .1( Amendment- R Fl-6: p<,rtial Estimates A- ± Ozone Advi :,,)ry A- 12 OSHA Rules & Regulations A -43 Amended in (Jemrlific3tiOn & H01c Harmless (9/98) A-44 Change Orders (4/2,,/94) A -45 As- 1ki-It Dimension:; acid Drawirsgs (7/5/00) A-4F Disposal or Highly Chlorinated Water (7/5/00) A - -4'? Pre - Construction Exploratory Fxcavations (7/5/00) A -48 Overhead Ei2ctricai Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8 /24/00) A -50 Dewate,r ing PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS FART S - STANDARD SPECIFICATIONS 021; SITE AL :SESSM`PNTS 021 SITE PREPARA'iION 021020 Site Clearing & Stripping S5 021040: Sie Grad': rig 56 02 -' EAR'PHWC,PK 022020 Excavation & Backfill for Utilities & Sewers S9 022022 Tr,nch Saiety fot Excavations 022040 Street Excavation S10 022080 Embankment Sl} 022100 Se i ect Mat eri<cl S15 022420 S i t Fence S9% 02`: ROADWAY 0252.. SUBGRADES AND BASES 025210 Lime Stabl- ization S28 025222- Flexible Fiasco High Strength S24A 0254.. . .ASPHALTS kND SURFACES 025404 Asphalts, OiL.s, & Emus_sions S29 025412 Prime Coat S30 025424 Hot Mix A:phajt Concr-te Pavement S34 0250. _�,,OfXFETE GiORK 025608 Lnlets S6 025620 Concrete t_ urb b Guttei S52 025612 ='o.,cret(-_, c _dewalks & 11riveways S53 025614 Con crete 0.rb Ramps 0258. TRAFFIC CGNTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025805 Abbreviated Pavement Markings S101 025807 Pavement Markings (Painted) S45 025801) Tht rmoplast is ` "triping Rev. 8/03 Page /7 of 5 V z ��25802 Temporary raf_i._ Controls During Construction i2580 _5 Abbrevi3te�l Pavement Markings S101 .2580 -1 Pavement Kirk3 +r.�ls ;Pai rated) S45 25809 Thee, Wplas- is tr ipinq "25813 Preformed .traninq & Emblems 26 1TIL I P I E: !)262 .... .—GENERAL :)26201 Watttrline Zi=ser Assembly S79 026202 Hydrostati Testing of Pressure Systems S89 )26206 Duc'lile lr�,n Pipe & Fittings S81 )26210 PVC' Pipe AWWA 0900 & C905 S83 �26214 Gro +itinq Abandoned Utility Lines S3 0264_._...WATERLINES 026402 Water Pipe S88 )26404 Water Service Lines )26411 Gal-,> Valve= for Water_iroes S85 )26416 Fi r+ Hydra-,ts =86 (`27 SEWERS & DRAINAGE .)272.. ..GENERAL ?27202 Manholes Sb2 )27205 E'iberglass Manholes S58A )2'14 .. —STORM SEWERS o27402 Rei ifori -ec Concrete Pipe Culverts S60 0276. . ST +JRM SEWERS 027602 Gravity Sanitary Sewers S61 028 SITE IMPROVEMENTS & LANDSCAPING 02802() Erosion Cc -ntrol by Seeding S14 1030 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcinq Steel S42 (Includes Diagram) 037040 Epoxy Compounds S44 :138000 Concrete Structures S41 050 METALS 055420 Frames, Grates, Rings, & Covers S57020 100 SPECIAL SPECIFICATIONS 3-101 fnstallation cif Highway Traffic Signals S101 5 -101, Stt�el PedestaL Pole Assembly S107 3 -1238 Adjustable." ALtuninum Traffic Signals S123B S -131A PV' Jacke—d `; i,1nal Cable S131A PART T - TECHNICAL SPECIFICATIONS eogrid ReLrife)rcement 0931( �:oaeposite She L Cast. -in -Place Tactile War ninq Sr;rface Unit Rev. 8/03 Page s of 5 LIST OF DRAWINGS - Phase 2 & 3 ., _ y Typ' .n 1 �t reef.. :,F,'tii n,. (-'erte-at N tes 4 Summary of Quanti* ie- - P—ject Layout- it -l' Baseline Map Phase 2 6 Prciec t Layout ar -d Baseline Map Phase 3 Sheer- index Plan Phase 2 8 Sheer Index Plan Phase 3 9 Storm Water Base Map and Drainage Areas - Phase 2 It St c) Wate` Base Map and Drainage Areas - Phase 3 1!.. Water Systs,m Base Mal) Phase 2 1 Wat er Syst ,gym Base Map Phase 3 1 Wastewater System Base Map Phase 2 Wastewater System Bas.' Map - Phase 3 1 Gas System Base M.ip Phase 2 1.6 Gas system Base M. -jp - Phase 3 1. Demolition Plat: - Phase 2 1�3 Demo i lion Plan Phase :{ 1 {' Street: %Sto,+n Wate - Phase 2 .eta 1 +00 to Sta 5 +00 20 StreetlStoam Wate - Phase 2 :;ta 5 +00 to Sta 9 +50 2; StreetlStorm Wate Phase 2 Sta 9 +50 to Sta 14 +00 22 Street : /Storm Water phase 2 Sta 14 +00 to Sta 17 +90 2;� Storm Water - Phae;e 2 Sta 1 +00 to Sta 5 +00 24 Storm Water - Pha:;o 2 Sta 5 +00 to Sta 8 +27 2LI Storm Water Lar.erc s Phase , 26 Utilities Phase .1 Sta 1 +00 t�o Sta 5 +00 2? Utilities Phase d Sta 5+00 to Sta 9 +50 28 Utilities Phase Sta 9 +50 to Sta 14 +00 29 Utilities Phase 2 Sta 14 +00 to Sta 17 +90.63 30 Str(,e` %Storm Water - Phase 3 Sta 28 +05 to Sta 31 +50 31 Streer Storm Watec - Phase 3 Sta 31 +50 to Sta 36 +00 32 Street- iStorm Water Phase 3 Sta 36 +00 to Sta 40 +50 Al 3_s Strf�ex-IStorn Water - Phase 3 Sta 40 +50 to Sta 45 +00 34 Street'Storm Water - Phase 3 Sta 45 +00 to Sta 48 +00 35 Storm Water Laterals Phase 3 36 Utilities Plan and Profile - Phase 3 Sta 28 +05 to Sta 31 +50 3'! Utilities elan and Profile - Phase 3 Sta 31 +50 to Sta 36 +00 38 Utilities 1)Lan and Pro rtile - Phase 3 Sta 36 +00 to Sta 40 +50 39 Utilities Plan and Prot ile - Phase 3 Sta 40 +50 to Sta 45 +00 40 Uti1 -.tie; I` an and Profile - Phase 3 Sta 45 +00 to Sta 48 +00 41 Misceflanec,is Details 42 Storm Water Pollution Prevention Plan - phase 2 43 Storm Watet Pollution Prevention Plan - Phase 3 44 Si gnac e anci St r ip i tg P an - Phase ?_ 45 Si�lnac;E_ and Striping Pi in - Phase 3 46 Cit Y (t corpus �'hr a t i Standard Driveway Details � 47 Ci' -Y ct Coal >us C,hr sti Standard Driveway Details 48 City c Corf-us Chr sti Curb, Gutter and Sidewalk Details 49 city C) f Cot I,us sti Curb Ramp Details 49A City of Corf>us Chr -s,ti Curb Ramp Details 50- City of co11,us Chr,st_i Curb Ramp Details 51 City of Corpus Chr =:�ti Curb Ramp Details 52 City of Cori >us Chi, ti Storm Water Standard Details Rev. 8/03 Page 4 of 5 53 Cit} <,t Corc)us Chrstl Storm Water Standard Details 54 City of Corpus Christi Water Standard Details 55 City (4 Corpus Christ,, Water Standard Details 56 City of Corf )us Christi - Water Standard Details 57 City (4 Corpus Christ: Water Standard Details 58 City -c,f Corpus Christ Water Standard Details 59 City of Cor-irus Christi Sanitary Sewer Standard Details 60 City c•t Corpus Christi Sanitary Sewer Standard Details 61 City of Corpus Christi Sanitary Sewer Standard Details 62 City ., +. Corpus Christi Sanitary Sewer Standard Details 63 City cf C`orpus Christi Sanitary Sewer Standard Details 64, Traffic Con' roll Plrn Phase 2 Sequence 1, 2 -21) 65 Traffic Con,_roi PI�in - Phase 2 Sequence 1 and IA 66 Traff i c C'or.' rol- P1-in - Phase 3 Unit 1 67- Traffic Control Plan Phase 3 Unit 2 68 Traffic: Control Pl in Phase 3 Unit 3 69 Traffic Control P1 -11i - Typical Two -Lane Roadway Shoulder Closure 70 Traff.i< -or troI Flan 2 Lane Roadway Short/ Intermediate Term Usage 71 Traffic Corrf_roI P sin one -Lane Closure /4 -Lane Roadway Less than 2 Weeks 72 Permanent Pavement Marking Detail 73 Crosswalk Pavement Marking Detail 74 Traffic- Signal Head Mounting Detail 75 Traffic Sigr:al Polar Foundation 00,OTECHKICAL REPORT 1IDTICE PROPOSKL /DISCLOSURE STATEI+KNT PS"OFORWE BOND MYNENT BOND Rev. 8/03 Page 5 of 5 NOTICE TO BIDDERS NOTICE TO BIDDERS �eaied proposal., _iddrf, sed to the City of Corpus Christi, Texas for: CLIFF MAUS DRIVE, PHASE 2 - OLD BROfiNSVILLE ROAD TO BEAR LANE CLIFF MAUS DRIVE, PHASE 3 - S.P.I.D TO ROCKFORD ROAD Phase 2 .onsists c`_ widening C_.iff Maus Dr from the intersection of Bear Ln. to Old Brownsville- Rd. Phe coristructiOn includes site excavation, 8350 SY of 6" subgrade preparation, 8350 SY of 6" bass.. 7Ctti SY of 5 1-/2" HMAC, 3190 LF of curb and gutter, , -'04„ F f underground storm sewer; 1568 Le of 12" sanitary sewer and 1620 LF of 8" r,z�C w.3ter z i.ne, iii occoT iance w th the plans, specifi- cat ions and contract documents. Phase 3 <•(>nsists f widening Cliff Maus Dr. from Rockford Dr. to approximately 200 `eet north of South Padre Island Di The construction includes site excavation, 8275 3Y )f 6" c- ubgrade ,preparation, 864' SY of 6" base, ?475 SY of 5 112" HMAC, 3600 LF f .urb :ind gutter, 1624 LF Df inderground storm sewer, 1696 LF of 8" sanitary sewer ', 780 1;F of 8' PVC water,;­ , accordance with the plans, specifications and - ontrace aocumen The proposals w i L 1 be receives: at The off ce of the City Secretary until 2:00 p.m. Sri !! esdaty, February 14, 2007, and then publicly opened and read. Any bid received after ciasing time will be retur -red unopened. A pre -bi,_i meeting will be conducted by the city on Tuesday, January 30, 2007 at 10.00 ,RM in the Engineering Services Department Main Conference Room, which is located at City Hall, 3rd floor at 1201 Leopard Street, Corpus Christi, Texas, and wil, nclude a review of the project Scope. No additional or separate ,isi.tati -)ns will be conducted by *-he City, A bid bond in `he amount of 5% >f the highest amount bid must accompany each proposal. Failure to provide The -,id bond will constitute a non - responsive proposal whist-: w.ili not be considered. Fa lure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the lity as liquidated damages. Bidder's plan deposit is subject to mandatory yorfeiture to the City if biddinq documents are not returned to the City within two weeks of receipt of bi <is . 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 -Art goof condition within two weeks of bid date. Documents can be )bt.ai.rteri ->y mai' upon receipt of an additional ($10.00) which is a non- refundable post:ageihandling charq,�. The bidder is hereby notified that the owner has ascertained the wage rates which prevail Lr. the locality in which this work. is to be done and that such wage scale is set out ii the contract documents 3btainable at the office of the City Engineer and the ':ontractor 31ialt Pray not Less. than the wage rates so shown for each craft or type of "1- abore, " "wo- unan," or "mechanic" employed on this project. t'hf-e;'it.y reserve, the -fight t r_ ect an} or all bids, to waive irregularities and ro accept the b:<1 whic i, _n ttie (`ity's opinion, seems most advantageous to the City and, i_n the best nterest of ttte public_ C iTY (F' CORPUS CHRi ST L, TEXAS /s /'Angel R. Escobar, P.E. Director of Engineering Services ;'s/ Armando Chapa City Secretary -�Pti 1sec /5 /01) NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS F-'.- -v,sed May, 2006 4 Ceitif i gate •�:- insur,,nct, invI -cat ,'IQ pro>>f ( :f coverage in the following amounts is quir 'd: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates j PER OCCURRENCE / AGGREGATE Commerci,�i Gener i Liab?fir i?: lu. =[[cl 1 Ctwunerciai r )r[n Z Premises )pera+ ions; 3 Exp:osion and Co . lapse I <zza[ , t 4 Underground Haza:d 5 Products/ Completed Opexa-ti -i,: Hazard 6 . Contractual i,iab- 1ity 7 Broad Form Property Darnage 8. Independent i'ont * act ors 9. Personal Injury AUTOMOBILE LIABILITY - -OWNED NOtj -OWNED OR RENTED WORKERS' "OMPENSATTON EMPLOYER'- " LIABII.II "' EXCESS LIABILITY PROFESSIONAL POLLUTION tIABTLI`IY/ ENVIRONMENTAL IMPAIRMENT COVERAC >E Not .1 imited to sudden & accider * ai discharge; to include 1 ng -z er[r environmental Lmpar, Ea[ th(, di: po contaminants BUTLDF,RS t-TSK INSTALLA`C t�)N FLOAT 'P $2 000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT REQUIRED X NOT REQUIRED See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED $1.00,000 Combined Single Limit ee Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED Page 1 of 2 NOTICE TO CONTRACTORS - B The City of Corpus Christi atusr be named as an additional insured on all coverages except worker .-mpensat i on iah it -h ty coverage. 'T' he name of the Project must bc- listed under "description of operations" on each er r; fig ~ate of assurance r?oi each insurance overag- tslc �'ontr_actE,r shall obtain an endorsement to the appllcaY,le insuiiracc p liry, igned by the insurer, providing the City with thirty 3Ci day prix WZit en ot:ce of camel cation of or material change on any )verag( The provide to the City the other endorsements to insurance polioie r coverages which ar-, specified in section B -6 -11 or Special Provisions sect ; or: of he con'_ ray -r ompl(�t -d "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 .� of 2 r- NOTICE TO CONTRACTORS - B WORKER' -c CC:'FE_N'SATION COVERAGE FOR BUILDING OR CINSTRUCTION PROJECTS FOR G,-VE ??14ENT ENTITIES .etas law requires �eha :- 7.ost contr- ctors, subccntractors, and others _ roviding work or ser' wces for a City building or construction prc- ect rust he covered ID,,- worker's compensation insurance, authorized self -_:surance, of _n a0prcved worker's compensa`_ca coverage agreeme t. ven if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) t�- provide 1 of the 3 Forms of worker's compensation coverage, the it °.- will require suc.. coverage for all individuals providing work or -er * .°ices on ti is P - oje,_-t at any time, including during the maintenance guaranty perioc 'Motor carriers which are required to regis_e with the Texas Deparz7ent of Transportation under Texas Civil Statuzes Article 6675c and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not :-: o•vside 1 of the forms cf worker's compensation coverage. `T'h(:: Contractc.� agrees comply with all applicable provisions of `."exas Administrative Code Title 28, Section 110.110, a copy of whic attached and deemed _:corporated into the project contract. Please -.ote that. under section !10.110: i certain. Language lust be included in the Contractor's Contract with the amity and the Contractor's contracts with subcontractors and others providing services for the Proj ,act 2, the Contractcr s required to submit 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 Cont z:actoz i:- -equired to post the required notice at the lob site By this Contract the contractor certifies that .t will timely come:!-: ;_th these tiotice r;c: {'cntractors "B" requirements- NOTICE TO CONTRACTORS - e (Revises 1/13/98) Page 1 of 7 617198 Part 11. TEXAS ` ORKERS' COMPENSATION COMVIISSION Chapter 110. REQUER -ED NOTICES OF COVERAGE Subchapter B. EMPLOYER -NOTICES 110.110 Reoortina Rcouirements for Building or Construction Projects for Governmental Entities (a) 11c following words and terms, when used in this ruie, shalt have the following meanings, unless the context ciesrly indicates odd erwise. T enm not defined in this ruie shall have the meaning defined in the Texas Labor Code, it so defined. I;) Certuic: to of -overage t,c4r:iiic: tee- copy of a cer- ficate of =- surance, a certificate of autnonry to sca- insure :slued by the c ommissier., cr a workers' cemoensat;en coverage agreement (TWCC -8I, TWCC -62, TWCC -83, ur f7VCC -84), showing statutory workers' compensation insurance coverage for the person's or entitvs e:nnlo_yees t'iaciuding those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction -Has the mea_^.1112 defined in the Texas Labor Code, § 406.096(e)(I). (3) Contractor -- person bidding; for ar awarded a building or construction project by a governmental entity (4) Coverage -- Workers' coma_ ensation insurance meeting the statutory requirements of the Texas ,-abor Code, § 401- 011(44) (,5) Coverage agreement -A written aizreernent on form TWCC -o I, form TWCC -82, form 7WCC -S3. or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a reiationslup 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 or tie project -- includes :he tine from the beginning of work on the project until the .vom an the crD;evt has been (. npiete^ a.-:d accepted by the governmental entity. ?) Persons t r c,vl I ser<11 es ort the prole^ r "subcontractor" i:. 9 406.096 of the Act) - %Z ith the exception of Persons ext_iuded wider ;.ubsecuons (h) and (1) of this secuon, includes all persons or entities performng all o: pa of the services the contractor has undertaken to perform on the proles*., rt regardless o: whether that per son co ura�ed directly with the contractor and reQardIess of whether that person has emolovees. "T .Is includes but is not limited to indeoendent contractors, subcontractors. leasirnv, comcanies, rnoter canner o,, %mer- operators, employees of any such entity, or employees of any e�uty ft.:rssnsr,g Gersons to , (,rfo^r Se 'S on the proje- _ "Services" includes but is not limited NOTICE TO CONTRACTOas - - i Revised 1/13198) 817/98 ttL -%i wv SCE taC � .�,r' l/ :f/ I l 10 itI11 Page 2 of ? 1 L e,,.",Inn Poi! IITe'lt ^ :1 vl _ 2 c s. cr ding labor, tTa'ns0c :a::cn, or othe .._ ,rage : :. e -vices does not acti�...es un-ciated to the proier- _ • ,. .. ::Ch as _ °n?17C,. Zce StlCpty eltverieS. _ IIVeIZ' CI coraofe toilets_ t8 } P, c ° :.- L.cludes the �rc-,-islovl of all service :; re: ,ed to a cuU -1112 or construction can :Tact for a bj Prcti,a:rg or causinc to ce provided a certi.ncate of coverage pursuant to this rule is a eprese : :ra"c: by the =' u -ev ;hat all employees or :;,e insured who are providing services cn the prolec, cc-.,erec by workers, compensation coverage, that the coverage is based on IIroper reportiric of c :assmcation :.odes and payroll amounts, and that ail coverage agreements have been filed wi m nt th the apereenate insurance tamer or, in the case of a self - insured, with the commissions Division of Selo -J;-.S .:ra.-:ce R e2uiatior Providing false or nosier ding certiEcates of coverage, or :ailing to provide o+ malnEain required coverage, or failing to report any cHange that materially affects the provision of cc verage maN, subject the contractor or other person providing services on the project to administ- -cave penalties. °uninal penalties, civil T :enaities, or other civil actions. (c) A 2cv=— entai entity d-a: enters into a buildine or construc�=on contract on a project s,-:all: I ) Mciuse in the 'old specification:., all the provisions of parap -aph (7) of this subsection, using the language r eauired by paramph (7) of this subsecio:� (2) as part of t.`ie contract, using the language required by paragraph (7) of this subsection, require the coat c<<;r to perform as required in subsection (d) of this section; (3) obtain `cm the contractor a certificate of coverage for each person providing services on the project, , rior to that person beginning work on the project; (4) obtain ircm the contractor a new certificate of coverage showing extension of coverage: e A) before tie end of the c =ent coverage period, if t,!ie contractor's current certificate c- coverage shows that the coverage period ends during the duration of the vroiect; and (B) no ilter than seven days alter 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; s 51 retain ceZificates of coverage on file for the duration of the project and for three years thereafter, (5'i p,-ov-,tlie a copy cf the 1: riticate: ofcoverage to the commission upon request and to anv person ntltied = ;hem ov la %v: ar t T> use :::e iaz, -cage . o ,tamed a the foElounng Figure i for bid specincations and contracts_ •.Vithout any addir.enti wards or chances, except those required to accornmodate the specific document in which tr,, , 212 contained e to irnpc�se stricter standards of docume. ion: o(c)( !bl NOTICE TO CONTRACTCRS - 3 Revised 1/13/95) http I!,�wv cos state tx: u��t���' 4,�U? 10/E?1I IO.110 htrr+ Page 3 of 7 8l7/98 — `3 4 va v i A contractor sh --L-, provide coverage for its empicvees croviding services on a project, ; t;:e duration of the project used can proper reaor Ling of class; =c- -on codes and pa }Toil amounts a:--g =�: < of any coverage Qreements; provide a certificate of covera< ^e sowing workers' comvensation cover age to the governmental entity prior to beginnimiz work on • e ^roject; J) provide the govezunental enm-, , r ^or to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on i e contractor's current erti#cate of coverage ends durirg ine duratson of the project; (4) obtain from each person providing services on a project, and provide to ti:e governmental entity: (A) a certificate of coverage, prior to that person beginning work on the proiect, so the governmental entity wiH have on file certificates of coverage showing coverage for all **:sons providing services on .-.e project; and (B) no later than seven days after °eceipt 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 c> ?coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified snail or personal delivery, within ten days after the cmtractor 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 sate infotiuing 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 commission rules. This notice roust 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 tw provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENS?.TION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' comneasation insurance. i -�s includes persons provicitng, 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 festal requirement for coverage, to {verify whether your employer has provided the required coverage, �)r to report an employer's failure t( provide coverage " NOTICE :O CONTRACTORS - e tp: / /www sos.state tx.us/tac/28III1^ 10/ -B11 10_11O.htm P i Re aged 1 {13/98) age 4 of 7 8/*7/98 : ) c;. : :2c:uaily require tzcz hers m with -w or. : contraCS :c 7ro Ade services en a 2roject to: (A) provide coverage paged on proper reporting of classification codes and payroii am. ounts and filing of anv CJ�'erage atree^ er.s for ai �f i'.`; eTDlC�'eeS orovtan. se^ .'ices on the proper:. _or the duration of the proiect; (B) pr: �zde a ccrtinca :e coverage to the contractor prior to that person begirmk :work on the Yraje� : (C) inciuce in aii contras::, :o provide se74ces cr. the project :`:e ianguage in subse uen (e)(3) of this section, (D) provide the contracts. , prior to the end of coverage period, a new reruns::_- of coverage showing extension of coverage, if the coverage period shown on the current reruns to of coverage ends during the duration of the project; (E) obtain from each other person with whom is contracts, and provide to the comr—actor: (i) a certificate of coverage, prior ro the other person besimning work on the project; �_id (d) prior to the end of the coverage period, a new certificate of coverage showing ex-tension of the cove�ge period, if the coverage period shown on the current certificate of coverage ends during the dw-4on of the project; (F) retain all required cer-incates of coverage on file for the duration of the project and for one year therearter" (G) notify the governmental entity in writing by certified mail or personal delivery, v�ithin. ten days afterthe person knew or should have known, of any change that materially affects *,he provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contraes, to perform as required by subparagraphs (A)-" 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: (k) 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 c f coverage as required by its contract to provide services en the project, prior tn beginning work nn the project:. (3) have the following ianguage 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 contras: who will provide services on the project will be covered by wor>iers' compensation coverage NOTICE TO CONTRACTORS - B htt / /«-��U sos.state- tx.us,tac/28/P'1 JO/B11 I0.1 IO htrnl Revised ii_37 g /7/98 0 . Page 5 c € 7 or t .s v °ration of .-w protect, that the cc .erase will be -:sed on proper reporting of classification codes and payroll a :.punts, and that all cover age agreenierns -.viil be filed with the appropriate insurance carrier or, . the case of a self -ir cared, with the commission's Division of Self- Insurance Reizu.4tion. Providing false or misleading irfomnation may subject the contractor to administrative penuties, (. -.,-a ti.nal Fealties, civil penalties. or other civil ac-.:ons." '4) pro-vide 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 snowing extension of coverage., !the coverage period shown nn .h e certificate of coverage ends during the duration of the protect; (5) obtain from each oerson providing services on a project under contract to it, and provide as required by its contract (A) a certificate of coverage, prior to the otiner person beginning work on the prcjecx; 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 proje^; (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 knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agre-rnents 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 beginning 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 f the project; (E) obtain from each other person ..;rider contract to it to provide services on the project, and provide as required by its contract (1) a cetruficate 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. -x us/tac/28/TY 1 10/13/ 1 10 110 html NOTICE TO corrrxACTORS - e 8/7/98 Revised 1/13/981 Paqe 6 of 7 duration :_ i me contract: (F) retain all repuired cf coverage on file for the duration of .he project and for one year thereafter (G) notify the Qovernme ntai eriry in writing by cued mail or personal delivery, within ten days after the person knew or should have known, of any change that materaRy affects the provision of coverage of any person providing services on the project; and (H) contractually require each cc.-son with whore it contracts, to per -fo t as required by this - subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance 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 rsie is applicable for buiiding or construction contracts adve -ised 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, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement s 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 § 1 10.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. RetuLn to Section Index http: / /wzvw sos.state- tx.usitac/2S/II/'' IOB /110.110 html NOTICE TO CONTRACTORS - 8 Revised 1/13/981 gfl198 Page 7 of 7 PART A SPECIAL PROVISIONS CLIFF MAUS DRIVE: PHASE 2 - OLD BROWNSVILLE ROAD TO BEAR LANE And CLIFF MAUS DRIVE, PHASE 3 S.P.I.D TO ROCKFORD ROAD SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 PM on lfedneeday, February 14, 2007. Proposals mailed should be addressed in the following manner -� City of 'orpu Christ i City Secretar} 's off , ce .201 Leopard ztreet Corpus Christi, TexaE; 78401 ATTN: BID PROPOSAL - CLIFF MAUS DRIVE, PHASE 2 - OLD BROWNSVILLE ROAD TO BEAR And CLIFF MAUS DRIVE, PHASE 3 - S.P.I.D TO ROCICFORD ROAD A pre -bid meeting will be held on Tuesday, January 30, 2007 beginning at 10:00 AM. The pre -bid meeting will convene at Engineering Services Main Conference Room, 3rd Floor, City gall, 1201 Leopard Street, Corpus Christi, Texas, will be conducted by the City and will include a review of the project scope. No additional or separate visitations will be conducted by the City. A -2 definitions and Abbreviations Section B -1 of the General Previsions will govern. A -3 Description of Project Phase 2 consists of widening Ci.iff Maus Dr from the intersection of Bear Ln. to Old Brownsville Rd. The construction includes site excavation, 8350 SY of 6" subgrade preparation, 8350 SY of 6" base, 7025 SY of 5 1/2" HMAC, 3190 LF of curb and gutter, 2040 LF of underground,3torm sewer 1568 LF of 12" sanitary sewer and 1620 LF of 8" PVC waterline, In scco -iance with -he plans, specifications and contract documents. Phase 3 consists �r, wi,ien:ing t if t Maus D1 . from Rockford Dr. to approximately 200 feet north of South Pad1 -e Lsland D1 The construction includes site excavation, 8275 SY of 6" subgrade preparation, 864 SY of 6" base, 7475 SY of 5 1/2" HMAC, 3600 LF c;f curb and gutter, 1624 LF' of !lnderground storm sewer, 1696 LF of 8" sanitary sewer and 1780 LF of 3„ PV' waterii.l.e�, ;i accordance with the plans, specifications and contract document:-. Section A - SP (Revised 9/1.8/00) Page 1 of 22 A -4 Method of Award 1, rdd gill to =v�1 << ItC a ._�d �he `allowing order subject to the availability of funds: Tot -al Base Bid Phase 2 AND/OR Total Base Bid Prase 3 he -. it y nten< _ -,u,, rd the ; _ :7 owF � -t omb: nat ion of Total Base Bid Phase 2 and Total ss += Bi:t �has:� one or two contractors. the ."it eserv< the ight t reject an} or all bids, to waive irregularities and to accep; the bid whicr, iii tte, City's opinion, is most advantageous to the City and he t .`t intF,l ost he p ht A -5 Items to be Submitted with Proposal ' of : ?winq in _� r ei a _d 3_ _ �� .)e >ur)mi t ted with each proposal 1. 5% Bid Bond (Must reference Project Name as identified in the Proposal. A Bid Bond must be included with the proposal for Phase 2 and the proposal for Phase 3 3 (A (-ashier'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 of - ompletiOn will be 180 Calendar Days for Phase 2 and 180 Calendar Days fcr completion (i Phase 3. Should both phases be awarded to the same contract. ). , the F r o_;ec:r: will ;got exceed 360 Calendar Days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice to proceed from the Director of Engineering Services or designee ( "City Engineer "). :r eact alendar lav 'hat an wc,K remai:is incomplete after the time specified in 'Ie onr r pct f ;r .cTF : et .. i t t:e work or after such time period as extended ,ursuanr �o iieetinq the requirements of this Contract effe " "'ntract, $500 per calendar day will be ssesseo - ,gain -3� + ne ntra -tc a; guidated damages. Said liquidated damages are ;t ;mp, s d as a aEr.n �ty rut 1J:7 an estimate of the damages that the City will +ustai.n f=rom Betay in completi <>n of the we =rk, which damages by their nature are not f - apable precis -, PC.-,- f. The Di­(tor c.f Engineering Services (City Engineer) may < thhoL: and rc el,.ct i a�r ;r' s workers' compensation insurance - rom mci;iF>`- -,them ise due the Contractor the amount of _q u; 3. AaI .. dama es dae the �... A 7 Workers Compensation Insurance Coverage t : e r:ntrac, l _nsurance coverage for its employees w>rkng „� t_h _,iFC, i�- °ei;;in,ted or anceled for any reason, and replacement �rkers ` ompen>at si,_ a ­�rage iieetinq the requirements of this Contract effe etf-,"t_; c __;te )t Banc- e'_lation of the workers' compensation <i-)y (- )nt r actor employee not covered by the �:i re.,,.: )rk_c 1, T-1 ns age mils` not perform any work on the �t r :I, nt- uding and at ='.er the effective date of rmi ia* n o- xt i t �r.� i a�r ;r' s workers' compensation insurance ='' agE Project: int i 1 the date replacement Section A - SP (Revised 9/18/00) Page . of 22 workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract Such liquidated damages will accumulate without notice from the City Engineer =o the ::- ontractor anc will be assessed and paid even if the permitted time i -.:- rumple, -:e the Frc�j ec" has n• , a }_r>:ir-ed.. in accordance with other requirements of this Contract, the Contractor shall not permit subcontractors :;r other s t< work on the Project unless all such individuals working )r: the Pr< eject -ire -ova =.red by workers' compensation insurance and unless the required documertat:DT, -)f suet coverage has been provided to the Contractor and the "i.ty Engineer A -8 paxed Proposals Proposals faxed directly to taie C ty will be considered non- responsive. Proposals must contain original ignatu.es and guaranty and be submitted in accordance with :erection B 2 of the General Provisions. A -9 ,Vcknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal Failure to do so will be interpreted as non - receipt. Since addenda can have signif_ cant impact on the proposal, failure to acknowledge receipt, and a subsequent inrerpr.etation of non - receipt, could have an adverse effect when determininc the lowest responsible bidder. A -10 Wage Rates Revi.Fd 7;'110 labor preference and wage rates for Heavy Construction. in ease of ean€lie eat ast 9_ g�e Minimum Prevailing Wage Scales The Corpus Christi City- Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, (ar portion thereof, fox 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 cf all laborers, workmen, and mechanics employed by them in connection with the Project ana showing the actual wages paid to each worker. The Contractor wili make bi weekly certified payroll submittals to the City Engineer, The Contracto7 will also c)btain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer ri- weekly. (See section for Minority /Minority Business Enterprj.se Part_icipat;c)n Policy for additional requirements concerning the proper f-rm and (� natent of the payrol l submittals.) One and "ne -half ;121 imes floe specified hourly wage must be paid for all hours worked in excess ,-f 40 tiours ir; anY one week and for all hours worked on Sundays or holidays (See 'ectic:.2 B DeFmition of Terms, and Section B -7 -6, Working Hour ) A -11 Cooperation with Public Agencies Revised 7/5/00) The Contractor shat i coc,perate 4it.-, a Li pul lic and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48, hour nct_ice 10 any applicable agency when work is anticipated to proceed Section A - SP (Revised 9/18/00) Page 3 of 22 "I .e 11 r..inity , ! an.,, fa r I - y 1.v .king the DIG TESS at 1- 800 - 344 -8377, the Lone .;tar blot icat_i r omp,,ny :i- 801) 669 - 83.14, and the Southwestern Bell Locate Group 3t 1 -801. 344- r t re C . >: a(- tC) " 5 -on,venience, the following telephone jm.b- rs 4 ° e 1 J Encli, z?e !. Jir_t a:r: i . 3;00 )ntlac, eitt ( r) on ,�� i)n Pr �ct El a _:ee; fa X500 t r. t i < pprov r the City Engineer. Sewage or other Nas;nitt: E•:rulcneer �,n +.3, _s I lr, ;:ec , ��! fluned ver the streets or ground surface and t _ic; rnu Wi.ie Pi V .. 8H1 9900 ntac? Tr ..t `.ic Eit, ,i_::eer �pc.is,.:.1�ty 82 3540 - ,.,y reF i._r;;, relocations and adjustments to the Pc e Depa 'men' 88' -1911 Wafer Div.; _ ,; 8'-) 1 1 &,8c (826 -3140 after hours) 14 1..2wat «:_r :r_r­ °" ne, 8 (826 -3140 after hours) G epartm: 88- -6000 (885 -6900 after hours) St rrr; Ware mc,I 85' -1881 (826 -3140 after hours) Pa , & Pc -a' 1 3461 AF; 29) -4833 (693 -9444 after hours) Sc -,weste li- _ I)1: r, e. 38. -2600 (1 -- 800 - 824 -4424, after hours) Si .-, ii /1 1.2: ; 8 946 K-1-1960 _& ' -J s3:� 5000 (857 -5060 after hours) A(- 'Fib* 8H -9200 (Pager 800- 724 -3624) Cei try 7't 2 '214 -1169 (225/229 -3202 after hours) Ch::�;:eCcrr. :bo_ .)pt 88 __u767 (Pager 850 -2981) CA : =PC)CK r} ser �)E ,:i: ; 51 J935 -0958 (Mobile) Bi ks FA,­ (')n I- - !MAN'• ci /75.3 -4355 A -12 Haxnt®enance of Services �'r,c I on` ; .,ctor ';a : ike <i pr < _aution-s ir, protecting existing utilities, both -,bcve ar+ 3 belL;w or )unc; The , aw : i,qs show as much information as can be reasonably bta z ne,- from k , _ ° i x, as :r.r 3: ,wings, base maps, ut it ty records, etc. and from rniuch , eld w . i ;3 - Srm�I . t dE�� ,ed ne _ e scary for the construction of this type of prc:;ect wi.th _ ;_ +:-c the _c., -- i�; , an i nature of underground utilities, etc. However, The ac a ac _,nd cc>mi et_ttess or such information is not guaranteed. It is ie _'or, actor S « and omplete responsibility to locate such underground fatures :,ufficre -tty ;n advar.e ._i his operations to preclude damaging the existing l at ! 3;; It + e i'�� itract r ± eni, ounterr. utility services along the line of this i' him r,- r,r ,ib. t + t_c and�.nt<,iri the services in continuous operation at ern :,pens t t e : ­nt :�f :.)amage to Ands grc. rnd uti hies, whether shown in the drawings, the lntiact.:-. shat= make he _ =scary repairs o place the utilities back in service c ns' - :ct hec.r k is ::* e,,de i : >t no ncrease in the Contract price. All such eqr: ; rr,merV- � of the company or agency that owns the 4nexc ex, ,tin•3 sk,wetcs are er;: ur;r- -ed an are interfered with (i.e. broken, cut, ' c )w mu' z?e !. Jir_t a:r: i . :lcwage or other li quid must be handled by the )ntlac, eitt ( r) on ,�� i)n r t c-ie- sewers or by temporary pumping to a fa ry t r. t i < pprov r the City Engineer. Sewage or other cx, d n> I lr, ;:ec , ��! fluned ver the streets or ground surface and t _ic; rnu a : .. I eire dial ion that may result if sewage or other d ntac? Jrc;�,jru3 cur =ace. It ;s also the Contractor's �pc.is,.:.1�ty cc�:k as - ,.,y reF i._r;;, relocations and adjustments to the Y i t -,._; r,, rf ase in the Contract price. Materials "e lines must be provided by F ar- �to A -13 Area Access and Traffic Control rt l s ci -r t.r,jf I i , c.r rc Tie ,5u s mua- :)e ,jsed tc assure a safe condition and to .:•ide i sninimun -t , All weather access must be provided rmc., durir_g onstruction. The Contractor Section A - SP (Revised 9/18/00) Page 4 of 22 pi , i.de T�:c>r ar ve aye ar:d /or roads of approved material during wet Neat if ez 'he acts _ molt;'_ -i -i, r ' a (n a , t oc_kpile on the Project site to meet the iemarids �n� '_ -T atf,e: he ow ,ictot- n i - rlr regi i - rhedu to h; s operat ions so as to cause minimum adverse rrpact ccr,sit_iit f ad pining properties. This may include, but r;-t miteci 14, kin, ?r iv,,ways in ha] f widths, construction of temporary arrtp: , ne i ont - r,ctor sta ! i imp] v i it of Corpus Christi's Uniform Barricading an =+ar(i anc r s Jo.., - i by the City. Copies of this document are :va , 1 ab.i = thro lDr e° it s a f i - Enq i leering Department. The Contractor shall e nece ; -,ry r.rm. rn _,f 'it;.'s Traffic Engineering Department. - -H O S -x- -s 401 - '-+­=f4+­ - ei- rr=i-r! a -`, e e n s . deE - •Zr= ravTrQ3-a7r ; the e f e r e , n a di Fez fi,=r_ mafie Fiat rYr<y$.��r A -14 Construction Eguipaent Spillage and Tracking `'hre t'ant r actor, -rraL Keep thy; aci =;ping streets free of tracked and /or spilled material.; goi -)q a or from t,e onstruc *ion area. Hand labor and /or mechanical �qui pmerr must aye _is .c: whet <, - t ce- �,ary tr; keep these roadways clear of job- related r,elt r ia', Such 4 k M st rrip; e >t Foci w k:ai.; +: any increase in the Contract price. �ree�s : r.d curt: ne r:� ist the eared at ttre end of the work day or more frequently, nece, nary, ti ,revernt mat,,ia- from washing into the storm sewer system. No sib;e i< teri< ar ould t,r wa =t ed i.nt­ storm sewer is allowed to remain on the rcte-t -.re or -i� Di-,riq ;tr(its A -15 Excavation and Removals he excavated area_-, bei;ind ...-bs inc, adjacent to sidewalks and driveways must be `i]led ,vi.rh "cs r.�r" ti rt.. "F!earl " dirt is defined as dirt that is capable of lrnvLAinc..a goon rc-wt: of ara:; when app[ ed with seed /sod and fertilizer. The dirt must be free o Jebrir, cal :-tie, asphalt, concrete and any other material that detract: ?rom ippeirance hampers t t e growth of grass. .,i ­Xisting con ~E =te -nd asp}.rlt ithin the limits of the Project must be removed =rs 9 ? arwi to", ecF s: -;ary rcrtOVa i inc [ua,ng t,ut net limited to pipe, driveways, sidewalks, etc., a— to be :�onsi_'ered subsidiary t, the bid item for "Street Excavation "; herefor , no d_­­_­-_ p,7ymernt �,. ] ! t�(- made tc) -- nntractor_ A -16 DiLsposal /Salvage of Materials rlxcesa xi ava'_e., T,at ei .ai . ;r ,ke alpha i t concrete, broken culverts and other jnwanted *r,ater i.jl t,e,�orr�es t he proffer ly of the Contractor and must be removed from F �t�. ..fy thF �n�r cter. Iht ost r:,' 311 hauling is considered subsidiary; he?:e`oi- no c.. •,. r T ���1iic�r- �. ; ,__e. made, t�'l -Mont Tact or. A -17 Field Office r.e _ont -actor ra t- t r:r n1 s h t',, ' _ r -y Engineer or his representative with a field lfic,� a! the ca,: ,,r_t.c nor: 'r(= fielcr oftice must contain at least 120 square ee_ 'A °_­ >pace. 'he !ire t t t ce mut,t be air- conditioned and heated and must w i - .1 in cl i -ied , ac: , e t hat measures at least 30" x 60" and two (2 ) tia it 3. The Cc:nr , i, to 5-,ha 1 l rove t tie fie l d office on the site as required by the ity Eny 1.eer DI tis epresertat:,.e. The field office must be furnished with a 2lephone (with r­!, per cia; a!,,- wering service) and FAX machine paid for by the �n ° -r ict: r The; i sek „ir - � e n ry tF,m fcr the field office. Section n - SP (Revised 9/18/DO) Page 5 of 22 A -18 Schedule and Sequence of Construction "he oni actor a l =nbmi- the City Engineer a work plan based only on calendar n_ pig is' 'etai to lindule of work and must be submitted to the City u r r ee t Way, .- h -, It � k days pr wr to the pre- construction meeting. W, r laz rust i _ at, my � -- f thy: f l lowing work items: In,t__ial Sct_c -du,e n"Umi Le Cit Engineer three (3) days prior to the Pre- - - - C< - - truct_ � Mee- _no ,n W ,�z .. :gin 'ru - :tion Progress Schedule for review. Items to 1 __:lade : 3h .v Omplet" sequence of construction by activity, id nr,i.fying Wor i of - sep;_we stages and other I"gically grouped activities. Ide i ify ' ' r w . . lay 1 eacl week. submittal Ml en Kbmitt,o dares required for all submittals. -. y Re -ubmis :.;z v •e- -iibmit as required by the City Engineer. Peri :_>dic tlx.ate: Submit 1pmn! -ed Construction Progress Schedule to show actual pr egress n' E a1 h stage V, pni centagn against Lni t ial Schedule. AA =19 Construction Stakes The drawings dep_�t _nes, n. open, grades, sections, measurements, bench marks, ;aselinP3 etc, tyat ­e n rm, ly required to construct a project of this nature. The maj_t convr7 is ano bench ;arkA required for setting up a project, if not shown n the c:rawing.s, w i l l ' -e f r _,v Jec icy the A/E Consultant. F1 < at r :3e er- st�a�r f+rr.ti=; �1 TAT ;. -lames and iteaserefaents neeessar-y -€ez If=, aura :aq eonstructiu;l, vt ,- necessary to disturb or destroy a control point or ^erect ma:~ !h, the Contra: tor sh,il I yovide 'he City or Consultant Project Engineer 48 ours nu ce 3o that a ternaw control po ints can be established at no cost to the 'ortracr,;. Con trc1 pe nts or ben h mark; damaged as a result of the Contractor's AegligeD -_- will :v- re' itcred ' Y cit % " Consultant Project Engineer at the - Xpense thee r.- -r -an, or f, for 4hatever reascz , r, r: ne4"ssary 'o deviate from proposed line and grade to rcperl, execute ihe w, A, the Cont ractor shail obtain approval of the City Engineer rior ty ieviatzcr in in- op!nion of the City or Consultant Project Engineer, ' ne r equ i ; ed de v i ni- i.nr: wo- ; d ­ c e state - revision to the drawings, the Contractor nail pr n ide Hsu: > r° .- _I meat;, reme - *s as r pqu_ red for the City or Consultant Project r'lu1r:•P_e ' r "V?r. thr dT "- x�il;.. , ''he Font- :_actor ;ha11 t_e in ci re=.erence ..i1_ valves and manholes, both existing and ropcse {z. for We purp, se Atu_l try v,,a.ves and manholes at the completion of the nav i r g F -r nesA . 3 __ , he "I _nqai t ant Project. Engineer may require that the ;rt :racr fu -n1 -t- a M,ximam e t.4 Ier cannel for the purpose of assisting the ortiac— „ sha =1 .,.re n t-_.�. A. antablinL the boundaries of the drainage , -asenent _. for t:-,- Mai, 1 nr A. improvyments. ,he (only actor ha , l I ov i de is _t l l owi_r a ,_ erti ficati on for documentation and °eri'ica,. on of compii..nce wi a too Contract Documents, plans and specifications. Said comp :iance certif cat_ n sha 1 he provided and prepared by a Third Party .ndepend"nt Reegistar.ecl Profes:soral Land Survey (R_P.L.S.) licensed in the state Af Texa_; retained and paid by he 7ant.ractor The Third Party R.P.L.S. shall be zppr_ :vex; :y the 1, y E � icr -> Sri 4 irk. Any discrepancies shall be noted by the Phi 7 -= P y S -1r. -y r_ � d V ini,,­e n any regulatory permits. Section A - SP (Revised 9/18/00) Page 6 of 22 Folk !tq r th,_ rri,:im-m >!:'hedt;lle of documentation required: • L c re t- .i r, ai paint T 1_ -11(jency/i)Ojnt of circumference • ucb r,d giiti_�- 1,,ne both sides of street on a 200' interval; • 3f­ee* rowns 4 00' ntf­rv­ .and a all. intersections. was-lewat­: _r n v V T_ i T11" I lt I,; l es t e_rsecl t L i,-:es ir:, rl_.nh( _es; • 'mint; elevat : n's top of f rpe and f I ()w line) (TXDOT and PR permits) water __ • Al L t,,f, of va L jes nt x; • Valves vaults -im, • :-asinn elevat ) )ns ('_op of x, pe and flow 1 i ne) (TXDOT and RR permits) t o r mwat r • All r:m/inver- elev,tions manholes; a.!Jersect ing Li7:es in r,anhc.1_es; • e wa.3ins­ elevat ; ins (top of I ape :,rid flow -ine) (TXDOT and RR permits) A-20 Testing and Certification Ali tests required under this -tent must be done by a recognized testing laboratory -;el,�cf-ed !>y the ty Engineer. The cost of the laboratory testing will be borne by the ''i.tv in tht evert that my test fails, that test must be done over after k, crce;-ti measures been .aker1, and ',r,,e cost of retesting will be borne by the (',-DrltraCt, i and de,hjc-(­.: from the r,avmerit to the Contractor. "'he Contractor mu3, rr­iide a!' ar�plicabl(­ certifications to the City Engineer. A-21 Project Signs The '--ontactoi mi'15,. ru-.nish lai..4 ir,.3tail two 12) Project: signs as indicated on the i o 1 1 o w i ri a Jrawi i og :-3 . �At_t_achmer T .t 1) he siqns must be installed before construction I heg,ns arsa will. be maintained rhr',-_,uqhout the Project period by the Contractor. The ic.cati-ori cif the ­tins ill he iet_�rmined n the field by the City Engineer. A-22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) po : "Y It i ; the ,t),; icy of the 'it / of Corpus Christi that maximum opportunity is aff •)--ded s, wom( !, and Minority Business Enterprises to participate in the performance (­ contracts awarded by the City of Corpus Christi in support of Equal EmpLoymer,L Opportunity goa-iE and objectives of the Affirmative Action Po': ,,,y Statement I t, ' e 'Lty fated October, 1989, and any amendments thereto. In �i� -cordari( P wit n si.::h poi i -y, th( City has established goals, as stated peril 'or i�tinor i, ar, female partIcipatic,ri by trade and for Minority er- n, botl� Bu :.iess e Del �. Prime :_ollt" a ct c I any person, firm, partnership, corporation, assoc I i r, r 1 A'Jle as herein provided which has been awarded a t. Sub cor_ tract ; Aj. 'Imed rsOn' firm, partnership, corporation, rl S S Cr,, or t. " )t lire is tiprein identified as providing work, ab�-, r - - V " es upp I i equ i pment , materials or any combination of the for-q< I u": ier ra, with -- prime contractor on a City contract. Section A - S11 (Revised 9/18/00) Page _,' of 22 Minor -tr business L tei. rise: A business enterprise that is owned and :_ontrc' led k- cre> me-P mincrity person(s). Minority persons include Bla.kn, Hex- an Amy. ic,iA and nhei persons of Hispanic origin, American fndian: 1i-skar oal- m-ntr. , and Asians or Pacific Islanders. For the pu.rpc -.e .f [hi, Wr an, wor,en are also considered as minorities. Minis .:er -or; PiJect vely own, operate and /or actively manage, and _ , p:,,w s ,m suer an enterprise in the manner hereinafter et or par- nersfip .-,tc,es's are owned by one or more women, or a corporation - at _-as` 11 0% F ;5os- assets or interests in the corporate shares are owne r Cr n: - _ Fcr y )A oroprictorship to be deemed a minority business pers vs, portnersh.os, ent-ry _se it mus, ho owned by a minority person. le r;usiness activity which is limited in scope and K 37 yn . r,.r i se io i ng business as a partnership, at least MBS Kcal oaAnnl ex 1 it t i,.- assets ni interest in the partnership property e the .a�rk t.o be performed by the joint venture. mnn' P nw ,ej by ne r more minority person(s) . wolf - . _. st i ar - F- a, n� = rprisp Acing business as a corporation, at least hn°: ej equ valent i =) having minority participation in 57 A . i._, asset: or interest in the corporate shares must el-n. bt w. A i, no r move minority person(s). 2. nl of "'he arrmarl pcmer, drrect or indirect, to manage a business ent -pli ost_7 4ith a minority person(s). j. 3hai - -: in Pa lmenn: Mine ity pa,7ners, proprietor or stockholders, of the enterprise, is - :e Cnsw Mal oe, must be entitled to receive 51.0% or more of +_to t:- -.-._ orc;its, konuses, dividends, interest payments, -x mm Ss: 41> c,ksultinq fees, rents, procurement, and subcontract oal- m-ntr. , i : 4her monptary distribution paid by the business -vte pi ', -- d. Minority: ee def Ait an under Minority Business Enterprise. e. Female Owned Business `gnte; rise: A sole proprietorship that is owned and cntroi ed by wcman, a partnership at least 51.0% of whose assets or par- nersfip .-,tc,es's are owned by one or more women, or a corporation - at _-as` 11 0% F ;5os- assets or interests in the corporate shares are owne r Cr n: - _ W "men - f Joint venture: A jo�m vent -ire means an association of two or more pers vs, portnersh.os, .orpora ~ions, or any combination thereof, founded to ca? -. y �A a sin le r;usiness activity which is limited in scope and director. The de_arec to which a joint venture may satisfy the stated MBS Kcal oaAnnl ex :eec- _he proportionate interest of the MBE as a member of the ;(in +. r.t0 e the .a�rk t.o be performed by the joint venture. For nmpl: - i t - -rt:5re ohich is to perform 50.0% of the contract wolf - . _. st i ar - wr A i minor ty ant venture partner has a 50.0°% _nr s E , m r— hn°: ej equ valent i =) having minority participation in 5 ; t t o an i ; r i t Y members of • he joint venture must have el-n. na: l ., a! , "T t =chn rr`a _ ;kills in the work to be per r men _ + /entu: Section A - SP (Revised 9/18/00) Page 8 of 22 'JO a 1 a. The q(,yls or pa t_ rpatiorr by minorities and Minority Business Enterx.r..ses rxpress=d percentage terms for the Contractor's aggregate work n :1: tFIc- i:n work for the Contract award are as foi1 Minority Par-*_icipat.t on Minority Business Enterprise +Percent) 1_101`� Participation (Percent) de! 45� lit .ration 15% b. Thesc :.gals rre ap�:ic.t; e tc; i11 the construction work (regardless of federt; pa- °= ;cipa * n: c <,rformed in the Contract, including approved char:GE- raE: },r ho: ,s of minority employment must be substantially uni t c r r, hr, tgf.c,tJ he ongth : f ?_he Contract and in each trade. The trans;F,: mir.;t >u - of c;ye. from Contractor to Contractor or from proieet ro- ;,:.t fog to ; ie purpose of meeting the Contractor's r('; -y )mpany's capital and surplus with re: -irer u; rt �omr!iance r u g i r� s in the State of Texas. The amount_ J b i :�i .� a. Upon c(mplet on of he ?rojec-t, a final breakdown of MBE participation, substartiatc-:i by c,;pie_; of paid invoices, shall be submitted by the Contra -(' _r thF, C'_ty =ndi- Weer The ra os shall make ,). weekly payroll submittals to the City Enginee? . V­= Cont ict<;r is t> indicate the percent of minority and femalE partr-ip3 io ,, b7 trade, which has been utilized on the Project. Along Witt ''rte fqu --3 t I cr final payment on the Project, the Contractor will .ncicat,_, in w= rii�. the Overall participation in these areas which have t)cren a•_hieved 'tic City Engineer may withhold monthly or final payment; to he °on rac --car for failure to submit bi- weekly payrolls in a timet; last- on ;,(omit (overall participation information as req,ait +� -v -se t (NOT USED) ?# =teeter- �f 1 .tr- •strr« _x f�<� 3f -prrT, -� -. yI fis 3ev'-ti -e F+ Di V ii �i -ktt-t a-t­ -. !I -e vr3F -t-H-d `.:r - - c^rceivii 1-s, . i s-,r -ra + a i .. t -ien a€ter -t:#e bti�-lding -mss eempleted- and ready €eT oeeapaney -, - Ge-Fif.-- r,�- =e1= nest- --ear a-j-f-i the -i r1 ifi eat e e - 9eeupaney, when applieable. See4�ziT.=r i> 6 2 c.+€ - -4,f. rev t- liens- is hereby - afftended -in that th- Eentraeter Mrrs -y- .a L I � e ,-i cal-- t lie E-1 n a : i a Department, A -24 Surety Bonds F rac�-af! we t ! _�r k i r * ne general Provisi -ons is changed to read as `.N s "Nc: urery . _1 t, , yep ,,d the ( ity from any Surety Company who is 1_101`� n defaul r It de! ;)n•, -;onds or who has an interest in any lit .ration �g, -.in. tt ., <, ty Al- [))rids must be issued by an approved do bu,;iness in the State of Texas. If per`_f rmance n ii e i.r are amount in excess of ten percent of t he cur -y mt :tny' ap t -, i and surplus, the Surety Company at LS tort' to the t'ity Attorney that the >u - y Comp 3 r ) f the bond amount that exceeds er ercer r('; -y )mpany's capital and surplus with re: -irer u; rt r i r �. c �- r u g i r� s in the State of Texas. The amount_ J b i :�i .� rep: t� r r n =r:� zr may not exceed ten percent (10 %) Section A - SP (Revised 9/18/00) Page 9 of 22 of ie > .;_ . ,i.r :nd Burp us. For purposes of this section, tt:- LmoL:rr wed 1),L-, and s irpI us will be verified through the St .t , Bca� j sur a:, ,J the date of the last annual statutory fl; .i�lcial )t `te 'arety Company or reinsurer authorized and ad:r 1 e i us _. the S ate of Texas. The Surety shall de ;nat� .,. =�_er wh^ i -� ident of Nueces County, Texas. Each bond mL.. -' be t> _ ,* �:, by . ht_ actor and the Surety. For contracts in ex - ss of 0i t he :> ,nd insist be executed by a Surety company that is cer fied r., *t< tni ., tat_-_ Secretary of the Treasury or must obtain re ura'i: - „ y ex:-r s= -:f S100,000 from a reinsurer that rti ` he ea `:t ,t r etar Y` of the Treasury and that me. r a . V -' ;_,�- �rrient -S• The _nsurer or reinsurer must be Li rr, ra. F?F -:,is r s 'I'.)dinq cer -Af icates of authority on th; late wry A -25 Sales Tax Exemption (NOT USED) t 6 -Z ; ft E, tF -I rs see;._ _ and-T ;-e tra €ems- e;rc r e - <eas pr CAY of COrpUS Ghristi- ro rat - `iia = fx, t err =; e€ sa �.4, ser and U-3e -Taxes unless the E "3 'cam -ftr e , EE'i' Se3a[a E'er- Evrriracc�3S- defined bySeeti n 3.294 of `chapter- , � P�- Finarzee--e€ the Texas Adm } = =istr-atirT Geaer be - hem MElate d b s the G efnetr-ei l �-r a# iac4�e r- t�f ± 3z ind•e -sP3a zl Pd "6nti38t, }i2 S�1a : the t >i).E- per- -ter -fief -the State G9FRptEel l i eeti# ifl apaee-$e- the Staternent of Malcerials and Other �e -erst of fnatrr-ia-ls physieally ,. a 4+ rde -f-esalt 4-7 - __ - = i n ve-1 -e e-e -te -- f dees te . .� separated eentr-aet-I he must pay 1er-- }- '.err �F._`. -. r?f4 -�i -:] ', :iF144l:it ']SKY _afn3-44eahle to this Pre-;eet 9be �. v - , ; .: h : Ta s -zap e3�e to ens }r the sd�ecantraete apse �vr�c:v-rrcr +:zc.�e`E'S— ri-t-<- .c^ -rte c�rai-E'- --fries c 31 -t W e - -a4q-e v-e e -iTeff� _The Gent- raeter FRust— issue a- Eesale - ixxcr-- the s- vvrvrrcx -o-c `z-Fis , in turn, i s sue s a -- i-caa -li-c Section A - SP (Revised 9/18/00) Page 10 of 22 A -26 SWplenental Insurance Re_cuirements F•r acF nsurar,:t eragr rov -jed in accordance with Section B -6 -11 of the n' -; <ict he rr . a ,t r `-A- ot, i in an endorsement -..o the applicable insurance r lned t hF ,s.,r r, sic -inq: in e et e ^:t f cr nce . ai on .r mate -iai change that reduces or restricts the rn .:ance ir-crde(., by h; o)erage part, each insurer covenants to mail prior wry en no, f canoe ; at r cci or Mal erial change to: - Name _ 'i t Y Cor pus Ch - std veer .ng Serrrices Department ntiac_* Administrator 4dd2-i -;s: F,C - Box `t27" :'or[ :is Christi, Texas 78469 -9277 tdumtw --A da,, s h) ante roti r,e: 0 The :c >ntr3_tor s, -3�i pr wide rc the City Engineer the signed endorsements, or copies thereof ertifie,j by to ;usurer, i,-,thin thirty (30) calendar days after the date the ?-: ty Engineer reque;ts tha' Contr<ctor sign the Contract documents. IN 3 r.;�i ir, t t alp -Aar is ; -i' ) F,r the date the City Engineer requests that the �nrrdet_r sign t_e - .ntract ind e.mp Dye, s, Documents, the Contractor shall provide the City s rig-neei ith rtrf cat.= :r,;urance certifying that the Contractor provides work >e s ompensat ior: insurer e ''-�veragc tl -r all employees of the Contractor Emp owed _ :i the Ft desc -ri ed it the Contract. lo any property, which may arise or which F-r --act Insuravr f= c, -�rdge r _ led .r, accordance with Section B -6 -11 of the (cntract. the Gon_ract-r ,Shal ot—i i.n an endorsement to the applicable insurance F . i ; : . , -i :jned b� nF i „ su. — r; star ! ng t ha* the City is an additional insured under t .e i;isu =a:ice pc he ' rot b- named as additional insured on Worker's t - �ml;e:iSCt: ivin CvVe'iagE'. F:�r ,.:;ntra:tual - atiii y nsu once :overage obtained in accordance with Section B- F (a.1 f the "'- ortr.ict, tt C:•ntractcr shall obtain an endorsement to this C!Vr'r -ige _,r.atinci 'on* racto,r -i -� r es,s to _:�dF mni ` save harmless and defend the City, its ig(- t s, se' vt ind e.mp Dye, s, and each of them against and hold it and -ahem harmies- fror any iA ail lawsuits, claims, demands, liabilities, l o� >e s ar.d - peruse , _ rnc- l idiril -ourt ost s and attorneys' fees, for or on 3 ;'{ t -; 1r + . ny pe tson, or any death at any time resulting trc,-. >uct- , ury, >r :ay ama,je lo any property, which may arise or which al t ccaed r have ri ,_gin out ->f ­r in connection with the work roc : ed bv foregcinq indemnity shall apply except if Duct inj iry, feat : car d, mage is caused directly by the negligence or )Vh-,, fault thy- Cit _.�, t.F= i.leri s, iervants, or employees or any person no 7 nif , , Je,. A - -27 R*sponigibility for Damage Claims (NOT USED) 1 r3 rzrg a F+ 6a+ men e r 1 i> -rl- a the General: —B-r -ems tans zs rlt rrie rdf , e -i -nf- bi ti r lldels - -k fla1ly�aeeept-s the Rr-e e t ar- werEf - Bui z e -r i sit f a Ej - must -b — zll Risk" f e €m . E e nt r a eter Est pay .�est�3- .� _ �_- .try+- r r pr 3E e - rrrieh builder's- . _. -ant- Ei e d iet i b l ,�- additiefial j:nsured en any as i- Section A - SP (Revised 9/18/00) Page 11 of 22 A -28 Considerations for Contract Award and Execution To allow the City Engineer tc: determine that the bidder is able to perform its obligations under the proposed contract, +:hen prior to award, the City Engineer may require i bidden to provide d ,cumentatior concerning: Whether anv iens have bt°en ;_fled against bidder for either failure to pay for services or materials suppi— ed against any of its projects begun within the preceding t-wo (2 years The bidder shall specify the name and address of the party hclding the lien, '.he amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been re eased, —if bidder shall _;t ate wtr,- the claim has not been paid; and Whether there are any ou standing unpaid claims against bidder for services or materials supplic_d whicl, relate t(. 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 he -laim, tie basis for the claim, and an explanation wh-, the c;_a_m hac not been . aid. A bidder may also be :.equired tc supply construction references and a financial statement prepared no later than ninety (90) days prior to the City Engineer's request signed and dated by the bidder's owner, president or other authorized part1v, specifyirc all urrent assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for ;_his 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 i The superintendent must have at least five (5) years recent experience in the day -to -day field management and oversight of projects of a similar size and complexity to this Project This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close -out procedures The superintendent shalt. be present, on the job site, at all times that work is being performed. The foreman must. have at Least five +;5) years recent experience in similar work and be subordinate to tyre sriperintendent. Foremen carrot ae -t as srperintendent without prior written approval from the Czt.v Documentation concerning these matters w_11 be reviewed by the City Engineer. The ^ontractol-'s field administraiticn staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent c-r foreman assaminq responsibilities on the Project. Such written approval A 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 i1A field administration staff during the term of this Contract If the Contractor fails to obtain prior written approval of the City Engineer - oncerning any substitutions or replacements in its field administration staff for this FrDject during the term of the Contract, such a failure constitutes a ba sit° t,, .innul t Y;e Cent race p :irsil int to ect i.on B-7-13 Section A - SP (Revised 9/18/00) Page 12 of 22 A-30 A*ended "Consideration of Contract" Requirements r;d r "( r:erai r is ns <3nd Req icemen *,s for Municipal Construction Contracts" _ec� -i )n i, - 3 -1 Con: ;iderarion of Contract acid the following text: g iay f 7wancr *he public_ opening and reading of the f r , ,;; >a the _ .i -e :appar ­nt c:we..st i- idders ;based on the Base Bid only) must he Ernie steer ti f ! owinq information: o` - r- ,rya !. r th-� work; A -t o` r rckiuc— t­ be ncorporated into the Project; A rnedu1� I ITa`ues wh estimates of the cost for each major rnen*- f rk; A . iedu,e f ant cipate<i mcnth y pa,lmerits for the Project duration. Tht ames it Gd(, esses f "skF, firm: that: w ll participate in the Contract, al, ,r,r wi t f des, ripe r or c )f t tie wor k and dol lar amount for each firm; and sur ant ;at!c,n, e the tt,rouyn appropriate certif-cations by federal agencies .-)r cgneci t f I drj -!it s f ; • xn • :e MBF. f i rms, that such MBE firms meet the gurdrline-s - ,�ntair :ed her-in- Similar substantiation will be required if the cr. actor .ar; MBE. If he responses do riot clearly show that MBE parr :cipat_.r wi ! meet thr requirements above, the bidder must clearly of tiie City Engineer, that a good faith effort ita, in fi_,_ _ >n mad( tc meet -aid requirements but that meeting such real rem ,�r,t= _ t r� -as ,-car. ,. Fosslole. A_ :t of = r t ont :act c,rs h <<< will b a working on the Project. This list may corgi =,yin mcrc than one sLv •conrractor for major components of the work if the Corr - Factor n �; ac* comple,ed �i= evaluation of which subcontractor will perform th( �ork Thy- ity E.r:r nc er retain - t P4 right to approve all subcontractors that will pe- f ,rm work ,)r, t :e Pioj,, -t , the Contractor shalt obtain written approval by th«- ity Erc.neer of all >f is subcontractors prior to beginning work on the Pr. -ct_ 1 rh.; ity Engineer Toes e)t approve all proposed subcontractors, it may escinc: he ntrac* iwa -d. In pie evert hat a subc-ritr.i_-tor previously listed and approved is sought to be ,ibstituted c or replac­J durin4 the term of the Contract, then the City Ena :rreer r(- t3in� the igh, to approve any substitute or replacement slit ntract - r fir,,r tv r .r Fart- Lcipation in the Project. Such approval will no )e g r ver. t e repla.. eme:it (_)f t he subcontractor will result in an increase in _re C,_)ntr -a < :t price. E ailure of thk� Contractor to comply with this provision "C' itU, ra r,• r, f:i r rr-,ul the Contract. pursuant to Section B -7- 1 A :. im ;�r fires. heci.tle indicating relationships between the major cm.r- nenl_!7 th( work_ ^h( inai progress schedule must be submitted to the F.ngr,F( he Fir r conference; Do, -wientat r re�_.uired . ur�,'arnt t« the Special Provisions A -26 and A -29 cori,_(rnirag »nsidr- ration: fo "ontrac'- Award and Execution and the Contractor's Fi - A Admir is rat on C7 f. Do, umentat.cr as equire: by Special Provision A -35 -K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type c >f entity and state, .i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individuals) authorized to execute contracts or beha_f of s.iid >nt>_ty Section A - SP (Revised 9/18/00) Page 1? of 22 A -31 Amended Polzcy on Extra Work and Change Orders n ;der era i -1 ns grid ,- ,eq.;_ r ement� for Municipal Construction Contracts" B- ol_ - on present text is deleted and replaced . a t t; i.h4 • of l()w . Cc +` ,act,, :r k,,1-)-­, t ,, - ha! t t.e t:i t y has no obligation to pay for any extra wc:t for ,3 ..- in,; -= d der h -s n not been signed by t the Director of Er .i-reerr e i _ _ >: =Igne� T The Contractor also a acknowledges that th -ity E , t.e• , m,, ; :. r - -E, :-h.,ir le � �r.ders which do not e exceed $25,000.00. Th, 'onti _ :ru ;e t t i' .- . :hange o orders in an amount i in exc::ess of !(7O E' OUII!::1 I, . A -32 Amended "Execution of Contract" Requirements rnoe: "!•- 'r;era t'C;',1 ::: ns ,jnu keq.'tement for Municipal Construction Contracts" B- Execution -ntr ct id;-: ' nt Th� iward t_�, `ont:a City Engin(tE r del ver of the Ci Ma ia.4er, "3 de - ignees. r ,ct,_ ), of ,-,)ntra( aua -. ist thf Cc. - ract , r r ie : i Cc , t. r a c c A -33 Conditions of Work nij be rr� cinded at any time prior to the date the •or .act to the Contractor which bears the signatures ret_ary, and City Attorney, or their authorized n ;cruse, f action of any kind, including for breach nor. _s the City obligated to perform under the 1) ty Encineer delivers the signed Contracts to the Each bi!jder 'am -:iar hlmse.f fu_iy with the conditions relating to the :ompet -x2 of ,- f'rr .ect 'ai ;re t;: do so will not excuse a bidder of his >bligatz:>n to c 7rr_y out the pl,.v1 s_c,ns of this Contract. Contractor is reminded to ittend t`t Pre -Bid feting referred to in Special Provision A -1. A -34 Precedence of Contract Documents n case _.t conf — ct the documents, first precedence will be given to addenda :;sued crrirc he hid+inq phase tf the Project, second precedence will be x en t: he Sp (­(-< -i1 rd precedence will be given to the construction irth p r e 1e b= 3 r vein to the Standard Specifications and the eneral 'rovisior) w bF ia.r. ;st precedence. In the event of a conflict between any of t °ic: Stamt -1 ';pt -if i cat ; on: with any other referenced specifications, such as �_he Texaw Depart me.rit_ - ± Pub T'r.;nsportat ion Standard Specifications for Highways, streets grid Br- iritts, <STM sp. -if :at -ons, etc., the precedence will be given to hddenda, ,pecia- 1 rt,v i.o-s -!.d ;supplemental Special Provisions (if applicable), ,onstruc- on p yr ;, err r sp. r 1 *icat sons. Standarc Specifications, and General Sl! :_ i„ t e r - A -35 City Water Facia :I.ties: Special. Requirements (NOT USED) A- PT­ i f >r --per €srm 3 r -t. are( It- t )T ter # ae i l i ty , the Eentr-aeter , his s ;rte Tom: eTr k} 4-�€ t-44 i- r— empleyees faust have o their Pesen a ve13d- F,3rd- c a a ir- acre- atteBdanee at e Sa#< ^E -y r i, : :�tatifn f�. >gr3m -f - -y- ;?<. 8r . be }-y Wa-t- t.-r--Department f-er these s an-d- w he EiesiEt 1 e pe F f er-fft any wer k -within a n � 4 -1- ,_, w, r� 4 . > infer -fRat iefi refer- te- Attaetmen Section A - SP (Revised 9!18/00) Page 14 of 22 The Gentraeter shall-not start, eperate, or step any pump, meter, valve, egaampmeet; --switch j -- 6rea #e£ eaatr-e? , or any other item related to G t #aei1 et 1- -sue}} Ware£ � - 3H�. _..�- - epe-r -3 t e r f F f> # to =ea-tf? F?ep=rrt�t,v }x - F _ --A —} e 4 v - '_I-c4-r`cE f-- t-t e r� ems- -- inkimnq el ity te its eustefaers at all -- -he 4 .-ef2- t- -Fae, qi 4�he quality of the water ai-te r tE*a --S h *Az -1 - « >eEii- (4-� fri:. i7t�7 ::vi -k w-. t the Git- 4 Water- - Beeartfnent to prei =e`'r - -4aai it- + s der Gamferm &I A,I-1 fffii+eria1-& -- # —_. E used ±fi tie -- repair; - reassembly, r e t i a i-la� / a te Aeiflsi r } e^^'' met i e a AIa testae----- ; 4�aFE #aFds— !Rs4itate1A/:atrenal gan at-ien Fendatsen (ANSTf N-S*^+ -- anrAaf(A 4-47- =rs, Sueh ma-terral }n­_Iude all solvents, eleaners, I I thread - eempeands;- hinge, e£ hyd£aulie equigamt. T hese items be-used Bless -whey ee ft fo_.,_ L_i t- Nsilmr- standard 6i and uniess sueh &teas- are - -3� ear- tie -site for- to t3se.., pr­i3.se the,-. - .g ne er with ._i ie s e f .- -ttefi i. . e f of TNCT /N CL - Ct ..d-r. ter as � - t ^ ,s —whie h [=vvld eemeito A44T -- Tom, ---Ej+ref# - ---b p -.. -the G o n-t - ->_ -«e r e r- his empleyees, agents, er _.--b*- -i:'e-crcai-fief ...--- ait— all — times -at the water Fae; 1_ity .cAte 61 -il-i:- .- zt -1 -z o:iccr-- �- rce Gentraeter keep :.v= a re as (-A Faart • rt- all l -, = ifrtf.:, - a ed ---Y-e l - -fovs t wear eele£ecdd -m i fe E'iH ever-ails et=her than and -arid/ empleyee-4dentifieatien. --ps evide telwepheFies €vim- Gefitr-aet7er peisennel telephenes are not available fer Gentraeter use. 4 ; -4-e 5 00 P . {4: ='et — m- asp 3 � -- G t•t7-§ €a- e3 Y -- -_est P6e1Ts . r._ t r „t r r -fa u s c E { li rtruE rc art -41&c= µ4L-14,e mat ked -a-t- designated —site, as u`signateu by-4:4 i y wa -t", sta €I A11- -Centt #e vhitiles —msst be Blear,.. t ale J E , e- 44-0 eeffw_>a tr1•< to e v e i e l e see— allewedrat _G­ �} - atev.ts wlatf -+ r�af- Inert. ---Anr- persennel must oeTanparl�` -c v , ae �r-cmpleyees ;,est .mot he fier--w "sir f ti, ogh any buildinqs ether, - t -h iii Section A - SP (Revised 9/18/00) Page 1`, of 22 ��- tf�< -- •'yea:- :tefif;+� .1..ac�r� }�- if�f�- eee €re€ sys4cefa (Rust -13e aft -supervisery a� -be=ew. This wee 3tfE�eE T E r i ttie c- fie; }..++fq-,--eefH-+e , delacfg } } f3 r - aE Fig - f} -cape �t }eia all hardware and,lel to- perfe,-in the C`!-'T C1T -k fif�Y.; -t irr.- Tre_-t f; I -f q t f= E'fitE f +-t --S A-1-4 - E.j I f -+ -, i-f - tl_ _e, eet A 4=#fe -3.- 44 -t eveffs Water Treatment Plant sha4 =f reFffie.e sr5r{,q } ea kh e hand digg}rfg due to the ,.mh -e-f Ne- effehrfg Section A - SP (Revised 9 %18/00) Page D, of 22 ±fi7-the-eefftputer baseel - preferably a-, app! ied to the ffluh±e±'pa+ z�-- _..... L}E' _--'i:3�• _ - 3 ? E:)f'iHF f - '3E3- r,y- S�_$ . _ eemparable siRe, r .3 —.. - - ._ FFE.'. -. rtS-- }3t"'+? -F3 � 3-e ._. -'dt-i } : J-cnt a�eE - i- rr -Tii�. �t- yp p_ of 4ie-r k s pee .--f' ; •--•-; e d ez-EA =r Pre zz-seivzxsr-- Engineer, work �ti�i= •- �E�- �3�7-- E�3-r5 S ee- �; „rrescrvTr�- — .- - -...- -- -i'}e -- s _- 2- f•�v'im� - - -ei,- -this Prejee€ whe have sueeessfu 4-y trailging eearse ._ ...._4+E..- _fA3.3f ?tai f,-s- �f �E af3f'Y � -- tfi�.- §`- --s -a f-fed ai3d egUip.-...,a Prejeets €be t=e maintarf3, . repair, f 3rfftae , e. - E_ �+re ma)-imum praetieal extent. Where - his is net ae? e � ,— - : ,u_4 .e t -a€ ven yj_ sa }��be the pred ae € -ef <-fffe- �+affff # -ae =Ei �-K- 8- -Pr-'7 f --fie €-e =fftafi-x -! at--t-]��-4 N. Stevens Water Treatment Plant wilml -or subeentFaeter pregra 4t - -wee-- 6 4 f_�C-Aff refs as needed and regtf €red, to - -nom y- DADA systefa. T.-taehed - s e,*_-- f- €14eel iq and given to the G:t. Engineer with all Tres -- i• rrr ram -fie p E'g-a ag- phase. The a€ aehed sheet -s -3•i} E?f iE' i�a 3 -f- ,tended - e— .-hew a!! of the ree ,,; red sheets. —a4l i"Tfltffl�i3E ��-eerks used. irr.- Tre_-t f; I -f q t f= E'fitE f +-t --S A-1-4 - E.j I f -+ -, i-f - tl_ _e, eet A 4=#fe -3.- 44 -t eveffs Water Treatment Plant sha4 =f reFffie.e sr5r{,q } ea kh e hand digg}rfg due to the ,.mh -e-f Ne- effehrfg Section A - SP (Revised 9 %18/00) Page D, of 22 A -36 Other Submittals shop_ Draw --,, -Ig ubrr l ttdl : "h E- cent rac t or shall follow the procedure outlined oel r.,, when s ino Di riwinq sabmittal.s: "es+ and RF aor Whet spec;! is -r. ;n he '' ,1 c,11 Specifications Section, Contractor must submit -.hi ­ f:, (3) c opi e= a L 1 _> iop t t-st date, and repair report, and all on -site test lat.. within t-e slLaci l :ec t _mc� o the City Engineer for approval. Otherwise, the t elated trqu pment W_L _ met be a >roved for use on the project. Section A - SP (Revised 9/18/00) Page 17 of 22 Quanta _ v ;nt I r 1 - 1 i suom it number required by the City to the Cite Hr- q;r,ee or �r; AE- ,ignated representative. Repro r crtle, idi t he required copies, the Contractor shall al st , I brni r ne r ansparency for all shop drawings. Submitt -3, an mi ai rms - ontractor shall use the Submittal Transm>t _ai orm at 3ch— at tte end of r_his Section; and sequentially Number a tt t~ irtsrr form. kesubmit_tas must have the original subm in be r ,1. t i phah tic- s-,i f f i x _ Contractor must identify the Con,. r, he >ut: n? :actor z r supplier; pertinent Drawing sheet and det,a i pmt( ( : f i t i (rr! Secti on number, as appropriate, on each _ 1_c,rn.i t t cr,t - ract or :rust apply Contractor's stamp, appr):,ri.at_> i ;n >d r iniT ialed, which certifies that review, ver- f i .at i _rr , :"? t_s - equ].red, f ield dimensions, adjacent -onstr i „r work rl ")rdina nor: of information, is all in accordance w rata it mere the Pr ,� iect and Contract documents. Schedl- 1 i =;q: ..'or t r n;1 - schedule the submittals to expedite the Pro -ect, am deil ve t< the Cit V Engineer for approval, and coordinate the sutm_ssi n I r. i at terns Marking: tra <-_;* must mark Each copy to identify applicable products, model: , ,p'-1 -:is, -r::: 'A ter data. Supplement manufacturers' standard data to ie . fo -rr,c rI tique t this Project. 4. gar.; a r ;s : I or .t i ,, ri --s, iaj entl f y any proposed variations from the ,-on,,- ract rzioc imernt s nc -sr,y Product or system limitations which may be detrimeri,:a o a- -cF.;sfu- performance of the completed work. -r. Space R�quirf_rtent - -: onrtactor must provide adequate space for Contractor and Eng i rieer rev or a 11 submittal forms. Resubrr . ` a _ C I I! r most r­v t se and resubmit submittals as required by -'it,r c.,rq ,eF-r �,�3r1y identify all changes made since previous subm__. Distr_bit_L -n: COT :rra: << must distribute copies of reviewed submittals to subco:ir ._ = are. _:.pp.i -rs anc instruct subcontractors and suppliers to promp� -i ; rc: =ot trt ";�ntrr_ctor, any 1.nability to comply with la�r,r i.es - i I t c n' ac” 11,1S, ibmLt :,amp -es of finishes from the full range of man t. aetr.I tend -. - 1 plc t t ex' ures, and patterns for City Engineer's el i_a. "es+ and RF aor Whet spec;! is -r. ;n he '' ,1 c,11 Specifications Section, Contractor must submit -.hi ­ f:, (3) c opi e= a L 1 _> iop t t-st date, and repair report, and all on -site test lat.. within t-e slLaci l :ec t _mc� o the City Engineer for approval. Otherwise, the t elated trqu pment W_L _ met be a >roved for use on the project. Section A - SP (Revised 9/18/00) Page 17 of 22 A -37 Amended "Arrangement and Charge for Water Furnished by the City" �Indet "_.e;7erai _ .v s.)ns -_nc. Reu„!remen s for Municipal Construction Contracts ", r 1.5 P - - -r rangem(r ' Charge fcr Water Purnished by the Cif, add the following: A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities I'h( egt,i- ement: t ,7ticF. , s .actc­s B'" are incorporated by reference in u Sp E, 4 al prf 1 _ A -39 Certificate of Occupancy and Final Acceptance (NOT USED) ee ± t4-i eat- a€ _ f�e�eupa- r.rey -.- '-- - -t-jr�-' -- -R t1,f f'' -rREy} :r.. -a n d e r­ General Provisj:en n n n A -40 Amendment to Section B -8 -6: Partial Estimates Iene,ral '- t I t., mi_:.- orm : } w tl the City of Corpus Christi's Water C(� servat ) , an <, F)r_xigt . r.t finger cy Plan as amended (the "Plan ") . This it _lde_ rc:'.eme tin,a � I t e -,rise.- 7ation measures established for changing c<:r_ciLticr;: agents to m!_r -s. nd h ;_1 r.demnity the City, its officials, employees, att )- neyr;, li- . ij­ itv f ar. J and a! 1 damages, injury, or liability whatsoever fr:m a vie :;ltgent act omission )f he city, its officials, employees, at .> neys, a -:ci nts that - cec.tly cr indirectly causes injury to an employee of le c.> 'r -. t �, c: 1,' Titra:Jor, supplier or materialman. t,i, change order. A -44 Change Orders >trou_1 _i a : hange ,le be rF aui r (pct by the engineer, Contractor shall furnish the °ngineer a comp _r- hr- 3kdown is z, ali prices charged for work of the change order unit pr hc,til t y , -_ es, �i_; x:i,! r actor "s costs and breakdowns, cost of materials .ind eguit,,rrent, w1 -1- i, es, "aci 1 if-, the Contractor shall br,: akdown information shall be submitted by n� r ac' 1 as „ J t,i, change order. dimenso -,s and A -45 As -Built Dimensions and Drawings (­'/00! (a. Contractor hall rake appropriate daily measurements of facilities constr Ill, teci and kf frp < cur at r,-cords of location (horizontal and verti( - -, all to i.1;-ies. ,lusnin:l it an approved manner. Contaminants in the water, party -ular ly nigh : evo _ (b Upon c cm ,let on - -ich "aci 1 if-, the Contractor shall furnish Owner with one f ii iE:i ' .)rr .t s, marked with red pencil, to show as -built dimenso -,s and dispo -say cf highiv ch_iirinatec on, of all work constructed. As a minimum, the final draw- nc_ 1 -,c ( 'de -he following: the accurate {1) o i,Dntal ;:ld =_erticai dimensions due to substitutions /field h<rnlsas (2) 'h,iIJ r citi1 ;ment and dimensions due to substitutions. 3) "Nam X13'_ :at : -n all iristalled equipment. (9) -e:e =+ tons, - id_ clns, artd changes to scope of work. (5) ,ny ,,her ct,ringf � made, A -46 D*,sposal of Highly Chlorinated water (%/5/00) The C ont r <<ctor shat I il- respor:sibl e for .he disposal of water used for testing, - disinfection and 1 -ne ,lusnin:l it an approved manner. Contaminants in the water, party -ular ly nigh : evo _ ; of ch .�n , �, wi l i be used for disinfection, and may exceed '. -.tie perm_.ssibre ;unit. fcr -I; ,:char- ge int., wetlands or environmentally sensitive areas. These are eguia ed by wumerous agencies such as TNRCC, EPA, etc. It will be the Cont,actoi's resporsin::it, I- comply with the requirements of all regulatory agencies in the ,l I.- iposal e:t ai water used in the project. The methods of disposal :Shall be ubml r ted tc he City fry appro ja i_ . There shall be no separate pay for dispo -say cf highiv ch_iirinatec water. Contractor shall not use the City's sanitary .;ewer sy-tem f e." ? i sp­ - 3l f nt , rni hated water. A -47 Pare- Construction Exploratr Excavations (7/5/00) 1-r :;r tc my con: t -uct on wna evf : :.,n th( project, Contractor shall excavate and E:xposI, ti exist ,n,, z;t( r:e proj(.ct that cross within 20 -feet of proposed pipeline, of t:'ir, pr y Ct 3r;,. C -rt ra('t(,l shall survey the exact vertical and li,ori? )ni lacat j ::. act r and pot er tially conflicting pipeline. ry'c:r e, Xi s' :ng piti:eilnes wh ::h ar.:rilel anc? are within ten feet (10') of proposed p,pelrner; of trje pro),�ct, i ntr:_ -or shall excavate and expose said exiting pipe_ )_ne_, at a :tax _.mum: of 00 Leer ().C, :rid i- ontractor shall survey the accurate i�- .rtz;nt._,' and i i0 ~a1 )ns ,f sai�, parallel pipelines at 300 -feet maximum n r.act: r sh�i i rl( and submit it to the City for approval nd r c �fti;: '.he and surveyed, as well as the approximate Section A - SP (Revised 9/18/00) Page 19 of 2,` anion tereof, i_c' ce tc- T)c .avement centerline and elevations of the top of xi tin„ ipe'L Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Fngineer and until •,^_orO ractor reccei -ves Engineer's approval of report. xp,_ _rat r y exc i 1_1E ns rcit rE a subsidiary to the street cost. Any avemen epa r a ,o tec ,," e�p; oratory excavations shall be paid for according the „ablt_s ,�r ,,:r�r I P i � ; pavemer t patching. Contractor shall provide all _ .rn rve ort sr, ,.irate rely! for exploratory excavations. A-48--Overhead Electrical Wires U? ts_3cr .) sha ;rr.pi . w_ 1 -.1 , iA sat t_y requirements with regard to proximity f ,cnst exco,o _"Gnt ,th vEF rheao electrical wires. There are many overhead res c_ sing a ,d ,tl or, ? • along the construction route. Contractor r,a11 u,-._ all 3i_E ii to ?er, cs, _rc( =ut ions, etc:., to ensure that adequate safety is r vi des `or �1 _ f �mp1 rE�e:_ -,rid :_j erators of equipment and with regard to irinc :tat :, �;m.��• *� °x.�..t a .:verhFad - lectrical wires or facilities occurs. �_�ntrac' shai -, ina* r is .vrk w,, eh AEP /CP &L and inform AEP /CP&L of his Yuf ,n r; { r rhead lines. cme .wr: mead �� st?�,wr= rn _ hc, construct_ion plans, while others are riot. It be she ,ctc. E-;:pcnsibi lity to provide for adequate safety with gird _ evei,i- e - �,r�i<.;1 ;.,wn in the plans or not. A -49 Apended "Maintenance Guarant rte” 8; 29 '00! 'under "Getieral 1 Zvi ,­ i., ,s and �equ : rement s for Municipal Construction Contracts ", B- r' 11 Ma; raenancr y � t ql ,undwater is equal to or better than ;ta dz_t�, ad• t,hE allowing "The Cont_,, � Or qua-ai -r_er, a separate, additional remedy available to ber:t :it th t.v f '­F)p . -1,r isti. Neither the guarantee nor expiration of the gu,:., ant:ee pc i cc vi 1 : _;p- ra' - to reauce, release, or relinquish any rights or remedies at1_ilab.•: t. `.h �_y of k(rpus Christi for any claims or causes of acs L in aga1r:_t t . , Conti jctc- �.r any other individual or entity." A -50 Dowatering 'his _ter! is cor.� dere�_, subsidiary t � the appropriate bid items or shall be measured by the 1 :near i ei_� ,,! rer cr :. dN: =,c. i ibed in Section A -4 where dewatering is needed $_ Keep the exco,o icon iry, as app- ved by the Engineer, and shall include all costs provj .ic a dry a ,d ,tl or, ? • L t:E -• proposed improvements. Storm water that enters excav it ion (:,r; 1,e p: -npeci c?t: -_ ; tong as care is taken to minimize solids and mud rster ing ,e puma ;u: *. or ir;c: f' s pumped to a location that allows for sheet Pr tc r t� e r m r; t .'r _i -a i r:age ditch or storm water inlet. An iat t( ! ���t ��.; _ c•c;mp storm water to an area where ponding occurs r -i1 ithv. e, riq iet iated .aork area or by manmade berm(s) prior to to st c r i, f 1 and pondrng is to allow solids screening r,. i stoic; water conduit or inlet. Storm water or sta e - �,r�i<.;1 to p' ivate property without permission. It is the intent- that Contractor disccharge groundwater primarily into the existing storm water system, l> 1 r I,,, I I y � t ql ,undwater is equal to or better than r,e �cF -ng o` groundwater quality is to be .r rrerec: L-,y osi pr ior to commencing discharge and shall es by xJ� r.L e, a minimum of once a week_ Contractor cc -- r Tina t< r 1 e t , I _ t r r -. i n" . Test wi 1 l also be performed as each °e,; c< n_ _ ;„ r,t i n f:.)r disposal_ of groundwater by w -. d= car «;> ±:t an i t a r y sewer system. If kir)q -o unitary sewer or wastewater Section A - SP (Revised 9,18/00) Page 2(' of 22 t iar.t_ . ", cc >si s f -r [.hEse pP at ons shai i be negotiated. Other groundwater Aisposai i.terra' �es so,ut ons may be approved by the Engineer on a case by case t: :�) amp ir (x ;ur Jw,3t_er "al the t -each to the sanitary sewer system the onvract r shai_ ':_nf a i Mar K . het. H57-!Q? to obtain a "no cost" permit from the [>tiast_ewatpr Dept , "Ll] ,;ay fvr i ny wat or quality testing or water analysis cost it equi ied Phe pure t w: .I - -qu rp in estimate of groundwater flow. Groundwater flow an bn Y - imated ov ro( ,- inq a Ala' c1 excr_vat _ng a short trench then record water — ve. SWAY a . a complevior , a .. Yw to at over night, record water level again, pump 'roi )r t . nq -- jr. r. o .rI tank or vacuum truck then record how long it kns N i ill t� L!]. ii a A )Vern qht Ievei Section A - SP (Revised 9/18/00) Page 21 of 22 PROJECT OWNER: ENGINEER CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL TRANSMITTAL FORM SUBMITTAL NUMBER: SUBMITTAL Sect Lon A - SP (Revised 9/18/00) Page 22 of 22 ATTACHMENT I PROJECT SIGN DRAWING X 318 o CY LLJ Cc !EW O ----------- 10 112 2'- 0 2'- 0 0 N 0 � m 00 C,4 Wa Lu ONE ATTACHMENT 1 QD cn LLJ Q-- CL • PART B GENERAL PROVISIONS A G R E E M E N T THE-STATE OF TEXAS § COt*TY OF NUECES § THIS AGREEMENT is entered nto this 20TH day of MARCH, 2007, by and between the CIT`t' OF CORPUS CHRISTI of the County of tdueces. State o+1 Texa:_ sting through its duly authorized City Manager, termed in tha- Contract Documents as "City," and H I G Contractors, Inc. termed in the Contract Documents as ,'Contractor upDn these terms performable in Nueces County, 'Texas T n consider.- .tic:n =f the pa,,rment of $1,302,575.25 by City and othier obligatior,.3 of Cit-i as set out herein, Contractor will construct and complete. certain improvements described as follows: CLIFF MAUS DRIVE PHASE 2 OLD BROWNSVILLE ROAD TO BEAR LANE PROJECT NO. 6275 (TOTAL BASE BID: $1,302,575.25) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their at- ached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents. inc.ludinc - verseeing the entire job. The Contract Documents include t,-is Agreement; the bid proposal and instructions plans any'; specific3tions, .including all maps, plats, blueprints, rind ither lraw_ngs the Performance and Payment bonds, addenda, and related documents ail of which constitute the contract for th-s prc�ect -and are= made a part hereof Agreement Page 1 of 2 CLIFF MAUS DRIVE, Phase 2 DA.lL' 110 M, rtWINE A, rAK1' A — STREET IMPROVEMENTS Item # Description Quantity Unit Unit Price Extension excavation & embankment, per IStreet A1.1 Square Yard 8,505 SY 15.00 127,575.00 6" Flexible base, high strength, per A1.2 Square Yard 8,505 SY 13.00 110,565.00 8,505 A1.3 TensarGeogrid, per Square Yard SY 7.00 59,535.00 A1.4 Prime Coat, per Gallon 1,077 GAL 5.00 5,385.00 Surface_ course (2" Type D HMAC), per 7,179 A 1.5 Square Yard SY 12.00 86,148.00 ISurface course (3 -112" Type B HMAC _. 7, 179 A1.6 per Square Yard SY 20.00 143,580.00 6" Concrete curb & gutter. per Linear A1.7 Foot 3.190 LF 1 3.00 41,470.00 sidewalk removal, per Square IConcrete A1.8 Foot 6,500 SF 2.00 13,000.00 A 1.9 5' Concrete sidewalk, per Square Foot 15,700 SF 4.50 70,650.00 4" Dashed yellow thermo- plastic stripe 523 A1.10 per Linor Foot LF 1.50 784.50 4" Solid yellow thermo- plastic stripe, A1.11 per Lin"r Foot 2,956 LF 1.20 3,547.20 24" Solid yellow thermo - plastic stripe, A1.12 per Liner Foot 120 LF 9.30 L 1,116.00 Proposal Form Page 3 of 14 CLIFF MAUS DRIVE, Phase 2 Item # Description Quantity Unit Unit Price Extension IA1.13 8" Solid white thermo - plastic stripe, per Linear Foot 506 , I24" Type "C" crosswalk and stop bar LF 2.30 1 163.80 ' A 1.14 therm astic, per Linear Foot 541 LF 12" Type "C" crosswalk and stop bar 7.00 3,787.00 A 1.15 thereto astic, per Linear Foot 474 Pre-fabricated pavement marking (Ty LF 3.50 1,659.00 A1.16 C) (W) (Arrows per Each 16 Pre - fabricated pavement marking (Ty EA 146.25 2,340.00 A 1.17 C) (W) (Nord) per Each 5 Concrete driveway w /tied sidewalk, EA 175.50 877.50 A 1.18 per Square Foot 825 SF 6.75 5,568.75 Al-19 Type 2 curb rarup, per Square Foot 85 I SF 13.50 19147.50 A1.20 Type 7 curb ramp, per Square Foot P q 200 I SF 14.00 2,800.00 A1.21 T Type 10 curb ra", per Square Foot 160 J SF 14.75 2,360.00 I Al-22 Erosion control by seeding, per Acre 0.34 AC 4,210.00 1,431.40 A 1.23 Traffic c trot, Lump Sum 1 A 1.24 LS 12,300.00 12,300.00 Ozone ac*n day, per Each 3 EA 1,000.00 3,000.00 Proposal Form Page 4 of 14 CLIFF MAUS DRIVE, Phase 2 Item # Description Quantity Unit Unit Price Extension A1.25 Traffic signal pedestal pole reinforced conc2t fowdation, per Lump Sum 1 LS 1 2,635.00 2,635.00 A1.26 Traffic signal conduit and wiring allowance, per Lump Sum I LS 5,000.00 5,000.00 SUB - ')DOTAL PHASE 2, PART B — STRE$T I11OROVEMENTS (A1.1- A1.26) $ 709,425.65 Proposal Form Page 5 of 14 CLIFF MAUS DRIVE, Phase 2 isAae, nuu, Proposal Form Page 6 of 14 m4bL L, IrAK7' B — DRAINAGE UVIPROVEMENTS FItem # i3escription Quantity Unit Unit Price Extension 1 B1.1 18" R CP, contp►lete m place per LI 184 LF 64.00 11,776.00 B12 36" RCP. complete in place per LF 480 LF 73.00 35,040.00 B1.3 42" R01, complete in place per LF 328 LF 92.00 30,176.00 B 1.4 48" R( W, conipiete in place per LF 1,048 LF 114.00 119,472.00 131.5 STD 5' CURB INLET, complete in place por EA 6 EA 2,160.00 12,960.00 131.6 MANHOLE — TYPE "A ". complete in place ppr EA 2 EA 3,000.00 6,000.00 MANHOLE — TYPE "B ", complete in 131.7 place psr EA 2 EA 3,500.00 7,000.00 i 4'X4' POST INLET. complete in place I 131.8 per EA EA 2,400.00 2,400.00 131.9 5'X5' POST INLET, complete in place per EA 2 EA 2,900.00 5,800.00 OUTFAiLL STRUCT1JRE, complete in I LB 1.10 place pqr LS LS 3,100.00 3,100.00 131.11 ROCK FILTER DAM, complete in 1 place per EA EA 4,100.00 4,100.00 TRENCH SAFETY FOR DRAINAGE i 2,048 B 1.12 compl!t in p1we per LF LF 1.00 2,048.00 Proposal Form Page 6 of 14 CLIFF MAUS DRIVE, Phase 2 Item # I Description I Quantity I Unit EROSION CONTROL BY SEEDING, 2.2 B 1.13 comple> r in piece per ACRE AC B1.14 SILT F1910E, complete in place per LF 2,160 LF I TRENCtJ SAFETY FOR DRAINAGE B1.15 STRUCTURES 13 EA TRAFFIC CONTROL FOR STORM 131.16 SEWED LS I SUB -TOTAL PHASE 2, PART B — DRAINGE IMPROVEMENTS (Bl.l- 8.16) Proposal Form Page 7 of 14 Unit Price I Extension 1,650.00 3,630.00 3.00 6,480.00 80.00 1,040.00 4,200.00 4,200.00 CLIFF MAUS DRIVE, Phase 2 BASE BID, PHW 2, PART C - WATER SYSTEM IMPROVEMENTS ` Item # Description Quantity Unit 1,050.00 I TRENC i SAFETY, complete in place 18,600.00 370.00 1,480.00 Cl-1 per LF 1,800 LF 485.00 485.00 I C12 8" PVC WATERLINE, complete in place pelt LF 1,800 LF 8" GATE VALVE WBOX. complete C 1.3 in place r EA 9 EA TYPE 1 FIRE HYDRANT WITH TEE, C 1.4 compl!j in plewce per EA 6 EA 8 "X8" D.I., M.J., TEE, complete in _ Cl-5 place per EA 4 EA 8" D.I., M.J., 45 DEGREE BEND, C'1.6 completo in p1 wee per EA 6 EA 8" AC to PVC ADAPTER, complete in C 1.7 place peak EA 2 EA I 12 "X S" D.I., M.J., REDUCER, CI-8 complete! in place per EA I EA I8" D.I., M.J., PLUG, complete in place 1 C1.9 per EA 3 EA SUB -T(WAL PHASE 2, PART C - WATE)1 SYSI," Proposal Form Page 8 of 14 Unit Price I Extension 1.00 1,800.00 45.00 81,000.00 1,050.00 9,450.00 3,100.00 18,600.00 370.00 1,480.00 275.00 1,650.00 270.00 540.00 485.00 485.00 200.00 600.00 CLIFF MAUS DRIVE, Phase 2 BASE BID, P E 2, ]PART D - SANITARY SEWER IMPROVEMENTS Item # Description Quantity Unit Unit Price Extension D1.1 12" PVC (I V - 15' CUT), complete in place por LF 105 LF 70.00 7,350.00 131.2 12" PVC (15'- 17' CUT), complete in place per LF 285 LF 91.00 25,935.00 131.3 l 12" PVC (1 ?' - 19' CUT), complete in place pMr LF 620 LF 100.00 62,000.00 131.4 12" PVC (19' - 21' CUT), complete in place por LF 518 LF 106.00 54,908.00 131.5 12" PVC (23' - 25' CU'C). complete in place pqr LF 40 LF 130.00 5,200.00 131.6 8 PVC (13' - 15' CUT), complete in place per LF 47 LF 82.00 3,854.00 8 PVC (17' - 19' CUT), complete in 131.7 place per LF 53 LF 89.00 4,717.00 D 1.8 8 PVC (19' - 21' CUT). complete in place per LF 47 LF 1 01.00 4,747.00 5' MANHOLE 13' -- 15', complete in I 131.9 place M EA EA 6,000.00 6,000.00 5' MANHOLE 15'-- 17'. complete in I 131.10 place por EA EA 7,100.00 7,100.00 D1.1 I 5' MAN HOLE 17'-- 19', complete in place por EA 3 EA 7,700.00 23,100.00 5' MANHOLE 19' -- 21 `, complete in I D1.12 place EA EA 8,200.00 8,200.00 4' MAN HOLE 13'-- 15% complete in I 131.13 place par EA EA 3,900.00 3,900.00 131.14 TRENCH SAFETY. complete in place per LF 1.780 LF 1.00 1,780.00 CONN13CIlON TO EXISTING I 131.15 MANHOLE, complete in place per EA EA 1,025.00 1,025.00 Proposal Form Page 9 of 14 Item # Description Quantity Unit Unit Price Extension CONNECTION TO EXISTING MANAOLE W/ OUTSIDE DROP I 1 DI-16 CONNIECTION, complete in place per EA EA 2,100.00 1 2,100.00 D1.17 DEWAtTERING, complete in place per LF x,266 LF 0.10 326.60 TRENCH SAFETY FOR MANHOLES, 1 D1.18 comp in price per LS EA 80.00 80.00 SUB- TAL PHASE 2, PART D — SANITARY SEWER IMPROVEMENTS (D1.1 -01.18) $ 222,322.60 H & G Contractors, Inc. herewith certifies that the unit prices hown no this print -out for bid items (including any additivq or deductive alternated) contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. H & G Contractors, Inc. acknowledges and agrees that the l'otal Bid amount shown will be read as its Total Bid and further agrees that the official total Bid amount will be determined by multiplying the unit price shown on this print -out by the respective estimated quantities shown on the Proposal Form and then totaling the extended amounts. /j "Signature ! P c tv-T Title Date Proposal Form Page 10 of 14 CLIFF MAUS DRIVE, Phase 2 Bid Summary Sub -tot*is listed in the following summary shall match those totaled for each part on the prior pages. Sub -Tool Part A Sub -Total Part B Sub -To#Nl Part C Sub -Total Part D TOTAL PHASE 2 BASE BID: $ (SUM OF PARTS A1, B1, C1, & D1) Proposal Form Page I 1 of 14 $ 709,425.65 $ 255,222.00 $ 115,605.00 $ 222,322.60 $ 1,302,575.25 he t r a for iii -ommence work within ten (10) calendar days from date +hey recei-v-e written work order and will complete same within 180 CALENDAR DAYS after construction is begun. Shou'ci Contractor default Contactor may be liable for liquidated damages as set f�rth i t're Contract Documents, -ity '" l i p 3y C:ontrat for in current funds for performance of the contract in accor(Jance with the Contract Documents as the work progresses Signed in _ par -s at Corpus Christi, Texas on the date shown above ATTEST: City Secretary APPROVED AS TO LEGAL FORM: By - Asst '71ty Attorney Corporaotion) (Se V Be -o (Note If Person signing for coxp#ratlen is not Praoident; att coop of authorization to gn) " +:'L6Z.L...�...:�.C..... . Ali 1 hUK!4L. SECRETv CI Y OF CORPUS CHRISTI By:� c� O Ponald F. Massey, Asst City Mgr. '�f Public Works and Utilities By: ,0 angel scobar, P.E. Dire or of Engineering Services QDNTRACTOR H Contra` o s, Inc. Title:-- t r��tic�ent P.O. BOX 10706 (Address) CORPUS CHRISTI, TX 78460 (City) (State)(ZIP) 361/289 -2556 * 361/289 -2757 (Phone) (Fax) Agreement Page 2 of 2 P R C; P O S A L F O R M F O R CLIFF NAUS DRIVE, PKASE 2 - OLD BROWNSVILLE ROAD TO BEAR LANE DEPARTMENT OF ENGINEERING SERVICES CITY OF -ORPOS CHRISTI, TEXAS ?ROPOSAL FORM 1 of 14 P R O P O S A L Place: February 28, 2007 Proposal of-- H & G Contractors, Inc. , a Corporation organized and existing under the laws of the State of jexas 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. CLXJV NAUS DRIYN, PZM" 2 - OLD SROWNSVILLE ROAD TO BEAR LANE 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 2 of 14 CLIFF MAUS DRIVE, Phase 2 nriar, rs , ralAbb i4 rAK1 A — STREET IMPROVEMENTS Item # Description Quantity Unit Unit Price Extension AL I Street excavation & embankment, per Square Yard 8,505 SY 15.00 127,575.00 A1.2 6" Flexible base, high strength, per Square Yard 8,505 SY 13.00 110,565.00 ALL Tensar; Geogrid, per Square Yard 8,505 SY 7.00 59,535.00 5,385.00 A I.4 Prime Coat p+� Gallon 1,077 1, GAL 5.40 A 1.5 Surfaci course (2" Type D 14MAC), per Square -Yard 7,179 SY 12.00 86,148.00 A1.6 Surface course (3-1/2" Type B HMA(' ), per S e Yana 7,179 SY 20.00 143,580.00 A1.7 6" Concrete curb & gutter, per Linear Foot 3,190 LF 13.00 41,470.00 A1.8 Concrete sidewalk removal, per Square Foot 6,500 SF 2.00 13,000.00 A1.9 5' Conegete sidewalk, per Square Foot 15,700 SF 4.50 70,650.00 784.50 A1.10 4" Dashed yellow thermo- plastic stripe.. per Li r Foot 523 LF 1.50 A1.11 4" Solid yellow thermo- plastic stripe, per LinW Foot 2,956 LF 1.20 3,547.20 A1.12 24" Solid yellow thermo- plastic stripe. per Linear Foot 120 LF 9.30 1,116.00 Proposal Form Page 3 of 14 CLIFF MAUS DRIVE, Phase 2 Item # Description Quantity Unit Unit Price Extension Al .13 8" Solid white thermo - plastic stripe, per Linea; Foot 506 LF 2.30 1,163.80 24" Type "C" crosswalk and stop bar 541 A1.14 the plasttc, per Linear Foot LF 7.00 3,787.00 12" Type "C" crosswalk and stop bar 474 A1.15 thermp- plastic, per Linear Foot LF 3.50 1,659.00 Pre- fabricated pavement marking (T� A1.16 C) (Vf (Arrow), per Each 16 EA 146.25 2,340.00 Pre - fabricated pavement marking (Ty A1.17 C) (W) (Word), per Each EA 175.50 877.50 ConcMte driveway w /tied sidewalk, per A1.18 Squam Foot 82-5 SF 6.75 5,568.75 A1.19 Type 4 curb tamp, per Square Foot 85 SF 13.50 1,147.50 A1.20 Type 7 curb tamp, per Square Foot 200 SF 14.00 2,800.00 A1.21 Type !fl curb ramp, per Square Foot 160 SF 14.75 2,360.00 A1.22 Erosion control by seeding, per Acre 0.34 AC 4,210.00 1,431.40 A1.23 Traffip control , per Lump Sum 1 LS 12,300.00 12,300.00 A1.24 OzoneFlaction day, per Each 3 EA 1,000.00 3,000.00 Proposal Form Page 4 of 14 ULIFF MAUS DRIVE, Phase 2 Item # Description Quantity Unit Unit Price Extension Traffic signal pedestal pole reinforced A 1.25 concIrte foundation, per Lump Sum LS 2,635.00 2,635.00 Traffic signal conduit and wiring A1.26 allowance, per Lump Sum 1 LS 5,000.00 5,000.00 SUB -TOTAL PHASE 2, PART B -- STRIKET IWROVEMENTS (Al.l- A1.* $ 709,425.65 Proposal Form Page 5 of 14 CLIFF MAUS DRIVE, Phase 2 BASE BID, PRASE 2, PART B — DRAINAGE IMPROVEMENTS Item # Description Quantity Unit Unit Price 64.00 73.00 92.00 114.00 2,160.00 3,000.00 3,500.00 2,400.00 2,900.00 3,100.00 4,100.00 1.00 Extension B 1.1 B1.2 18" ACP, complete in place per LF 36" IXCP, complete in place per LF 184 480 LF LF 11,776.00 35,040.00 B1.3 42" RCP, complete in place per LF 328 LF 30,176.00 B 1.4 48" RCP, complete in place per LF 1,048 LF 119,472.00 BL5 B 1.6 STD 5' CURB INLET, complete in place: r EA MANHOLE — TYPE "A ", complete in place: r EA 6 2 EA EA 12,960.00 6,000.00 B1.7 MANHOLE — TYPE `B ", complete in place per EA EA 7,000.00 B1.8 4'X4' POST INLET. complete in place per EA 1 EA 2,400.00 B1.9 5'X5 " POST INLET. complete in place per EA 2 EA 5,800.00 B 1.10 OUTFALL STRUCTURE, complete in place r LS 1 LS 3,100.00 B1. 11 ROCK FILTER DAM, complete in place per EA I EA 4,100.00 B 1.12 TRENCH SAFETY FOR DRAINAGE, comp*e in place per LF 2,048 LF 2,048.00 Proposal Form Page 6 of 14 CLIFF MAUS DRIVE, Phase 2 Item # I Description I Quantity I Unit MOWN CONTROL BY SEEDING. 2.2 B 1.13 comple in #ce per ACRE AC 131.14 SILT )FENCE, complete in place per LF 2,160 LF TRENCH SAFETY FOR DRAINAGE 131.15 STRUCTURES 13 EA TRAFFIC CONTROL FOR STORM 131.16 SEWS 1 LS SUB -TOTAL PHASE 2, PART B — DRAIl AGE MPROVEMENTS (B1.1- .16) Proposal Form Page 7 of 14 Unit Price I Extension 1,650.00 3,630.00 3.00 I80.00 6,480.00 19040.00 4,200.00 4,200.00 E CLIFF MAUS DRIVE, Phase 2 BASE $ID, PHASE Z. PART C _ WATER SYSTEM IMPROVEMENTS Item # Description Quantity Unit TRENCH SAFETY, complete in place Cl-1 per LF 1,800 C1.2 LF 8" PV+C WATERLINE, complete in place per LF 1,800 LF 8" GATE VALVE WBOX, complete C1.3 in placq per EA 9 EA TYPE 1 FIRE HYDRANT WITH TEE, C 1.4 complaie in place per EA 6 EA 8 "X8" D.I., M.J., TEE, complete in C 1.5 place per EA 4 EA 8" D.L, M,J., 45 DEGREE BEND, C 1.6 comple* in place per EA 6 EA 8" AC to PVC ADAPTER, complete in Cl-7 place per EA 2 EA 12 "X 8" D.I., M.J., REDUCER, CIA complete in plane per EA 1 EA 8" D.I., M.J.. PLUG, complete in place Cl-9 1per EA 3 EA sUB- TOWAL, PRASE 2, PART C — WATER SYSTEM Q4LPRO' MmTS (Cu -Cl.q) Proposal Form Page 8 of 14 Unit Price 1.00 45.00 1,050.00 3,100.00 370.00 275.00 270.00 485.00 200.00 Extension $ 1 1,800.00 81,000.00 9.450.00 18,600.00 1,480.00 1,650.00 540.00 485.00 600.00 CLIFF MAUS DRIVE, Phase 2 BASE BID, P E 2, PART D - SAMTARV SEWER UVIPROVEMENTS Item # Description Quantity Unit Unit Price Extension 12" PVC (13' - 15' CUT), complete in D1.1 place p)er LF 105 D1.2 12" PVC (15'- 17' CUT), complete in LF 70.00 7,350.00 place pier LF 285 D1.3 12" PVC- (17' - 19' CUT), complete in LF 91.00 25,935.00 place per LF 620 12" PVC (19' - 2 P CUT), complete in LF 100.00 62,000.00 131.4 place p� LF 518 12" PVC (23'- 25' CUT), complete in LF 106.00 54,908.00 D1.5 place por LF 40 8 PVC (13'- 15' CUT), complete in LF 130.00 5,200.00 D 1.6 place parr LF 47 8 PVC (17' - 19' CUT), complete in LF 82.00 3,854.00 D1.7 place per LF 53 8 PVC (19' - 2 P CUT), complete in LF 89.00 4,717.00 PDI.8piece pert LF 47 5' MANHOLE 13' - 15', complete in LF 101.00 4,747.00 131.9 place pelr EA I 5' MANHOLE 15'- 1 �'. complete in EA 6,000.00 6,000.00 D1.10 place per EA I 5' MANROLE 17' - 19'. complete in EA 7,100.00 7,100.00 D1.1 1 lace per EA 5' MANHOLE 19' -2 1 ' . complete in EA 7,700.00 23,100.00 D 1.12 place per EA 1 4' MAN)OLE 13'- 15'. complete in EA 8,200.00 8,200.00 D 1.13 place peak EA I TRENCH SAFETY, complete in place EA 3,900.00 3,900.00 D1.14 per LF 1.780 CONNECTION TO EXISTING LF 1.00 1,780.00 D1.15 MANHOLE, complete in place per EA 1 EA 1,025.00 1,025.00 Proposal Form Page 9 of ;4 Item # Description ouantitv Unit Unit Price Extension CONVECTION TO EXISTING MAI*IOLE W/ OUTSIDE DROP 1 D 1.16 CONNECMN, complete in place per EA EA 2,100.00 2,100.00 D1.17 DEWATERING complete in place Pe r LF 3,266 LF 0.10 326.60 TRENCH SAFETY FOR MANHOLES, 1 D1.18 complete in ce per LS EA 80.00 80.00 SUB- OTAL PHASE 2, PART D -- SAN# A.RY SEWER IMPROVEMENTS (D1.11D1.1111) $ 222,322.60 H & 6 Contractors, Inc. herewith certifies that the unit prices hown no this print -out for bid items (including any additive or deductive alternated) contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. H & G Contractors, Inc. acknolvledges.and agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit price shown on this print -out by the respective estimated quantities shown on the Proposal Form and then totaling the extended amounts. — Signature r r�r�a 5 t aPArr,V`7 Title _T Date, Proposal Form Page 10 of 14 CLIFF MAUS DRIVE, Phase 2 Bid Summary Sub -Wtals listed in the following summary shall match those totaled for each part on the priorpages. Sub -Total Put A Sub -Total Part B Sub -Total Part C Sub -Total Put D TOTAL PHASE 2 BASE BID: $ (SUM OF PARTS Al, Bl, C1, & D1) Proposal Form Page i C of 14 $ 709,425.65 $ 255,222.00 $ 115,605.00 $ 222,322.60 $ 1,302,575.25 i'�:e �n:ie s� ;red he �r� is e rya= visited the site and has carefully examined the pans, spec- :_catic -.; and ontiac? a invents relating to the work covered by his bid or bids, t -:at r zgr� -e- to c. rhF .,;rK, al' A no reoresentat­ons made by the City are in any sense warrar:t bu, -ire Tie. e ect tat :s - _ r '-E guidance of the Contractor. Upon notification c award of contract, we will within ten (10) calendar days execute the formal contras -t and will J,diver Performance Bond (as required) for the faithful performance of tni contract and a Payment Bc -_d as required- to insure payment for all labor and materi.aLS. The bid bond a- ..tached to this proposal, in the amount of 5% of the highest amount b--d, i -o re,ome the prop?rt,, o_ the --ity o' Corpus Christi in the event the contract and bonds are n-;, executed wi' iin he*_ime above set forth as liquidated damages for the delay anc additional 'Iroork caused the_ -eby. Nincrity/Wnori.ty Business Znterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submi- tc the City Engineer, in writing, the names and addresses of MBI firms participating in the contra('. ar�d a description of the work to be performed and its dollar value for bid evaluatior, nirpose, Number of Signed. Sets of Documents: The contract and all bonds will be prepared in not less that four counterpart (original signed; sets. Time of Ccaplet.ion: The liridersigned agrees to complete the work within 180 calendar days fror the date designated k Y, a W-)rk Order. The undersigned furt.t.er de,.lares _hat he will provide all necessary tools and apparatus, do al: the work and furnish all materials and do everything required to carry out the above mentione( work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of tr_e follow -ng :addenda .s =cknowledged ;addenda number): No. 1, No. 2, No. 3 No._ 4, NG. 5 & N0._6 (SEAL - IF BIDDER IS a Corporation) NOTE: Do not detach bid from other papers. Fill in with ink ana submit _omp -�t.e with attached papers Respectfully submitted: Name: Gary Garnett By: Address: P 0 Box 10706 (P.O. Box) (Street) Corpus Christi, TX 78460 (City) (State) (Zip) Telephone: 361 289 -2556 PROPOSAL FORM (Revised August 2000) P E R F O R M A N C E B 0 N D BOND NO. 2174745 STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNVY OF NUECES § THAT H & G Constructors, Inc. of NUECES County, Texas, hereinafter called "Principal ", and 1NSURANCE COMPANY OF THE WEST * , a corporation crgani_:ed ender the laws of the State of CALIFORNIA , and dujy authorized to io business in the State of Texas, hereinafter caller "Surety ", are held and firmly bound unto the City of Corpus Chi istL, a municipal corporation of Nueces County, Texas, hereinafter called "city ", in the penal sum of ONE MILLION, THRES, H2UjMRED TWO THOUSAND FIVE HUNDRED SEVENTY -FIVE AND 25/100 ($1,10,M.25) DOLLARS, lawful money of the United States, to be paid in Nueces County, Taxas, for the payment of which sum well and truly .0 be mace we b "ld of rselves, our heirs, executors, administrators ann sic nss_-rs, ;ointly and severally, firmly by these presernts : * NDE ENI ENC1 CASt AMY & SURETY CU. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into i certain contract with the City of Corpus Christi, datec the 20TH )f MARCH , 20 07 , a copy of which is hereto attached an_ made a Kurt hereof, for the construction of: CLIFF MAUS DRIVE PHASE 2 OLD BROWNSVILLE ROAD TO BEAR LANE PROJECT NO. 6275 (TOTAL BASE BID: $1,302,575.25) ROW, THEREFORE, if the principal shall faithfully perform said work in accordance wits The plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal steal!; repair and /or replace all defects due to faulty materials and /or wprkman hip that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obl_gatton shall be void; otherwise to remain in full force and Effect PROVIDED FURTHER, that if any legal action be filed on this bond, venue sha11 lie in Nueces County, Texas. And that said suret, for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, cr to tine 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 rctice cf any suc'q change, extension of time, alteration or addition to the Terms of the contract, or to the work to be performed thereunder. Performai ce Bond Page 1 of 2 'T s bcT�� 1 s g.Ls�rer: t;.. neet rvhe requirements of Article 5160, %err_or. ' := C1_v _ St--Lutes -Dl' nexas, ar d other applicable statutes of the St v e of 7 exa The undersigned a�jent is hereby designated by the Surety herein as the Ager, Res dent in Nueces County to whom any requisite notices may be deiiverec and on whom service of process may be had in matters ar -sir. -Dat of such suretysr.ip, as provided by Art. Vernon ` s Tryxas I °.su ance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each c:,re of whit - shail be deemed an original, this the 30TH day of MAR( Ti - — PRINCIPAL B y ' rN ! 'Fri n Name & Tltlej ATTEST Secret r',F (Pri.. Name! SURETY INC. INSJKANCf --OMPANY OF THE WEST INDEL,� MENCE CASIJALTY & SURETY CO. By Att:or- ey =:i'h -fact MARY LL1,EN MoORF. (F,.'_p.. Nam,' Titt sit Agent of the Surety in zf#e0es CowFity' a T Ca fors deal ry 6r notice a'd service of process is: Agency: S'K,r.NTNEk , v,ukC -UN INSURANCE AGENCY Contact Person- AA QV PT.T_R;J MOi ) Q P Address: P -;L RO X ,i70 i OkPTiS C'HtT;Ti. TEXAS 78403 Phone Number: 30_883 -1'li ( "NOTE: Dare of Pent Bo prior to date of contract) (Revised 9102) performance Bond Page 2 of P A Y M E N T B O N D STAT& OF TEXAS § BOND NO. 2174745 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT H & G Contractors, Inc. of NUECES County, Texas, hereinafter cal led "Principal ", and 1N5uRAM F COMPANY OF TuR WEST * , a --orperation =�rga, ized :nder_ the laws of the State of CALIFORNIA , and di ly al:trori. ed is business in the State of Texas, hereinafter ca!_lec "tit_ir,ty", are held and firmly bound unto the ity o Corpus Christi, a Y.unicipal corporation of Nueces County, Texas, Hereinafter called "('ity ", and unto all persons, firms and corporations supp:l ✓ing _abce and materials in prosecution of the work referred to 1 - the -it ached --ontract, in the penal sum of ONE MILL N, THREE HUNDRED TWO THOUSAND, FIVE HUNDRED SEVENTY -FIVE AND 25/1(0($11302,575.25) 7)CL;LARS, '_awful money of the United States, to be paid i-i N?ie es c int Texas, for the payment of which sum well anc_ truli t oe ma(=e bi -nd ourselves, our heirs, executors, admini- ,trators any: s l c= ss°r5,Ointly and severally, firmly by these -:resents : * NDEYEPT•i N :'i. '11SUAL'IY SURETY C THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered -nto - certain contract with the City of Corpus Christ , date.: the 20TH lay MARCH , 20 07 , a copy of which is heretc attache_i an-' made a r %art hereof, for the construction of: CLIFF MAUS DRIVE PHASE 2 OLD BROWNSVILLE ROAD TO BEAR LANE PROJECT NO. 6275 (TOTAL BASE BID: $1,302,575.25) ROW, THEREFORE, i. f -.he princ _pal shall faithfully perform its duties and make prcrpt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the :roses tic>n of the work provided for in said contract and any and ;i1 duly authorized modification of said contract that nay '.erein after be made, notice of which modification to the surety is hereb. expressly waived, then this obligation shall be void; )th�rwise to =-emain in full force and effect. PROVIDED FURTHER, t at if ant legal action be filed upon this Mond, -.venue shall ie in Nueces Co ,nt y, Texas. And that said suret to— value received hereby stipulates that no change, extensi ,n _;f timle, alteration or addition to the terms c,f the contract, c.r to t-e work performed thereunder, or the plans, specifications, drawing;, etc., accompanying the same shall in anywise affect it= obligation on this bond, and it does hereby waive -otice an,, such change, extension of time, alteration or addi-_i -n to tr,,e erms )f the Contract, or to the work to be performed the-_­,,ndlr. aymeT Bcnd -aqe r -:5 bo> : i per -reet , fie requirements of Article 5160, e -nor:' Ci< _ S' c� ut« _, Texas, ar: -1 other applicable statutes of S t _i e C E =Xd Tr',f t,-, '?TS la.l.mant" "Labor" and "Material", -he- as -i sed he -r,— -3 e n ac ,c-,dance with and as defined in said Art; cl, T -E- undo- signed acent is r;ereby designated by the Surety herein as the Agen- Pesi-tenr ir, Nueces County to whom any requisite r oti ces may ti.E de- _vere,c an' cn w;izom service of process may be had in mat -ers ar s_— :; -t of such suretyship, as provided by Art. 1. 9 -1 , Vernon' s T--� xas i - sur a��ce ride. IN WITNESS WHEREOF, th:,_s instrument is executed in 4 copies, each oie of ahicr shai_ be deemed an original, this the 30TH day of !,IARCII PRW,Z PAL H _', �_ CONTRAC'IWar h INC. (Prim Name & -itle) ATTEST S e c r t'a�2 ' (Prin Name) SURETY INST":,ANCE, C'JNIPAN`Z OF THE WEST INllE1 E'NDENCE CASiJALTY & SURETY CO. Att.oz ney --,in -face_ ',1AR`.' LL Q MOORE � t Agent of the Surety in Nueges Counter2 fob delliory df notice And service of process is: Agency: SwANrd ,'R e, .�(-)RDON INSURANCE AGENCY Contact Person: M RV r:11F.EN NTnnrzF Address: P.0- sox d70 C'HRISTT . 'TEXAS 78403 Phone Number: L_ �_ r 711 NOTE aye of I m.en .. >na, mms nc, 'v crio: to date of contract) (Revised 9/02, aymen! Bcnd Page _ of No. 0004671 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN Ei THESE PRE SFNTS -that Insurance 'ompang of the West. a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duty organized under the lay of the State of California. and Independence Casualty and Surety Company, a Corporation duly organized under the laws o� the Sat, of Texas, ;collectiveh referred to as if 'Companies"), do hereby appoint DIANN EISENHALI_R. R.M. LEI L. MARY ELLEN MOORE , LEROY RYZA, KRISTI ROBERTS their true and lawfitl Attomcy(s)- in-Fac: with authority, to date. -,cute -sign, seal. and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts ofsurimship, and am: related documents in witntss ,,hereof, the Companies hay caused then, presenW to be executed by its duly authorized officers this Ist day of November, 2005. PO� CK` °a �R uteo s 4+� o p i xs INSURANCE COMPANY OF THE WEST f C ,SEAL - ; m e a EXPLORER INSURANCE COMPANY "rol'aRQkM'. °�? oy� INDEPENDENCE CASUALTY AND SURETY COMPANY r » JetTre,, D. Sweetie%, Assistant S- ecretan John I Hannum, Executive Vice President State of Cahfomta ss i ount,.. of San Diego On .iune `• 2006 before me, Mary Cobh, Notary Pubh,, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are sgbscribed to the within instrument, and acknowledged to me that the,, executed the same in their authorized capacities, and that by their signatures on the instrument, the entfiy upon behalf of which the persons acted- ex. cuted the instrument Witness my hand and official seal. yy� Mary Cobb. Notary Public RESOLI'TIONS This Power of'Attorney is granted and is signed. sealed and notarized wnh facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Director of each of the Companies "RESOLVED That the President, an Executive or wmor Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s) -in -Fact to date, execute, sign, seal, and deliver on behalfof the Company, tidetin and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER That the signatures of tite officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment. ma\ be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Com* . may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manu8ily affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE 1, the undersigned, Assistant Secretay, of Insurance Company o the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing. -Power of Attomey is in full force and effec and has not been res oked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Cpmpames, and are nor :n full fc +r: e. IN WITNESS WHEREOF, I have set rry handthi> ji� (''N _ day i�t Jeff-e% D. Sweeney, Assistant Secretary J o verity the authetucit� of this Power of Attome, you ma; cai - 80(, -8 ?7 -1 r 11 and ask for the Surety Division- Please refer to the Power of Attomey Number, the above named individual()i) and details of the bond to which the power attache) For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA U2; 30 -2045 or call 0958? 351 % -240) Thi llower is in full force and effect until revoked CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS "ity of -orpus Christi Ordinance l::v, as amended, requires all persons or firms seeking to d< >usiness with the City to provdee the fol:-owing information. Every question must be answered. I: he question is not applicable, ar.swet with "NA ". :IRM NAME: H S G Contractors. Inc. ;TREET: 122ASo. k4nerals Rd. _CITY: Corpus Christi, TX ZIP: 78409 .............. ' RM is: 1. Corporation X 2. Partnership 3. Sole Owner 4. Association 5 Other DISCLOSURE QUESTIONS f additional space it necessary, please use the reverse side of this page or attach separate sheet. State the na of e111011 "employee" of the City of Corpus Christi having an "ownership interest" constituting 30/ or more of the owners* in ** above named "firm". Name Job Title and City Department (if known) WA !. State the names of e40h `Official" of the City of Corpus Christi having an `ownership interest" constituting 3% or more o the ownerehiplin the above named "Arm" Name Title N/A t. State then of each "board merrier" of the City of Corpus Christi having an "ownership interest" constituting 3% o more of the oership in the above named "firm ". Name Board, Commission or Committee N/A I. State the narr> of sech employee or officer of a "consultant" for the City of Corpus Christi who worked on any matte related to the *bject of this contract and has an "ownership interest" constituting 3% or more of the ownership in thi above named "firm". Name Consultant N/A CERTIFICATE I certify that all in tion provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure c Iny information regt ;find that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as change: )ccur. :ertifying Person: Caw Gamgtt Title: Vice President (Type or Printt));� >ignature of Certifying Person: ,% ?�•' a =� -- Date: 2/21/07 PROPOSAL FORM DEFINITIONS i. "Board Members'' A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi Texas. >. "Employee ". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independen contractor. "Firm'. Any er opened for economic gain, whether professional, industrial or commercial and whether established to produce o with deal a p uct or service, including but not limited to, entities operated in the form of sole proprietorship, as self- employec person, pantnelohip, corporation, joint skock company, joint venture, receivership or trust and entities which, for purposes of taxation are treated as hon -proM organizations. i "Official" The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department anc Division Headviand MIunicipal Court Judges of the City of Corpus Christi, Texas. a. "Ownership InWest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through aill agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through votinc trusts, proxies or speed terms of venture or partnership agreements. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professions consultation and recommendation. PROPOSAL FORM ACOFD CERTIFICATE OF LIABILITY INSURANCE CSR CM DATEIMM/DD/YYYY) I HGCON -1 1 03/30/07 PPODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE S .ran caner & Gores, Ins A:, y HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR F Box 8 7 0 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi "TX 78403- C'0870- Phone : 3 61 - 8 8 3 -1711 Fax 361-844-01C-- INSURERS AFFORDING COVERAGE NAIC # nSL1RED NSURERA Transcontinental Ins Co 20486 INSURER B. Valley Forge Insurance Co_ 20508 H & v Cont actors. In NSURERC Interstate Fire & Cas Co P O Box 10706 NSURERD Valley Forge Insurance Co 20508 Corpus Christi TX 78460 - - -- - - - -- I NSURER E. Ct7VERAGES "HE POLICIES OF INSURANCE -ISTED BELOW HAVE BEEN ISSUEC TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMPS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS IN LTR TY OF INS CE POLICY NUMBER _ DATE DATE MMIDD/YY LIMITS GENERAL LUOLlTY - T — T X COMMERCIAL GENERALLIABIL' "' C20709260 i3 06/23/06 06/23/07 EACH OCCURRENCE $1,000,000 PREMISES (Ea occurence ) $100,000 MED EXP (Any one person) s5,000 t-- CLAIMS MADE LX _ DC(UR PERSONAL 6 ADV INJURY $_1 , 000 , 000 GENERAL AGGREGATE As 2, 000, 000 I PRODUCTS - COMP /OP AGG $2,000,000 I GEN'+- AGGREICaA`E :AMITAPPLiES PER Em Ben. 1,000,000 ._ PRO POLICY JECT Lac COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 AUTOMOBILE LIABILITY �3 X ANV A,JTO C2'•)709261 t 4 06/23/06 06/23/07 A,.L OWNED AUTOS F ✓� SCHEDULED ALTOS i BODILY INJURY (Per person) $ X HIRED AUTCS % — BODILY INJURY (Per accident) $ '.. X 1 NON -OWNED AUTOS i PROPERTY DAMAGE (Per accident) $ GARAGE LU1BILi Y AUTO ONLY - EA ACCIDENT $ EA ACC OTHER THAN AUTO ONLY: AGG $ -� ANY AUTO $ LIABILITY ± EACH OCCURRENCE $ 5, 000, 000 AGGREGATE $S,000,OOO rEXCE5SlU1�MtELLA -, }{_',.00CUR, �CLAIMSMADF I', u%'so1607078 06/23/06 06/23/07 $ DEDUCTIBI, I RETENTI1ON $5,000 $ WORKERS COMP ATION AND / X TORY LIMITS ER E.L. EACH ACCIDENT $1,000,000 !, EMPLOYERS* LIABILITY ✓ WC2070926159 06/23/06 06/23/07 ANY PROPRIETORtARTNERIiEXECUTIVE r OF EXCLUDED? . � It y describ f e and SPE JAL PROVISIONS below _ _ _ _ E.L. DISEASE- EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,,000,000 - OTHER DESCRIPTION OF OPE IONS / TIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project #6275 Cliff Maus Drive, Phase 2 - Old Brownsville Road to Bear Lane The City of Corpus Christi is named as additional insured on all General Liability and all Automobile Liability policies. Per attached endorsements. *Except Umbrella. Carrier does not endorse for 30 Day Notice of Cancellation -- AcUKU Z5 IZV1J11os) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO CICC -CC City of Corpus Christi DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN Depa4rtment of Engineering Svcs NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Attn: Contract Administrator IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR P. O. Boca 9277 Corpus Christi TX 78469 -927 ' REPRESENTATIVES. A ORQED RE NT AcUKU Z5 IZV1J11os) 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 COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT ,CHANGES THE POLICY - PLEASE READ IT CAREFULLY v% ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, Texas 78469 -9277 (If no estry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) A. Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or property damage" occurring after: (1 } All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project CG 20 10 10 01 Insured: H & G Contractors, Inc Pol # C2070926033 Effective: 6/23/06 Managing Partner Randal M. Lee Title: Authorized Representative �f ADDITIONAL INSURED This endorsement modifies insurance provided under the following: This BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM the policy effective on the ince 6123/06 Named insured I >� H & G Contractors, Inc TE 99 O1B date of the policy unless another date is indicated below: Policy Number C2070926114 Countersig�d ized Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: s City of Corpus Christi / Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi. TX 78469 -927' 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 immured 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 snail 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 61B - ADDITIONAL INSURED Team Standard Automobile Endorsement Prewibed by March 19, 1992 ATTACHMENT 2 2 OF 2 COMMERCIAL GENERAL LIABILITY CG 02 05 01 96 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 fol lowing: 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: SCHEDULE City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Co us Christi TX 78469 -927^ rp Number of days advance notice: THIRTY (30) Named Insured: H & G Contractors, Inc Policy Number. C2070926033 Effective Date of This Endorsement: 6/23/06 Authorized Representative: Name (Printed): Title (Painted): R. M. Lee Managing Partner ATTACHMENT 3 CG0205 (01196) 1 OF 3 TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: ffi BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This end ement changes the policy effective on the inception date of the policy unless anotner aate is tnmcatea MOW Endorser ent Effective Policy Number 6/23/06 C2070926114 Named Insured *� H & G Contractors, Inc Countersign: lHUl11Vl ILGLL AG})1 Wc1uGLl r4, THIRTY (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 TE 02 $2A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective 3/92) ATTACHMENT 3 2 OF 3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (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 Informatt+n Page. In the evant of cancellation or other materiai 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 i . Number of days advance notice: 3Q 2. 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 enWorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. t (The i4rmation below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 6/23/06 Policy No. WC2070926159 +/ / Endorsement No. Insured H & G Contractors. Inc ✓ $ FF ALL. Insurance Company Transcontinental Ins Co. Countersigned By: WC 4206 01 Name (Printed): R. M. Lee (Ed '7-84,) Title (Printed): Managing Partner ATTACHMENT 3 30173