Loading...
HomeMy WebLinkAboutC2007-081 - 4/10/2007 - ApprovedWater Department City of Corpus Christi Phone: 361- 826 -3500 Fax: 361 -826 -3501 RVA UP RIVE ROAD-WATER DINE IMPROVEMENTS DONA DRIVE TO SAVAGE LANE LNV ENGINEERING 801 Navigation, Lit. 300 Corpus Christi, 'texas Phone: 361 -- 883 -1984 Fax: 361 - 883 -1986 ... � -city of FOR ,� c �117Si1 MEOW Water Department Phone: City of Cor pus Christi 361 - 826 -3500 Fax: 1- 826 -3501 PROJECT N: 5537 DRAWING NO: W'TR 370 I S P F C I A L P R 0 V I S 1 0 N S P E C I F I C A 1 I 0 N S N F 0 R M S 0 F C 0 N T R A C T S A N D B 0 N D S F UP RIVE ROAD-WATER DINE IMPROVEMENTS DONA DRIVE TO SAVAGE LANE LNV ENGINEERING 801 Navigation, Lit. 300 Corpus Christi, 'texas Phone: 361 -- 883 -1984 Fax: 361 - 883 -1986 ... � -city of FOR ,� c �117Si1 MEOW Water Department Phone: City of Cor pus Christi 361 - 826 -3500 Fax: 1- 826 -3501 PROJECT N: 5537 DRAWING NO: W'TR 370 I UP RIVER ROAD WATER LINE IMPROVEMENTS ANTS DONA DRIVE TO SAVAGE E LANE Table of Contents NOTICE TO BIDDERS (Revised 10/21/98) NOTICE TO CONTRACTORS - A Insurance Requirements NOTICE TO CONTRACTORS - Worker's Compensation Co- verage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 - Time and Place of Receiving Proposals/Pre-Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award/Explanation of Bid Items A-5 Items to be Submitted with Proposal A-6 Time of Completion /Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates A -11 Cooperation with Public Agencies A-12 Maintenance of Services - A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and `tracking A-15 Excavation and Removals A-16 Disposal /Barrage of Materials A-17 Field office A-18 Schedule and Sequence of Construction A. -19 Construction Staking A-20 Testing and Certification A-21 Project Signs A -22 Minority /Minority Business Enterprise -Parti- cipation Policy (Reprised 10/98) A -23 Inspection Required - A-24 Surety Bonds NOT USED (6/11/98) A-26 Supplemental Insurance Requirements NOT USED A-28 Considerations for Contract Award and Execution A.--29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract' Requirements A-31 Amended Policy on Extra Work and Chance Orders A -2 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents NOT USED Table of contents Page I of 4 A-36 other Submittals III F NOT USED A -3 8 Worker's mpen ation Coverage for Building or Construction Projects for Government Entities A-39 O rtificate of Occupancy and Final Acceptance A, -40 Amendment to Section B-8-6.- Parti i Estimates A-41 NOT USED A -42 OSHA Rules & Regulations A-43 Amended Tndemni ication & Meld Harmless (9/98) A-44 Chance Orders (4/26/99) A-45 As -Built Dimen ions and Drawings A-46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre - Construction Exploratory Excavations (7/5/00)_ A-4 Overhead Electrical fires A -49 Amended "Maintenance Guaranty" (8/24/00) A -50 Contaminated Soils Ay--51 Dust Control A -52 De watering and Disposal A -53 Electronic Submittal of Bids A -54 Value Engineerin A -55 Alton Gaskets PART B - GENERAL PRIOR? PAS - FEDERAL WAG E RA'C'ES AND REQUIREMENTS PART S - STANDARDS SPECIFICATIONS 022022 Trench Safety 023020 Jacking, Boring or Tunneling 025205 Pavement Repair, Curb, Gutter,- Sidewalk, & Driveway Replacement (S-54) 025404 Asphalts Oils and Emulsions 025412 Prime Coat 025802 Temporary Traffic Controls 026201 Water Lire Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Ir n Pipe and Fittings 026210 PVC Pipe 026402 Water.lines 026404 Water Service Lines 026409 Tapping Sleeves and Valves 026411 Cate Valves for Mater Lines 026413 Butterfly Valves for Waterlines 026416 Fire Hydrant 030020 Portland Cement Concrete 032020 Relnforclng Steel 038000 Concrete Structures 050200 Welding Table of Contents Page 2 of 4 PAR'S T - TECHNICAL SPECIFICATIONS 001200-Removing Abandoned Structures 002100 -- Flexible Base 002200 -Hot Mix Asphaltic Concrete Pavement 005000-Disinfection of Domestic ' terlines 022020 - Excavation and Backfill for Utilities and Sewer 023527 -Soil Bentonite (Slurry Mall Cut-Off 025612-Concrete Sidewalks s and Driveways 026500 -Steel Pipe for Water Transmission Cement- Mortar Limed are - Polyurethane Coated 026600 -DPE Pipe and Fittings 026700-Air Release Valves 026800 -Glass Fiber Reinforced Epoxy (ORE) Pipes for Portable Water Lines PART W - DRAWINGS 1. COMER SHEET 2. PROJECT LOCATION MAP 3. LEGEND & ESTIMATED QUANTITIES SUMMARY 4. GENERAL NOTES ( SHT 1 OF 2 5- GENERAL NOTES SHT 2 OF ) 6. ALIGNMENT DATA & CONTROL LAYOUT (SHT 1 OF 2 ALIGNMENT DATA & CONTROL LAYOUT HT 2 OF 2 ) 8. CONSTRUCTION SEQUENCE CE LA OUT 9. PLAN & PROFILE STA 325-00 TO STA 330 +00 10. PLAN & PROFILE STA 330 +00 TO STA 335-00 11. PLAN & PROFILE STA 335 +00 TO STA 340 +0 12. PLAN & PROFILE STA 340 +0 TO STA 345 +00 13. PLAN & PROFILE STA 345+00 TO STA 350+00 14. PLAN & PROFILE STA. 350+00 TO STA 355+-00 15- PLAN & PROFILE STA 355+00 TO STA 360 +00 16. PLAN & PROFILE STA 360 +00 TO STA 365 +00 17. PLAN & PROFILE STA 365 +00 TO STA 365+90 18. WATERLINE TIE-IN DETAILS ( SHT 1 OF ) 19. WATERLINE TIE -IN DETAILS (SHT 2 OF 6) 20. WATERLINE TIE- -IN DETAILS (SHT 3 OF ) 21. WATERLINE TIE -IN DETAILS (SHT 4 OF 6) 22. WATERLINE TIE-IN DETAILS (SHT 5 Off' 3. WATERLINE TIE -IN DETAILS (SHT 6 OF 6 24. BORING LOCATIONS 2. EXISTING OASLINES BASEMAP 2. EXISTING STORM WATER BASEMAP 7. EXISTING WATERLINE BASEMAP 2. EXISTING WASTEWATER BASEMAN' 29. STANDARD WATER DETAILS SHT 1 OF 5 ) 30. STANDARD WATER DETAILS ( SHT 2 OF 5 ) 31. STANDARD-WATER DETAILS ( SHT 3 OF 5 32. STANDARD WATER DETAILS ' ( SIFT 4 OF 5 33. STANDARD WATER DE'T'AILS ( SHT 5 OF 5 ) 34. MISCELLANEOUS DETAILS 35. MULTIPLE BOX CULVERTS CAST-IN-PLACE BOX CULVERTS ' 6. SINGLE BOX CULVERTS CAST-IN-PLACE BOX CULVERTS 10' 2)(SCC -10) Table of Contents Pace 3 of 4 SPAN (MC- 6-16) SPAN (SHT I OF 37, SINGLE BOX CULVERTS CAST —IN-PLACE BOX CULVERTS IO t SPAN (SHT 2 OF ) (SCC -1 O ) 38- SINGLE BOX CULVERTS CAST-IN-PLACE -PLACE BOX CULVERTS MI SCELLANEOUS DETAILS SCC -MD 39. PERIMETER SIGNS AND BARRICADES TCP (SHT I OF 2 40. PERIMETER SIGNS AND BARRICADES TCP (SHT 2 OF 2) 41. BARRICADE AND CONSTRUCTION DETAILS BC M-03 --03 (SHT 1 OF 6 42. BARRICADE AND CONSTRUCTION DETAILS BC (2) -0 (SHT 2 OF 6 ) 43. BARRICADE AND CONSTRUCTION DETAILS BC (4) -03 (SHT 3 OF 6 ) 44. BARRICADE AND CONSTRUCTION DETAILS BC ( ) - 0 (SHT 4 OF 6 ) 45. BARRICADE AND CONSTRUCTION DETAILS BC (7) -O3 (SHT 5 OF ) 46. BARRICADE AND CONSTRUCTION DETAILS BC (12) --0 (SHT 6 OF ) 47. TRAFFIC CONTROL PLAN DETAILS TCP ( 2 -1) --0 (SHT 1 OF 2 ) 48. TRAFFIC CONTROL PLAN DETAILS (SHT 2 OF 49. POLLUTION CONTROL MEASURE LAYOUT 50. POLLUTION CONTROL MEASURE DETAILS ECM-93 (SHT 1 OF 3 ) 51. POLLUTION CONTROL MEASURE DETAILS C (2) --- 9 3 (SHT 2 OF 3 ) 52. POLLUTION CONTROL MEASURE DETAILS EC ( 3 )-- 3 (SHT 3 OF 3 ) APPENDIX A — GEO—TECHNICAL INVESTIGATION NOTICE AGREEMENT PROPOSAWDISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents Pace 4 of 4 NOTICE RS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: UP RJR READ WATER LSE PROVEMEMS DONA DRIVE TO SAVAGE LAM (PROJECT PTO. 8537) This project consists of removing 2,010 linear feet of 20" waterline and replacing with 4,275 linear feet of 24" waterline and fittings, 4,180 linear feet of temporary " HDPE waterline, 320 linear feet of 36"-48" bore and casing, 18,100 square feet of utility pavement repair, six bentonite dams, dewatering, disposal of contaminated soils, tie -ins to existing distribution system and traffic control as shown in the plans and specifications. Bids will be received at the office of the City Secretary until 2:00 12. . on TnlednesqM, March 14, .2007 and then publicly opened and read. Any bid received after closing time will be returned unopened. pre -bid meeting is scheduled for ur, Ward 6, 2007 beginning a 10:00 A . M. The pre-bid meeting will convene at the En *ne ar#a Services Maim Conference Room rd Floor city Hallf 1201 Lea and Street. The pre hid meeting will be conducted by the City, and will not include a site visit. A bid bond in the amount of of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of ]Fifty and no/100 Dollars {$50.00 as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by rail upon receipt of are additional ($10-00) which is a non-refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is o be dome and that such wade scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the gage rates so shown for each craft or type of "laborer," 11workman, " or "mechanic" employed on this project. The .qty reserves the right to reject any or all bias, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY of CORPUS CHRISTI, TEXAS s Angel R. Escobar, P.E. Director of Engineering Services Isl Armando Chapa City Secretary NOTICE CONTRACTORS - NOTICE T CONTRACTORS A INSURANCE QUIREMENTS Revised Isar, 2006 Certificate of Insurance indicating proof of coverage in the following amounts is required; TYPE OF INSURANCE M"INIMM INSURANCE COVERAGE 30-Day Notice of Cancellation requ±rod on Bodily Injury and Property Damage all certificates PER OCCURRENCE AGGREGATE Commercial General Liability Including: $2,000,000 OMBINED SINGLE LIMIT I. Commercial Form 2. Premises - operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 13. Independent Contractors 9. Personal. Injury AUTOMOBILE LIABILITY -- OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT R RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100, o0 EXCESS LIABILITY it ,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2fQOOrOOO COMBXNEU SINGLE LIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental X REQUIRED discharge; to :Lnclude long-tern D NOT REQUIRED envlr r ental impact for the disposal of contaminants BUILDERS' RISC{ See Section B-6 --11 and Supplemental Insurance Requirements ❑ REQUIRED C NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements El REQUIRED X NOT REQUIRED Page 1 of o The City of Corpus Christi must be named as are additional in ,gyred on all coverages except worker's compensation liability coverage. o The nan of the Project must be listed under "description of operations' on each certificate of insurance. o For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty { } days prior written notice of cancellation of or material, change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "DIsclo ure of Interest" must be submitte d with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 826 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING R CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, or an approved "worker's ' compensation coverage agreement. Even if Texas law does not rewire a contractor, subcontractor or- others performing project services including deliveries to the job site to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all .individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under- Texas Civil statutes Article 6675c, Section j need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please mote that under- section 110.110 1. Certain language rust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. The Contractor is required to submit to the City certificates of -coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. The Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that It will timely r compl with this Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - B (Revised 1/13/98) Page 1 of 7 8/7/98 T i t I e C E Part 11. TEXAS NVORKERSP COMPENSATION CO.MMISSIUNr Chapter 110. REQUIRED NOTICES COVERAGE Subehprr B. EMPLOYER NOTICES 110.110 Repo rting Rea uirer enEs for Building or Construction Projec for G-overnment I Entities (a) The follo�in words a��~�d terms, bets used this rule. shy have e following meanings, *unless the context cI ariv indicates 'herwi e. Te.•:x not de ned in this rule small have L. e m ae x►ed in the Text Labor Code a so ie cf; ert . e of coverage a :ie t-� c �]v of a c r:ificate f '" rance, : cart late auLA nEI{ to s ei ire : d b• the ^r: ssio , ct a workers' ccm e: sau n cover'a e;a -ee nt � � , % �C -, T -, or 'C- showing statutory r:' Doan mnrannce coverage rt • p the r •. f o person's or tic s employees (inciu =` g those subject to a coverage a eernent provi services on a project for the duration of the project. 2 uddux or corxstr �:on -�- the ea.. ^.i. g deiced i.�� the Texas �r Code, § . e 1 --- person bidding for r awarded building or consu Lion project b a ovemrnent (3) tttra ar p so entity. --- workers` compensation anon n ,, trance meeting the statutory requirements the Tee Cverac Labor Code, § 401.011(44). written a tee e.,E ors form CC -r'1. forrn TWCCrt , form (5) Coverage agreement—.-A- ' - filed whit the Texas Workers, Compensation Co i siou whloh est l s ies or Corm TWCC Pursuant to "on between the arxie for purposes of Texas wore: s' Compesa�oxt � relationship P 406, Subchapters and , s one of rn 10 er er plo and t Texas Labor Code, a for ton est blush s who w H be responsible for providing workers' compensauou coves providing services on the project. --� clu she time from the being or on project r 'Ye (6) � urauon or the prof . tone on the or04eet has been cornpieted and accepted by the .� ove ent en t . the ro*e� '' "subcontracror �. 406.096 of the .pct) — Ith the Persons rcv��trn se. r�� on p ] � e: son or x eonon o aersorrs ex : *Bed under subsections and (i) of this section includes all p the serves the contactor has undertaken to perform o e proe. entities pe�or� all or part of less o`wbrhe+ Bless of whether ther that person contracted directly vit's .the contractor and regard rear p ' ed t ieettden actors, subcontractors. that person has empiovees. Tl- s includes but i not ftmh �o e°s leasing of cvrrrrarxies motor earners, owner- operators, employees o any such endry, or erne ' • ' e.�ees on the project. "services "' includes but I got 1 ^ t 3n entity f prr� rn persons to perror s . � NOTICE ToCoxF rOs � v Revized 1/13190) 8[7198 page up -H Arwvw. c . state, tx _ �: s t ac./ i 1 .htr of 7 page .: : • :► ::� .::.::.inn, ::�. ^uicr::e; : cr A : =� :`::: . r L ^ xdIn labor, LA �'J ::: 'r off : .. �n e oth ,.�..�, a p r ems. �' �:�ri �' doe ���.: -U,%� -..;ki ,j.�� i�� t r r � ... �::�. �.. . . ,.� . ,�.:ti t no �.::....... Y � .%.� � ;.� a pie 10 0 •'.':° *'erdors# supply deliveries, _ da.:ier�� o� cor►aie toile *s. (8) rcie -- :eludes the ero sion or sic :: :o u or construction act for a o v f-Mr" 0. A r +) 4 A," Uty. ■ &ate & rti &4& u* *r L& (b) P.ovxdirg or causing to be provided a cer ca4e of coverage �:ursuant to this rule is a represel2lazzon. by the U' Uu e a U employees cr' dhLe r who are proNrliding services on the project zre ; re c ; *r red by workers compensation cove: ate# that the coverage is based on proper reporuna of loss cation codes and payroll amcunrs, and that ail. coverage agreements have been Eded with .e appropriate ix urance carver or* in the case cl a self -in •erred, with the commission' s division of Seel- Msurance Reguiatior. Providimg false or M"Islead ce.rmixcates or coverage, or faming to pro ;de or r: amtam required coverage, or ails to report any c!"Lan a that matcriaUy anec s the provision of coverage may sui acct the contractor or other person providing services orl the project to adrnirjst� e.`ve penalties, cn=al penalties, civil penaldes, or other civil actions, c gover n.rne:ital entity ,at eaters into a huildiz or con_st c- an contract on a project sh a : 1 include ir. the bid specifi=dons# all the provisions ofpara aph 7 of this subsection, using the lanuae reuird b paragnph (7 o this subsec-zioa: as part oi' L e contract, using the language required by paragraph of this subsecEaF4 require &4,C contractor to perform as required in subsection (d) of this section; obtain ;;'Tc;n the contra or a certificate ofcovera a for each person providing services on the proje l; prior to that person beininnixtg work on the project; (4) obtain ftcm the c nwa for a new cerdficate of coverage sho grin extension of coverage: (A) before rise end of the current coverage period, Lfthe ,ontm o€'s current rte at of co verage shows that the coverage period ends during the duration of the proiec:t; and (B ) no late* TX *.an seven days Mfler the expiration fthe my r~a a ror each other person providiin services an the project whose current certificate shows that the coverage period ends during the duration of the project; , (5) retain ce: =`cates of coverage on fie for the duration of the project and for three years thereafter, provide a copy of the ccr=`cates of coverage to the commission upon request and to wiv person ntitle,d tc, them by law- and (7 use the fanguage containe the following lure 1 for bid pee ca . ons and contrac -s. � �tbout any additions* words or chanizes, except those required to accorr. odate the speck document in which the F arj.m conmined or to unpose stricter standards of documentation: TS 1 10.1 1 0c7 tbl NOTICE TO CONTRACTCRS -- 3 Revised 1/13/98) tt p -Ilvrww - so .srate_t . u S/tzc!2S/1JV I 1 0AB1 1 10.110. htwJ page 3 of 7 817198 T. 110.1 1 , ol-6 contractor shaE_ P " �* duration of the project ' provide coverage for' L rvl]n svi on rot,;_ used on proper reporting or ass ca::on codes and pa %Tole amounts a:.d f-A : of any coverage zereements; 4} 2 provide erd c t of coveraz a Shown workers' cot oensat*on co `e #ale to the over rrnental ; tit prior to be an - work on the pa ojea- provide the goverrmiemal entir , p or to the end of the coverage period, a new erdficw Coverage showing extension of coverage, if the coverage period shown on ne. contracto s current .; rdficate of coverage ends durrna the aurat�onl or the project; (4) obtain from e=h person providing services on a project, and provide tc the eoven==W entity; . a c r Bate of coverage, prior to that person be y sz work on the proiect, so the governmental end Sri have on Ie certificates of coverage showing coverage for a persons prov'Idin services on a prof et; aria c no later than seven days after cceipt by the contractor, a new certificate of coverage showing extension cover-age, if the coverage period ho on the current certif�ca e. of e r ra ends duriniz the duration of the projecrt (5) retain all rc oired cerruifites of coverage on fie for the duration of the project and for one year thereafter, notify the govern lent &[ entity irn writing by certified mail or personal d6very, with tern days after the contractor knew or shoWd have known, of any change that mate a y a ects the provisi i on of coverage of any person provides ni on the project; o a notice on each project s•ze. inforrtt aR persons providing services on the project that they (7) P - coverage report failure to a: a re u* d o coves and t.atinr� hoot a person v verify current c�. rage and rep provide coverage. This notice does not sadsfy other pow re uwe enEs unposed by the Act or other p i oMt bold a axtd t� in at corn ion rules. This notice roust b printed with tale t l� 3o p gyp least 19 point no type, s be in both Eqosh and Spanish and any other language common to the worker pop won. The ten for the noluces shall be the following text provided by the co ssion on the sample notice, without any addidonal words or chant REQUMED WORKERT COWENSATION COVERAGE " e la w requires that each pion working on this site or providing services related to this construction project must be covered b workers# compensation ice °.: A: includes persons providing, hauling, or defiver� equipment or materials, or providing labor or transportation or other service related t project, � the regardless the idea ity of their employer or status as an a pro ." "Cali the Texas Workers' Compensation Commission at 12-440-3789 to : ec°tve r forrnatiot on e legal requirement for cove e, to verify whether your employer has provided the r uixcd coverage# ta or to report an employees fa ure to provide coverage." NOTICE 70 CONTRACTORS h*_t - l�r state. /tac 8111/11 o 110.110.htr " ge 1113/90) I p . . cos. s �x ea e 4 of "V ., _. -- -aide ecc a croject to: Wit#ac :ai v recd .; * ner cn ri s •i' r:'. ntr .c:, ,,c f.. r rt r or #1r.. iasslnc non caries r, V i C,a e oa,scn i 1 provide coverag_ .� - _ •- .-. #ter the duration of any coverage am- ee:L;e. ^.:s for a� of h's MV10V .. pro icLL se. •'t �..s e�. tree rot �...:. _� of the oroiecr3 (B) pro�iae cam. = -� ie or vo � r e to the c u actor prior to that e: e, ', 'orl oil the • rojc01% • - ro �ide s :- ice o} ho project a language sub a �cn (e)(3) of this (C) Mciu a in all contrac- To ctlo: �- riot to the end o f the coverage pc: ioa, a new c � :e of coverage (D) proviae the contr a .* , p shown n the current ccr=cr: a of coverage showon extension of coverage, the coverage cnod ends dra g the duration of the project? (E) obtain from each other person with whom contracts, and provide to the contractor: ' era a riot to the other pe: on a %s 1n'�.iil work n the prcj ; �.d (i ) a c*�cate o c prior, criod a new c rt cate o 'coverage s,howi er� lort f h (j) prior t the end of cope: a p 'ter coverage ends during the Coverage period, if the cover-age rage period shown on the currc �t c :tin �. duration of the project; " ed cc ate of coverage on Ole for the duratian the project ?. for one year (F) retain a regw r*,x theme ... ens i writing b cer fled � r personal delivery, Ithin ten days (G) notes the ovcrrertai ty provision of after the person knew or should have owe, of any chic that mater aUy affects the cover a any pion providing services on tie project; and each other person w;th vhonl it con ra mss, to perform s reed b (M con=cma y require p '` paragraph, he certificate of coverage to be pr��co to the person �papss (A)-CM of this p g for whom they are providing semces. (e) A person providing services on proms other than a contractor, shall; io a roviaml services n project. for the duration of th project (1) pro v�oe coverage for its ep * p ,� based on proper rcpor ng of classi cati gage ,) of o A. 0 L: k,, :L L V . t 1 U ;, -, r.. - #:, : as the c ;• ra wi b based on proper rcpor of c #ass cation for thz :,t- ation of ne proiect. ,� --- t aid coverage ar�xe:ne�_� �,� � filed try a appropriat codes and payroll a�..ounts, .nd that � - iis�on 'Self-Insurance �� ` with the C.ommissior� • ..ri - �- the case of a set =L ear UU ra .c.� , z Tier or., �. .. .. 'cairn i:.o-atoa 1Ia1 trect to contractor to administrative 0 e :, tron, rovzam false r rtn .* P er , s, ca l fier.?Ities, i per ties.. or other i a -:on . r vt o it i rovid emc on the project, prior to the end of the . .� provide the person rev ertcat.e snow�n extension or covet period shown on its went e��t o' f coverage: - nod shown n :he certificate cf coverage ends during the duration of the coverage# the cove, pe y Prof .�; . ,. person pro n services o pro u=nder contact to it, and provide as (5) obtain from each required by its on r ct: (A) a crtrfi ' c to of coverage, prior to the odrier person be...' g work on the proj'e # and ' end the coverage envoi, a new c rt �e coverage showing =en i of the � rtor to �e cove=e period, if the covers a period shown on the current cerfificate of coverage ends during the duration of the projr.* retain re u ca ce ates coverage on Me for the duration the project and for one year (6) there=" er ' �' oven mental entity in wri ng b ccrtified maU ,:3 I I #A I duration c f "he c 0 rntra ; Page d of s of coverage on f3le for the duration c 1h project and for one year (F) retain ail required ..�::e .� er�t: ; (G ) not t the overn a : *ai e.nury in WntM e,4rti ail or persormi delivery, within tern days after the pe,,hson Knew or should have knowT4 or a4y change that n ter:auiy a `e= the provision of coverage of any person providing services on the project, and (H) contractua. v rewire each : Son with whom it contracts, to er omn as rcquired by this - subparagrapa and subpara apps (A)-(G) of this paragraph, with the cw,= tc of co cra a to be provided to the person for wnorn they are provi ='*g services. f) If an provision of this rule or its application to any person or circ'�� e i iii in aiidr� t invalidity does not affect other provisions or appfican'ons of this rule that can be g;. en effect without the invalid provision or appfierdon, and to this end the provisions of this rule are declared to be severable. g) This ruse is applicable for buudin r con.st uon contracts advenased for bid y a o ermn r tal entity n or aver September 1, 1994. This rule is also applicable for those building or construction � � p � of required b law to be advertised contracts entered into on r after September 1, 1994, which are n y for bid. h) The coverage re u rerne nt n this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas epartrnent o Transportation and who p ride acci PART A- SPECI PROVISIONS SPEC UP RIVER ROAD WA'D'ER LINE IMPROVMdENTS DO NA DRIVE TO SAVAGE LANE SECTION A - SPECIAL PROVISIONS -1 Time and Place of Receiving Pro orals /Pre -Bid Meetin 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 p.m., Wednesday, March 14, 2007. Proposals mailed should be addressed in the following manner: City of Corpus Christ. City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - [JP RIVER ROAD WATER LINE IMPROVM4ENTS D NA DRIVE TO SAVAGE LANE; PROJECT NO. 8537 A pre -bid meeting will be held on Tues!My, March 6, 2007, beginning at 10 Aid. The meeting will convene at the Engineering Services Main Conference Root, Third Floor.. City Mall, 1201 Leopard Street{ Corpus Christi, Tx., will be conducted by the City and will not include a site visit. To additional or separate visitations will be conducted by the City. A #2 Definitions and Abbreviations Section B-1 of the General Prov' i s ions will govern. A-3 Lescri tion of Prolect ATP RJR ROAD WATER LINE - I PR VEMENTS D NA DRIVE TO SAVAGE LANE PROJECT No. 8537) This project consists of removing 2,,010 linear feet of 200 waterline and replacing with 4,275 linear feet of 24-11' waterline and fittings, 4,,180 linear feet of temporary 8" HDPE waterline, 320 linear feet of 360-48" bore and casing, 18,A00 square feet of utility pavement repair, six bentonite dams, dewatering, disposal of contaminated soils, tie-ins to existing distribution system and traffic control, as shown in the plans, specifications and contract documents. A-4 Method of Award The raids will be evaluated based on the full in sub ' ect to a ailabilit of funds: 1. Total Base Bid plus Alternative No. 1, or 2, Total Base Bid plus Alternative No. 2 or 3. Total Base Bid plus Alternative No. It is the Intent of the City to award the lowest combination of Total Base Did with Alternative, within the available project funding~. The City reserves the right to reject any or all bads, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Section A. - sp (Revived 12/15/04) Page 1 of A-5 Items to he Submitted with Froposal The following items are _ required to be submitted with the proposal.: .. Bid Bond (HUst reference: M Riven Road water Line Improvements Dona rare to lava Lane; Pro sot No. � - 837, asatifed sa a Proposal) Cashier's Check, certified check, money order r bank draft from any State or National Bank rill also a acceptable . . Disclosure of Interests Statement A- Tint C2MIetion /Liquidated Damages +V i+ lii.l The working ' time for completion of the Pr j ect ill be l c l.endlar days . The Contractor shall commence work within ten (l ) calendar days af ter receipt of written notice from the Director of Engineering Services or designee "Ciity Engineer ") t proceed . For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after- such time period as extended pursuant to other provisions of this Contract, $800 per calendar day will. a assessed against the Contractor a l.i.quidated damage . Said li uidated damages are not imposed as a penalty but as axe estimate o the damages that the City will sustain from delay ire completion of the work, which damages bar their nature acre not capable of preeise proof . The Director of Engineering Services City En ineer) may withhold anal deduct from monies otherwise dine the Contractor the amount f liquidated damages due the City, A -7 orkers C2mensation Insur nce Coverag If the Contractor's workers' compensation insurance coverage for its employees working on the Project i termin ted or canceled for any reason, and replacement work ers' compensation insurance coverage meeting tie requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insuranc coverage to be replaced, them any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Proj t, Furthermore , for each calendar day inc luding and of ter the effective date of termination o cancellation of the Contractor #s workers' compensation insurance coverage for its employees working on the Project until the date replacement workers, compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against anal paid b the Contractor at the highest da►i.ly rate lsewhere specified in this Contract . Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will b assessed and paid even i the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall. not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided the Contractor and the City Engineer. A- 8 Faxed ropozals Proposals faxed directly to the City will be considered non- responsive. Proposals must contain origin.l signatures and guaranty and b submitted i.n accordance with Section 13- of the General. Provisions . Section - P (Revised 12/15/04) Page o 2 A-9 Acknow1edgment 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 significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non -- receipt, could have an adverse effect when determining the lowest responsible bidder. -1 -N me bates (Devised 7/5/00) Labor preference and wage rates for he !r constxuction. Minim= mti mr Prevail ng Wade Scales The Corpus Christi City Council has determined the general prevailing nuixdimm hourly wage rates for Nueces Oomty. Texas as set out in Part C. The Contractor and any subcontractor mast not pay less than the specified wage rates to all laborers, workmen, and mechanics goloyed by then in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work perfonned. The Ontra for and each subcontractor mgt keep an accurate record showing the names and classifications of all laborers, workmen,, and loy d by them in connection with the Project and she ring the actual wages paid to each worker. The Contractor will make bi- weekly oertified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls frcm all subcontractors and others working on the Project. These documents will also be Witted to the City Engineer bi­v kly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals . ) One and one -half (1) times the specified hourly gage must be paid for all hogs worked in excess of 40 hours in any one week and for all hmrs worked on Sundays or holidays. ( See Section B-1 -1, Definition of Terns, and Section B-7-6, Working Hours.) A-il ti with P is (Revised ed 7 00) The Contractor shall operate with all public and private agencies with facilities operating wiUAn the limits of the Project. The Contractor shall provide a forty- -eight (4 8) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess at 1- -800 - 344 -8377, the Lone Star Notification C q)a r at l- 800-- 669- -8344, and the Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone nuffbers are listed. City Engineer 826 -3500 Project Engineer L ]V Engineering Ban S . Leyendecker, P. E 883-1984 Traffic Engineering 826-3540 Police Deparbment 882 -1911 Water Department 857 -1880 (880 -3140 after hours) Wastewater Department 857 --1815 (880-3140 after hours) Gas Departwnt 885 -6900 (885 -6900 after hours) Storm Water Department 857 --1881 (880 -3140 after hours) Pans & Recreation DeparMent 826 -3461 Streets & Solid Waste Services 8571970 A E P 299 -4833 (693-9444 after hours) S B T T 881 - -2511 (1- 800 - 824- 4424,after lours) City Street Div, for 'traffic Signal /Fiber Optic Locate 857 --1946 857 -1960 Section A - SP lRevised 12/15/04) Page 3 of 26 television AI (Fier Optic) KMC (Fiber Optic) ChoiceCan ( Fiber Optic) CAPS ( Fiber Optic) Brooks Fiber Optic (MM) A-12 Maintenance of Services 857-5000 857-5060 after hours) 887 -9200 Pager 800 - 724 -3624) 813 -1124 Pacer 888-204-1679) 881 -5767 Pager 850-2981) 512/935 -0958 Mobile) 972-753-4355 The Contractor shall take all precautions in protecting existing utilities, both above and below ground, The Drawings show as much information as can be reasonably obtained from existing ass -built drawings, base maps, utility records, etc, and from as much field work as normally deemed necessary for the construction of this typo of project with regard to the location and nature of underground utilities, etc. However, the accuracy, and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intenders at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with i.e. broken, curt, etc.),. flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediati.on that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control ineasures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All weather access must be provided to all residents and usixnesses at all trees during construction. The Contractor must prov1de tekmporary driveways and/or roads of approved material during wet weather. -The Contractor must naxntain a stockpile on the project site to meet the demands of clement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are avallable through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. Section A -- SP (Revised 12/15/04) Page 4 of 2 All costs for traffic control shall be included in the bid item for Traffic Control. A-14 Construction Equipment Spillaae and T rackin The Contractor shall keep the adjoining streets free of tracked and` spilled materials going to or from the construction area. Hand labor and/or mechanI cal equipment must be used where necessary to keep these roadways clean of job- related materials. Such work must be completed without any increase in the Contract price. Streets and curb lime must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm surer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "'clean"' dirt. "Clean "' duct is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt rust be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, Etc., are to be considered subsidiary to the appropriate bid items. A-16 Disposal/Saivacle of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field office The Contractor rRust furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 12.0 square feet of useable space. The field office must be air-- conditioned and heated and must be furnished with an inclined table that measures at - least 3011 x 60" and two ( ) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and S2mence of Construction The Contractor shall submit to the City Engineer a. work plan based only on CALMWAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three ( ) working days prior to the pre-construction meeting. Section A - SP (Revised 12%15/04) Page 5 of 26 The plan rust indicate the schedule of the following word items: I Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include. Show complete sequence Of construction by activity,. identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. ate-- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit [Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. For each calendar day that any work rerma -Ins incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $VOO.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City engineer) may withhold and- deduct from monies otherwise due to the Contractor the amount of liquidated damages due to the City from the monthly pay estimate. Days Allocation for Baia The contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that them was are impact detrimental to the construction schedule. January 3 Days May 4 mays September 7 bays February 3 Days Tune 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April. 3 Days Aijgust 4 Days December 3 Days Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. Certificate of Completion The ret lrements to issue the Contractor a certificate of Completion are the following (Project Acceptance Procedures check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections /notes - Engineering Services to coordinate As-Built plan preparation with F Consultant). { } Inspector prepares , final quantities, contractor evaluation form, and project summary. (3 ) Inspector /Engineer verifies that all submittals, payrolls, Inspection Reports, s- Builts, O&M manuals in electronic format as required) , SCADA documentation, and other Field Information are complete. S Ction A - SP (Revised 12/15/04) page 6 of ( ) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor- and Inspector. ( ) Final estimate reviewed by City Construction Engineer. ( ) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. {7} Final payment checklist: (a) Affidavit that all bills have been paid, "'Waiver of Lien" (b ) submittal of all remaining payrolls c} submittal of MBE letter on what Contractor has actually subcontracted through end of project ( r 1\ � submitted ( ) Final Acceptance Memorandum prepared by Administrative Assistant ( Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork (1 0) Administrative Asst. submits to director of Engineering Services /Operating Department dead for approval and forwarding to Asst. City Manager ( 11) Final Acceptance memo returned from Asst. City Manager (1) Authorization for payment (AFP) prepared and submitted to Accounting Department (1 3) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. ( 14) Administrative Asst. sends letter to Contractor informing him or her when one -year warranty date begins (Acceptance Memorandum). City acceptance of the project will be described in an Acceptance Memorandum to the Contractor. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor. A-19 Construction Pro *eat Lavout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a.project of this nature. The major controls and bench marls required for setting up a project, if not shown on the drawings will be provided by the City Surveyor or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and Measurements necessary for control of the work. - I, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City Surveyor or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work,, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. Section A - s lRevis d 12/15/04) Page 7 of 2 The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two ( ) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. said compliance certification shall be provided and prepared by a Third Party or in house independent Registered Professional Land Survey ( .P.L. .) licensed in the state of Texas retained and paid by the Contractor. The Third Party or in horse . P . L. . shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: f- raoI- Q - ! r ! Y f ! • LOOK-M # * n + • f # WACzt awn tS:1r! Water: • All top of valves box; • Valves vaults rim; 0 Casing elevations (top of pipe and flow line) (T DOT and RR permits) . fnr- WAtsn,r - y� he! e FlF F + 1-411,18's -b-ft --manheles A-20 Testing and CertIfteatIon All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be none over after corrective measures have been taker, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Siqps The Contractor must furnish and install two Project signs as indicated in the following drawing (Attachment 1). The signs must be installed before construction begins and will be maintained throughout the Project period the Contractor. The location of the signs will be determined in the field by the City Engineer. sectioa A - SP (Revised 12/15/04) Page 8 of A-22 bUnqrfty/Minority Sus3inesa Erg rise Part ±ci txon Poly (Revised 10!90) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, , women and Minority Business Enterprises to parti 3. interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: Bee definition under Minority Business Enterprise. e. Female owned Business Enter rise: sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f . Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50. 0% of the contract work itself and in which a► minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of 'the joint venture must have either financial, managerial-, or technical skills in the work to be performed by the joint venture. Goal s a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows iinorit y Participation ( Percent) Wnority Business Ente r ise Participation (Percent) b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minor -Ity employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b, The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor- will indicate, in writing, the overall participation in ,these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to Section A - $P (Revised 12/15/04) Page 10 of 6 submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. w A-23 lnspeo :Lo Req i ed (Revised 7/5/00) The Contractor shall assure the appropriate build ; �. � inspections by the Bui- _ - BRej Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the __bui 4 d! ^, i Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Build . Inspection Department, and all other City fees, including water wastewater meter fees and tap fees as required by City. A-24 Sure!�y Bonds Paragraph two ) of Section B-3-4 of the General Provisions is changed to read as follows "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsuer may not exceed tern percent (i) 'of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $x.00, 000 the bond must be executed by a Surety company that is certified by the United Mates Secretary of the Treasury or rust obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or rein surer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued. w' A-25 Sales Tax Exemption (NOT USED) � .... , L i . A A v ;.F. , 4- %-& Z16 4-J Xk'.A . L%kO %, s« %LJk ; i A. V Y .L J' S V jj K-p-r JU-i7­ V..1 Nr _E --L;7 ri %Z� Ghrietli do net Ell ILIL Ell • f "e .he ef- MXir Section A - SP U vis 12/15/04) Page 11 of 2 2. "Stateiftent ei Haterjal:&—and �t i a ■ 4. s • i • a te- this ■ s l issue The- Gentraeter must • ■ y a a supplier # _ . a reesale M A-26 lypplemental Insurance R ' r m n s For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material chance that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: _.� 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi., Texas 78469 - 9277 3. Number of days advance notice: The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty ( ) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty ( 0) calendar days after the date the City Engineer requests that the Contractor sign the Contract docurfnents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Pro3ect described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance polio, signed by the insurer, stating that the City is an additional, insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating Section A - SP (Revised 12/15/04) Page 12 of Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and then harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such inj complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wade rate requir'er ents, and City contract close -oust procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a► -prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a charge in field administration staff during the term of this Contract. if the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project daring the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section -- -i. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text Within five () working days following the public opening and reading of the proposals, the three ( apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the wank; . A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein, Similar substantiation will be required if the Contractor is an MBE. if the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Section A - SP (Revised 12/15/04) Page 14 of 2 6 Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor p reviously listed and approved is sought to be substituted for or replaced during the tern of the Contract, then the City Enginee r retains the right to approve any substitute or replacement subcontractor prior to its participation in the Protect. Such approval will not be- given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul. the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to the Special Provisions A -8 and A-29 concerning Consideratlons for Contract Award and Execution and the Contractor's Field Administration Staff.- 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five ( days following bid opening, submit in letter form,, :Ln ormation identifying type of entity and state, i.e., Texas or other state) Corporatlon or Partnership, and names and Title (s ) of Individual (s} anthort ed to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change Orders Under 'General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Mork and Change orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee, The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed ,000.00. The Contractor acknowledges that any change orders in an amount in excess of ,000,o0 must also be approved by the City Council. -3 mended "Execution pf Contract" lie ±cements Under "General. Provisions and Requirements for Municipal Construction Contracts"' B-3-5 Execution-of Contratct add the following The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney,, or their authorized designees. Contractor has no cause of action of n kind, including for breach of contract, against the City, nor is the City obligated to perform render the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. oot.ion A - SP (Revised 12/15/04) Page 15 of 26 A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in� 22cial Provision A--1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provision wil1 be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, .ST ASTM specifications, etc.,, the precedence will be given to addenda, Special Provisions and Supplemental Special. Provisions (if applicable), construction plans,, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 Qity Water a►cili ies : Special ReSMirements, (NOT USED) f r ♦ illmiii��i r r t �+ w • r f 5PAN qLw"A # IWO r r r F ON W- lilill • OWN i -IJIM.. WAIL I I I I r { MW MOMMO, ~-- '1111111illlw 911 Lw%N IN - offil a r f yk Aw M- "k-IL4011-i --M -P I t ql 9 `1 RD ll 1 110111 JIII ro- Kell k4i the ■ ■ ION-- r ♦ illmiii��i r �� R F t switeh breaker; WAIL I I I I r { eentre-1 -- -- any ethev-1 ten # a r f yk IPLA IL r lak -I Kell k4i the ■ ■ ION-- r ♦ illmiii��i r �� WAIL I I I I r { s r 0 ql t # a r f yk IPLA IL r lak -I Kell k4i et4on A - SP (Revised 12/15/04) Page 16 of 26 Sueh materials ineluds all f ,. gaskets ■ mll-IlIll'-i I AL # � � �a _ � �� �� _ � � � _�. - These items - v . . ., .. . � , v %0 & & W to ftl` 0 hl _ - • pews j- mm-gai =Arm-1 Sip 06 use. . - - . - - . _ � _ ■ _ . . _ , ■ _ . Will I� . _ .. _ . _ _ . , WN - # eje -as direetred by ey eu t4en.- N-MI III 111 111, !111111 111 Y'l wws"-w I Wool --mw 61 Oil f JI - j wl mll-IlIll'-i I AL � � �a _ � �� �� _ � � � _�. MEW mum - - - - v . . ., .. . � , v %0 & & W to ftl` 0 hl _ - • � - - - - - . ,. - - . . - - . - - . _ � _ ■ _ . . _ , ■ _ . Will I� . _ .. _ . ; _ & ■ , ■ . . _ . . _ ; , qoMW . , _ . . . . _ . .Ol.. -- . _ ;_.r w - _ a . . . , - _ .. . ■ . . . - # eje -as direetred by ey eu t4en.- and _ _+ _I __et __ bum_ - mkAb-A- PJl water- and wast _wat-erm —Ilualtry. $ect±0n A - SP jRe%r1eed 12/15/04) Page 17 Of 26 � � �a _ � �� �� _ � � � _�. � � �� _ -= This ��---- ____..a - -..-- - b-- . r r f # ■ ene 3ff-e �i� ��_�______ and _ _+ _I __et __ bum_ - mkAb-A- PJl water- and wast _wat-erm —Ilualtry. $ect±0n A - SP jRe%r1eed 12/15/04) Page 17 Of 26 V VIC 0 110110-1 1 �mw 11111 oil 1- JUMMALUMIN WRAWWWw o4rmKVII III -.1-I Piliii . . . .. . . . . ■ . . . . _ w . . .. . , . . ; wl III MP , . . . _ . _ . ; . .. LMMAAWWNft-'MMjjjjt:�11'jj0 ; . . W w & _ ; . . . w 11"I" . . . - .. ; _ - - • , ML _ - 4P - . . . � _ . , . . . $ $ .. _ . ■ - - ® _ - . - - � ! - - .. 30 LIII ; ■ NIEP ft&WI - .,; - ■ - - - _ ■ ■ ■ , .. . . . - , , , , - ■ . . 16- - - - g - _ . & , - ■ ■ ■ ..... . _ _ ■ - . - _ - _ - ■ W . w . . . ; I lo ■ . » - , VI NMI . , 11 - "� - , I r Py IF LI a* I LR 9E NIP PON! I _ ■ ■ - - _ - - ■ . i . qP A-36 Other Submittals . S h off Drawing S ubmi t t a I| The Contractor shall f o l l o w the p r o s e du ce outlined below when processing Shop Drawing submittals: a. Quantity; Contractor shall submit number required by the City to the City Engineer or his designated representative. b. ReprodUcible5| In addition to the required copies, the Contractor Shall also submit one (1) reproducible transparency for all shop drawings. C. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Sectiont- and Sequentially number each transmittal form_ Re3ubmittals must have the original Submittal number with an alphabetic Suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing Sheet and detail number(s), and specification Section number, as appropriate, on each Submittal form. Section A - BP (Revised 12/15/04) page 18 of 26 d. Contractor' Stamp: Contractor must apply Contractoras stamp, appropriately signed or initialed, which cer-tiftes that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Mar king: Contractor rust marls each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. q. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. b. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i Fesubmittals: Contractor must revise and resubmit submittals as required by ity Engineer and clearly identify all changes made since previous submittal. j . Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor,, any inability to comply-with provisions. 2. Samples: The Contractor must submit samples of fini hes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Deport When specified in the Technical Specifications Section, Contractor must submit three () copies of all shop test data, and repair report, and all on -sate test data within the specified time to the City Engineer for approval. otherwise, the related a ui rnent will not be approved for use on the project. A-37 Amended "Ar t and Chagge for Water F nis ed n the Ci y "I NOT nnn�•nn• r ++a���nm� USED Under "GeneFal r s a • �_�MJTVTX MM : s ■ : r + O"i"!"NIMMMIAN 11,1141111111111 Milli W 1� 1 q!wr 19L�2 K&KNILwIL�V 40 111 11 # # iF Y # T # Y f Lill * # Y � • : t r ir I ■ # Section A P (Revised 12/15/04) Page 19 of A-38 Worker T a Compensation Coves► a for Building or Construction Projects for Government Entities The requirements of "'Notice to contractors W11 # " axe incorporated by reference in this Special Provision. A-39 Certificate of con are and Final AccePtance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision 9. A-40 Amendment to Section 8-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non- perishable materials delivered to the Project workslte unless the contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 ozone Advispr NOT USED the- day w13636 not be—eeunted as a -werlt day and the- Gent:raef=e:r i.F.411 be A-42 OSHA Mules & Regulations It is the responsibility of the cont actor (s) to adhere to all applicable OSHA rules and regulations while performing any and all a.ty- related projects and or jobs. A-43 Amended Indemni f ication & Hold Harmless Under "General Contracts" B-6-21 entirety and the Provisions and Requirements for Municipal construction Indemnification & Hold Harmless, text is deleted in its following is substituted in lieu thereof The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material roan, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the l.ty, its officials, employees, attorneys, and agents from any and all -damages, injury,, or liability whatsoever from a negligent act or omission o the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. Section A - $P (Revised 12/15/04) Page 20 of A-44 Chance Orders Should a charge order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub- - contractor's costs and breakdowns, cost of materials and equipment, wage gates, etc.) . This breakdown information shall be submitted by contractor as a basis for the price of the charge order. A- -Built Dimensions and Drawings (7/5/00) (a) Contractor shall male appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) [upon completion of each facility., the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. ( ) Changes in equipment and dimensions due to substitutions. ( ) "Nameplate" data on all installed equipment. (4) Deletions, additions, and charges to scope of work. ( ) Any other changes made. A-46 PIpRosal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and lime flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as T E , EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-r47 Pre - Construction EMPioratoEX Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O. C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the Section A - SP (Revised 12/15/04) Page 21 of approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all e pleratery excavations have been made in heir entirety, the results thereof reported to the Engineer and until Contractor receives Engineer ' s approval of report. Exploratory excavations shall be paid for as shown in the proposal. Any pavement repair associated with exploratory excavations shall be paid for according to the established until prance of pavement patching. Contractor shall provide all' his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5%00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead limes are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown 1-n the plans or not. A-49 Amended ed "min nanc Guaranty"" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance nanc Guar add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity."" A-50 Contaminated Soils If, during the construction, an area is suspected of a► high level of contamination, then the City will have the area tested. If the area proves to have high level of contamination, them the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow the following procedures: I. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as bac fill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill.. Clean material with no indication of contamination shall be used with the top 4" of the trench. All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the construction drawings. Se tion A - SP (Revised 12/15/04) Page 22 of 2 2. On-Site stockpiles: Excess material from excavation, whether non - contaminated or contaminated with any detectable concentration of contaminants, shall. be -handled in such a gray as to prevent run -on, runoff, and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean --soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. 3. Disposal of Excess Non- ontarninated Soil The balance of any ntaminated soil not used in bac fill, skull become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. 4. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the `euir-ed manner, and cleaning up the project site after the contaminated soil is removed shall be 12aid for by the cub ±a yard as measured LbX the City Ins tor. Excess contaminated soil will. be transported by the Contractor to a safe disposal area to be designated by the City. 5. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel' working in contaminated areas. A-51 Dust Control. Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dustin'g shall be kept moist with water or applications of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. A-52 DewaterIng and Disposal This item shall be considered subsidiary to appropriate bid item where dewatering is needed to beep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berms prior to entering the storm water system. Sheet flog and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm {water system, provided that the quality of groundwater Is equal to or wetter than the receiving stream (Corpus Christ! Bay) . Testing of groundwater duality is to be performed by City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City' s expense, a minimum of once a creek. The Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. ecti n A - SP (Remised 12/15/04) Page 2 3 of 6 Another option for disposal of groundwater by the contractor would include pumping to the nearest sanitary sewer s rstern. If discharging to temporary holding tanks and tucking to a sanitary sewer system or wastewater plant, the costs for these operations shall be negotiated. other groundwater disposal alternatives or solutions may be approved by the Engineer on a ease by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857-1817 to obtain a "rye cost" permit from the Wastewater Department. The City will pay for any seater quality testing or water analysis cost required. The permit will require an estimate of groundwater float. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record hew lend it takes to fill to original level and overnight level. A-53 ZlectrorUc Submittal of Bids The following paragraph modifies Paragraph B-- -7 - Preparation of Proposal, of the General Provisions The bidder has the option of submitting a computer - generated print- -oust, in lieu of, the Proposal (SHEETS: THRU 7 OF 1 ) , INCLUSIVE. The print -out will list all hid items (including any additive' or deductive alternates) contained on Proposal Sheets THE] 7 of 10). I f the Contractor chooses to submit a print -out, the print-out shall be accompanied by properly completed proposal. paces 1, 2, 8, 9, and to . A "sample" print out is shown in Attachment 2. In addition, the print out will contain the following statement and signature, after the last bid item: Al (Contractor) herewith certifies that the unit prices shown on this print -oust for bid items (including any additive or deductive alternates) - contained in this proposal are the unit prices and no other Information from this print-out. (Contractor) acknowledges fledges 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 d termined by multiplying the unit bid price (Column ITT) shown in this print -out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) (Title) (Date) " A-54 4 Value Engineering The Contractor's attention is directed to paragraph B-4-5 Value Engineering Incentive Procedures, of the General Provisions, which states: "'After award of the contract, the Contractor may develop and submit, to the City Engineer, Value Engineering Chance Proposals ( E P` ) identify potential reductions in the contract cost by effective changes to the contract plans and specifications . *' Therefore, the Contractor shall fuller examine the plans, specifications and contract documents, as well as, the project location, traffic control plans, method of award, contract calendar days and liquidated damages, and all other major items involved in the scope of the project to Section A - SP (Revised 32/15/04) Page 24 of 2 judge for itself the circumstances and difficulties affecting the work to be performed and obtain all information required to make are intelligent proposal. The Contractor's attention is further directed to paragraph B-2-3 Examination of Plans, Specifications and Site of the Work, of the Genera. Provisions. In other words, the Contractor shall complete it' s proposal to the best of it's ability, as currently provided. -55 Viton Gaskets All gaskets required for hydrants, valves and fittings that will be buried for the temporary and 24" waterline shall be Viton Gaskets. Viton Gaskets shall be considered subsidiary to the appropriate bid items Section A - SP (Revigied 12/15/04) Page 25 of - r SUBblITTAL TRANSbUTTAL FORK PROJECT: Up River Road Water Line improvements Dora D i-ve to Savage Lane; PROJECT No. 8537 CMMR: CITY OF CORPUS CHRISTI ENGINEER CONTRACTOR: SUBMITTAL DATE : SUBMITTAL NL ER : APPLICABLE SPECIFICATION R DRAWING SUITTAL Section A - SP (Revised 12115/04) Rage 26 of tio ez 11 e z LLS +rr . „+ •�w�iiii:�r'•.i::: isti:it�+..: iti 4tyii , "ia �rta`�ir-aay + .r• �r+`�iiw -,ri i+#r+#S# �.i #r - - - - �i •• "wa � r iiit � i.f� i � �Y � :::` � • . rte. r mc.-n! w 0 cc as "*` :.�' -=” • _ ,• 1z 0 CL cl4•�: ;l. ;7.1 -co . 8-r. .......... 4... .... . ..... H, UMIRRUIM #. i t.•ii+•+44i. � •�t # +S�`r!lwf.+ttr r�trt -tt "#r +tt 4441 •�•, -•��+ - a�+ti ::r:rtti +rrtr+. } + +r. #r- tr. +4•••'�••t ... i rii� 't4�r�tL'i•'.•'i::it_4tt•iS:« +t 1 90 ���yy�� . 1�I - w Ix W �» (a 11 in 'r Bit S ' 2 PC) # on 1 - tio ez 11 e z LLS +rr . „+ •�w�iiii:�r'•.i::: isti:it�+..: iti 4tyii , "ia �rta`�ir-aay + .r• �r+`�iiw -,ri i+#r+#S# �.i #r - - - - �i •• "wa � r iiit � i.f� i � �Y � :::` � • . rte. r mc.-n! w 0 cc as "*` :.�' -=” • _ ,• 1z 0 CL cl4•�: ;l. ;7.1 -co . 8-r. .......... 4... .... . ..... H, UMIRRUIM #. i t.•ii+•+44i. � •�t # +S�`r!lwf.+ttr r�trt -tt no —� ATTACHMENT 1 "#r +tt 4441 •�•, -•��+ - a�+ti ::r:rtti +rrtr+. } + +r. #r- tr. +4•••'�••t ... i rii� 't4�r�tL'i•'.•'i::it_4tt•iS:« +t 1 S11.2 •rti:i '+.'.�'t +�.+ �r�i:S+`.•;:r+:r+•..+rF:r::i F.+'..: +• 44.4.##. it# ._rN.4'�• rf_wYrri;• •:•w"t' +4rirl; :: •-t .. == ' : i:;;7.. +• :L::. ilk ':: =:a a•• *.i,# +i +' +iii +iiiiiiii t.•.ii + #•r +t ..x "`+ r - " a.f +•a #.4rttr�i r.•�•iira•_...•.i: iiia ` • +. ......... ... ii4� #.ia a .. .................. . ...t...•t...t.,.r.r.r.t••. -:# t# rt+•. .a........tt.....t. +.w.. +a:iii: ���yy�� . 1�I - 11 11 �sz no —� ATTACHMENT 1 SAMPLE COMPUTER PRINT - OUT PROJECT TITLE DATE (YOUR COMPANYIS NAME Sub -Total Base Bid "K Items (items Al-A2 1 = Scab -Total Base Bid "13" Items items B1-1321): Sub -Total Base Bid "C" Items (Item-s Cl-C21): Sub -Total Base Bid 'fD" Item Item DI -1321 Total Base Bid. ATTACHMENT 2 i 11 Bid Item qty. Units Item Description cripti [knit Price In Figures � i ffid Item fit. I Qty x Unit 1price - Al 34475 SY Street Excavation � 51033 S " Cement Stabilized Barraged Base A3 _ ` etc. etc. ._ _ etc. Sub -Total Base Bid "K Items (items Al-A2 1 = Scab -Total Base Bid "13" Items items B1-1321): Sub -Total Base Bid "C" Items (Item-s Cl-C21): Sub -Total Base Bid 'fD" Item Item DI -1321 Total Base Bid. ATTACHMENT 2 PART C *- FEDERAL WAGE RATES AND REQUIREMENTS Page I of 2 General Decision Number: T07009 02/09/2007 T9 Superseded General Decision Number: TC20030039 State: Texas Construction Types: Heavy Counties: Nueces and San Patricio Counties in Texas. 14EAVY CONSTRUCTION PROTECTS including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 02/09/2007 T197 -001 12/01/1987 Carpenter {Excluding Form Concrete Finisher L r r r r•• i r r r■ s t. Electrician .................... Laborers: Common .. .......... . . ....... . utility .....................$ Power equipment operators Backhoe ..................... Motor Grader ................ Rates Fringes 9.05 7.56 13.37 2.58 5.64 7.68 9.21 8_72 WELDERS -- Deceive rate prescribed for craft performing operation to which gelding is incidental. Unlisted classifications needed for work not ,included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 FR 5.5 (a) 1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing, ' WAGE DETERMINATION N APPRAT PROCESS 1.) Has there been an initial decision in the matter? This can hftp://vnvw.wdol.gov/wdol/scafiles/davisbacon/'fX39.dvb 2//512007 be - Page 2 of 2 * an existing published wage determination a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis -Bacon surrey program. If the response from this initial contact is not satisfactory, then the process described in . and .) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. write t Branch of Construction wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an .interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator See 29 CFR Part 1.8 and 29 CFR Fart 7) _ Write t Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the rec uestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, DC 20210 .) All decisions by the Administrative Review Board are final. END of GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon/TX39.dvb 2/l 5/2007 A G R E E M EN T THE STATE OF TEXAS COUNTY Off' 9WECE S THIS A REENENT is entered into this 10TH day of APRIL, 071 by and between the CITY of CORPUS CHRISTI of the County of uees, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City, " and Kira Isles, Inc. termed in the Contract Documents as "Contractor, upon these terms, performable in Nueces County Texas: In consideration of the parent of $21347,765-00 by City and other obligations of City as set out herein, Contractor will construct and complete certain 'improvements described as follows: P RIVER ROAD WATER DINE IMPROWENTS DNA DRIVE TO SAVAGE LANE — PROJECT NO. 8537 TOTAL BASE BID ADD . ALT . N . 2 * $21,3471765,00) according to the attached Plans and Specifications in a good and workmanlike ,Wanner for the prices and Conditions set out in their attached bid proposal supplying at their expense such materials services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings , the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 UP RXVZR SAD WATER LIB I1 Do l DRIVE TO SAVAGZ LAWN SE BID FJWPOS " FAR PAGIC 3 of 10 XX XX SID QTY MET PRXCZ EXD XT= =TMISION X 1 WXT DZSCR P XON IN FXGM"B (OW T PRXCZ FIGM2 i I General Conditions, complete in . place per lug , sum. Removal and Disposal of Existing 21010 LF 200 Waterline, complete in place per linear foot. Misting 20" Waterline to be ift4aftned & Grout Filled,, complete in place per linear foot* 40 Waterlin complete in place 4 0 LF per linear foot . (see - $0.20 0.00 - AUezuatives le2 1e2 and 5 10 A 240 Butterfly Valve, complete in bo place per each. 6 26 R 24"An Angle Rend, complete in , 1. • # , �� • # . place per each. 7 1 RA 240 Crass, complete in place per � ►� � � Poo 8 1 R 24w Plug, complete in place per 7 t _ -- each. I RA 4 0'x 1v Wapping Sleeve fit Valve , c'omplete in place per sac ,� . �~ 10 7 RA 24wxl2v Tee, complete in place * Ow •* per each. 11 1 EA 240 x 60 Reducer, complete n a• , &. place per each. 1 1 120 Waterline, complete in place ago Poo per .linear foot. 1 RR 120 Gate Valve, co mplete n place per ch. '!— -- _ -- 14 9 RA 12"' Any Angle Bend, complete In owe �. � 0 place per each. is 2 RA 12w x a Tapping Sleeve V l ve , amp � + ■�. � - , complete in place per each. �_. 1� ���! 16 1 EA 321' x 8,0 Reducer, complete in } place per each. 17 4 RA 12w x 6N Reducer, complete in place per each, 18 RA w Plug, complete in place per �� • each. FJWPOS " FAR PAGIC 3 of 10 1 1 ,r Any Angle Fend, complete in � . 0 11 A Waterline Connection, complete "■� in place per each. 1 4 EA Waterline Service, complete in Iplace P 0010 • • sib per 2 1 dire Hydrant Assembly, complete � Oa � � i r n lac each � - ��••• "+•� "� "�� 23 3 EA Fire Hydrant Assembly / 1'* 611 Tee,, c lete in place per each. 12 EA Fire Hydrant Assembly wl 241v x 6" Tee, complete =i place per 00 is 760 9 * , each. 3 EA Air Release Valve Vault and Assembly, complete in place per It 4we 34 200/ each. �wf 48,N 0 Bore with Steel Casing,, 26 125 LF' complete in place per` linear �, �. 006 T foot ■ 195 LF 36" a Steel-. Casing, complete in ��••��ff per+ p �+ r �/��* place Sri linear foot. 28 6 r Bent ote Dame, complete in � f place per each. Trench Safety for waterlines, 41460 LF complete in plaice per linear � 170049� + foot. 30 1 LS Traffic Control, complete ii n lace per lu Utility Pavement Repair, 31 18llOO SF complete in place per sqpAre foot. 2 10305 SP Utility Concrete Pavement Repair, complete In place per �� � + � � ire + Rgm!�e foot • X75 groundwater Dewaterin , complete in • place per linear foot. 34 166 LF Remove & Replace ,v Curb & Gutter, complete in place per 360 7 � linear foot. 35 55 LF Remove & Replace 1 O RCP, complete in place per linear � � ■ � ��• + foot. Remove & Replace (2)- 6' x 4# Box culverts (Contractor 36 10 LF optional to Sore & Case), %Pod dft � • . complete in place per linear foot. ter_ PROPOSAL FCaX PAGR 4 OF 10 ?aT.tw Bl►sa Stn (ITMs i THRtt 53): PROPOSAL FORM PAM 5 OF 1 Remove & replace 1 ' x6 0 Box l Culvert (Contractor optional o �' MEW Bore & Case) , complete in place per linear foot. 38 4 9A Pipe Bollards, complete in place Mao per each. Disposal of Contaminated Soil 1 LS (Allowance), complete In place 000-00. ■ 8 - '70* 000.0 y `may per 1 �iLfi • .err •+.�+�w+ i iw�rrrrr�* � , i •�rrr 40 1 IAS Waiter Utility Allowance, n places per er ■ lump ._ $10.0 Y 101000.00 _.u._.� r Temporary 80 MODE Waterline 41 2r600 ILF Above Ground, complete in place per linear -foot. Temporary 81v IIDFE Waterline 42 1,1580 LF tinder Ground, complete in place � • 704:� * #. rrrrrr.rr per linear foot. 43 4 EA Temporary 8 x Gate Valve , complete in place per each. 44 Temporary Sm HDPE Any Angle 79 EA Bend, complete in place per• 4 each. 45 Tmporary 240 x am Tapping l EA Sleeve & Valve, complete in 3 44P dF place per each. 46 3 EA emnp ra ry 8 9 x810 i PE Tee, 09 complete in place per each. 47 6 EA Temporary " x " HDIPE Tee,, owns � � � .� � i complete n plaice per each. -�` 48 1 EA Crary 89 x 610 I FE Reducer , complete in place per each. � Temporary 611 HDPZ Waterline, D- IMF complete in place per linear � '77.o. 50 5 E Temporary 1w FE Gate Valve, � # � � • [: lete in place per each. �� .� ^ ^..,........._. 1 Temporary 60 HDPE Any Angle E Bend, complete in place peg` � �# � � ,Z oo each. 7 emporaxy Waterline Connection, complete in place per each. �, - _,•,� Temporary Fire Hydrant Assembly l EA B'f x 60 Tee, complete In � 2, 0�� /� place per each. ?aT.tw Bl►sa Stn (ITMs i THRtt 53): PROPOSAL FORM PAM 5 OF 1 ALTURN&TIV NO. I TMAL ALTZPJMTrW NO. It JLLW-MRMT1V2 NO. � N6 13ru I II III xx xxx =1 xv V MID QTY die T PRICE BID IT LSIO IS SIT DZSCITI I FIZZ (QTY UNIT ICZ IN rX� Alternative o. 1 consists of using 2" melded Steel pipe "1 48,275 LF including all appurtanCes ,, complete n place per linear 19f .. _..,.,...��_, ...� A 9(0 including all a►p urt antes , foot . $7- TMAL ALTZPJMTrW NO. It JLLW-MRMT1V2 NO. � N6 13ru I II III TOTAL ALTZRNK.T1.,VZ NO. 2t ALTMMATIV$ NO, S 9741100 GM�-0 *� I I III IV V ID QTY SIT PRICE 33D IT= XT T SIO ITS +I UNIT D SC XPTION 3M FIGMMS Qrr X UN PRXCX ni F'Iamans ) Alternative No. 2 consists of using 24N ductile Iron Pipe A -2 41275 LF (DIP) with viton gaskets s �s 1746 including all a►p urt antes , per linear foot s $7- complete in place per linear f 00t. TOTAL ALTZRNK.T1.,VZ NO. 2t ALTMMATIV$ NO, S 9741100 GM�-0 *� I I III BID QTY a MWXT PRICK $ID T M XZqrZN9XCK ITE[ UN T DESCRIPTION XM YJLGI URZ5 QTY X M T PCZ YID Alternative No. 3 consists of using 24N glass reinforced fiber A-3 40275 LF pipe (fiberglass) including all appurtances , complete in place per linear foot s TOTAL A NO. 3 : PROPOSAL FORK PAGE 6 of 10 s N 6 13J D MV" mlp �afit!' TOTAL BIAS DZD MW 1 T # TOTAL ALTZRNATXVZ NO. Is // 569/l/ soTU N►ss sza Mmrs i THRII s3} + sOru usswN► :ava pro, s: .21 TOTAL BASZ BID (XT MS 1 TBR ) TOTAL ALT2RWMXVM • X0 . s PR PWAL FORM PAON 7 OF 1 m e> 9 /O The Contractor will commence work within ten 10 ) calendar days from date they receive written work order and will complete sane within 1 CALENDAR DAYS after construction is begun. Should Contractor default.. Contractor may be liable for liquidated damages as t forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed i n 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary APPR D S To To Vi Mr FO BY Joe V Ass t Ci ty Attorney ATTE (If Corporation) if V- (Seal B ow) (Note: ZE Person signing for coxporation Is n o f Press. dent ,, attach 00 off' authorization to sign) C D CORPUS CHRISTI y i Ronald F. Massey, s t . City I r . of Public Works and Utilities 00 By: 7 nei lobar, .E, Dire or of Engineering Services CONTRACTOR King-Isles, Inc . B ■ i Title: 1641 GO STN ROAD (Address) CORPUS CHRISTI TEL 78409 (City) (State) (ZIP) 361/299 -1426 361/299 -1139 ( Phone) ( Fax) L60/*� a AIJ I hUKULU, SEii�ss��j C Agreement Page 2 of 2 S F O R UP RIVER ROAD WATER LINE IMPROYBMLNTS DONA DRIVE TO SAVAGE LANE; PROJECT NO. 8537 DEPARTMEN OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TRXAS PROPOSAL FORM AGB I OF 10 P R 0 P o s Place: G try RAtk, Date: Proposal of a Corporation organized and existing under the laws of the State of R 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 a uipma nt , and to perform the work required for UP RIVER ROAD WATER LINE IMPROVEMENTS DONA DRIVE TO SAVAGE LANE; PROJECT NO. at the locations set out by the plans and specifi RIVER ROAD WATER LINE IMPROVE31MMS DONA DRIVE TO SAVAGE LANE BASE BID PROPOSAL FORM PAGE 3 OF 10 II XIX IV SID QTY' a UNIT PRICE RID XTXK 'EXTXNSI N IT UNIT DESCRIPTION IN FIGD RS (QTY R UN T PRICE IN FIGURES 1 1 General. Conditions, complete in cg=� • place per limp- SUM. Removal and Disposal of Existing 2 2,F 010 L 2011 Waterline, complete in place � "" # � 7e Fu �. .. per linear foot . Existing 20N Waterline to be 28,200 Abandoned & Grout Filled,, i complete n place per linear foot. 24" Waterline, complete In plaice 4 0 LF per linear foot . (see Alternatives 1.2 an ) 1 EA 24" Butterfly Valve, complete in - �. � - - � � � d. place per each. ..��. 26 EA 24NAny Angle Bend, complete in 7. qoo • , 4rF w • * . place per each. -- 7 1 EA 40 Cross, complete in place per - � , . � � �� each. -- _. 8 1 24" Plug, complete in place per LION each. 9 1 EA m " Tapping Sleeve Valve, � + �• � # d - /4 complete in place per each. 10 7 EA 2 "xl2m Tee, complete in place - Apo • per ea\r • r 11 1 EA 24" x 6w Reducer, complete in place per each ■ 12 12 F 120 Waterline, complete in place * per linear foot. 1 EA 129 Gate Valve, complete in place per each, 14 9 EA 12" Any Angle Bend, complete in i ��o + � qP00 �. place per each. �� �- 2 EA 12H x 817 Tapping Sleeve & Valve, � .0 complete in place per each. 16 l EA 1210 C '* Reducer, complete In place Q 17 4 EA 12w x 6ff Reducer, complete in � � • �� place per each. l Eli 80 Plug, complete in place per each s PROPOSAL FORM PAGE 3 OF 10 19 1 CA ' Any Angle Bend, complete in _ place per each. + 11 EA Waterline connection, complete �_ in place per each. _ �. •, ■■� 1 4 EA Waterline Service, complete In OOM # ON .ace per ea ■ 22 1. EA Fire Hydrant Assembly, complete �� • GOP in lace per each. h • ��i�r •rrrir_ * J 3 EA Fire Hydrant Assembly w/ 3.2,v''x 60 Tee, complete in place per 7i>t> • �� each. r/� // Li jj �L■ EA Fire Hydrant Assembly lR ter " x 60 Tee, complet in place per 00 each. 25 3 EA Air Release Valve Vault lAssembly, complete in place per 4w. do 34 at each. - 48m o Bore with Steel casing, + 26 145 LF complete in place per linear �, �+ 006 foot. 7 195 LF 361v o S V l Casin , complete iii lace - �� � dz k4. per linear foot. � 28 6 E rt Be tonite Dam so complete in place per each. drench Safety for Waterlines. 29 4,r 460 LF complete In place per linear dft 1 $ - *44 foot. - - -- -■ 1 LS Traffic Control, complete in ace per lump sum. . Utility Pavement Repair, 1 18fI00 SF complete In place per s r foot. 7 32 * #� Utility Concrete Pavement Repair., +� �+ Sr++ � ��4 �i • � � j 5 /1. 7 L e foe t ■ 33 4t275 LF Groundwater Dewa�terin a complete � " ■ dp , 3 Zoo,, In place per linear foot. _- 166 LF Remove & Replace 60 Curb Gutter, complete .i n place per '3400 � e-� . linear foot . 35 55 F Remove & Replace' 1 P cP , ii complete i place per linear /000 foot. Remove & Replace ( - 60 x 4,F Box Culverts (Contractor 10 LF Optional to Bore & case) . 5;700 complete in place per linear ` 00t. PROPOSAL FORM PACE 4 of 10 oa �u B►$$ 9� (=mss z �U S3) : sto 40 7.f 2�5`, PROPOSAL FORM PAGE 5 OF 10 em ve & Replace 3.01l1 ' Box 37 30 I: Culvert Contractor optional to • � � • Bore & Case) , complete in place per linear foot. 4 9A Pipe Bollards, complete in place . per ems, Disposal of Contaminated Soil 9 l IBS (Allowance) , complete in place —$-70,r 0 0 0 . 00. 70t000.00 . per l sum . 40 1 xis Water Utility Allowance, complete place per lump sum. $10"000.00. - �.«�,. 10 000.00 � � -- Temporary " HIDE Waterline 1 2,r600 IMF Above Ground, complete in place ._ . � . .�� ��. 0400 per linear foot. Temporary So HDPE Waterline 42 1, 8 0 LF Under Ground, complete in place • � - ZAZ�p . ,. per linear foot. or 43 4 KA Temporary 8" Gate Valve, 00 dw complete in place per each. 44 Temporary 'r HDPH Any Angle 79 EA Sena, complete in place per each. 45 Temporary 24N x 8N Tapping 1 A Sleeve & Valve, complete in 3 �� � � � � • place per each. 46 3 E ITemporary o x8 " HDPE Tee, complete in place per each. 4 7 Temporary ; "'3DPHTee,, complete In place per each. . 48 1 EA TeMpOrary 80 x 6ff HDPE Reducer, 1complete in place per each. Temporary 6or HD PE Waterline, 4 0- DF complete in place per linear � zo. , foot. so Temporary N DP Gate Valve,, 5 EA � � � _ � 4 ! i complete n place per each. 51- Temporary 159 MPS Any Angle 6 EA, Bend, complete in place per 200. � ./,ZOO* each. 52 Temporary Waterline Cormection, 7 EA complete in place per each. Temporary Fire Hydrant Assembly l HA 8'" # Tee, complete in �* :?Af X51 place per each. �..F oa �u B►$$ 9� (=mss z �U S3) : sto 40 7.f 2�5`, PROPOSAL FORM PAGE 5 OF 10 ALTERNATXVF NO. l TOTAL ALTZMATIV3 NO. 1: P 6 r; t I ALTERNATIVII NO. I II xxx xv V DID O Y & UNIT PAXCE DID XTEK 1== XON ITS UN T DESCRIPTION IN XGM" (QTY X MI's' PRICE N FIRS) Alternative No. l consists of using 240 Welded Steel Pipe A-1 4027S LF including all appurtances, complete in place per linear Leo of sj (5 1 co including all appurtances, Ifoot. TOTAL ALTZMATIV3 NO. 1: P 6 r; t I ALTERNATIVII NO. I II xxx IV V DID QTY & CM T PRXCZ BXD X11,23i RXT N ION ITZK UNIT DR CRIPTIOR IN FI RX QTY X UNIT PXXCX IN FIRS ) Alternative No. 2 consists of using 24N ductile Iron Pipe -2 4,F275 LF (DIP) with viton gaskets Leo of sj (5 1 co including all appurtances, per linear foot. complete in place per linear foot. TOTAL ALTXRiNAT " O. ALTERNATIV NO. $ 940, siv do TOTAL ALTERNATIVE NO. ]PROPOSIM FOSM PAGE 6 OF 10 $ N 6 13t D II III IV V DID Q rx T PRICE D D ITS XXTNN X N Ind MUT DESCRIPTION IN FI RS (Q7Y X MIXT PRX Z IN F3E RZ ) Alternative Igo. 3 consists of using 240 glass reinforced fiber A-3 4,275 LF pipe (fiberglass)including all appurtances, complete in place Leo of sj (5 1 co per linear foot. TOTAL ALTERNATIVE NO. ]PROPOSIM FOSM PAGE 6 OF 10 $ N 6 13t D MIT" 9svvLfi%&% qft TOTAL H1►88 BID (ITEMS Z TBRII 53) + 3bT11L 21L'1'=N71TIY8 NO. 1: / . Ao ow TOTAL B!►8B BID (ITEMS 1 THRD 53) + TOTAL AT.TZRN]iTIVS NO. Z: $ 40, 5DO• 00 'p TOTAL H11.8E BID (=TMS 1 'PBYtV 53) t TOTAL N.TERN►TIVE• N0. 3: $ N b PROPOSAL FORM PAGE 7 OF 10 The undersigned hereby declares that he has visited the site and has carefully examined the plays, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to the work, and that representations made by the city are in any sense a warranty but are mere estimates for the guidance of the contractor. Upon notification of award of contract, we will within ten 1 calendar days execute the formal contract and will deliver a Performance Woad. (as required) for the faithful. performance of this contract and a Payment Rond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the mount of of the highest amount bid, is to become the property of the City of corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within f i re days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Docx nts: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within calendar days. from the date designated by a Work order.. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and fumish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the flowing addenda is acknowledged (addenda number) L 81 A-- 1- 7- S STEAL - IF BIDDER 1S Corporation) Respectfully ub it d • Name *r By ( I WL URE /,0 Address: l '� 8 B treet y (State) (zip) Telephone: OE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. PROPOSAL FORM PAGE 8 OF 10 Revised August 0 P E R F o R M A N C E B C N BOND ISO, P1F222 STATE OF TEXAS KNOW ALL BY THESE PRE S ENT S ; COUNTY OF NUEES THAT _ King- Isles, Inc. of NIECES County, Texas, hereinafter called "Principal", and E I DEPOSIT CO, F 1A1 LAND* a corporation organized under the laws of the state of ....__.. r and duly authorized to do business in the state of 'Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Chris-ti, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sure of TWO MILLI ITT THREE HUNDRED FORTY-SEVEN THOUSANDr SEVEN HUNDRED SIXTY - -FIVE AN N01100 $2 , 347 , 765. DOLLARS, lawful money of the United states, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, y, firr ly by these presents: *COLONIAL AMERICAN CASUALT SURETY o. THE CONDITION F THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH of APRIL , 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of ATP RIVER ROAD WATER LINE IMPROVMENTS DONA DRIVE TO SAVAGE LANE - PROJECT PTO. 8537 (TOTAL BASE BID + ADD . ALT , N0.2 : $2,347t765,00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, s, including any charges, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one 1 year from the slate of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal' action be filed on this bond, Venue shall lie in Iueces County, Texas. And that said surety for value received hereby stipulates that no charge, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of This bond is given to meet the requirements of Article 5160, A Vernon's Civil Statutes of 'texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whoa service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each - on.e of which shall be deemed an original., this the 26TH daft of _p pRTT, , 20 07 An J! Contact.Person: A'e Phone Number: PRINCIPAL KING ISLES INC. • FRANCIS L Y UN BLOOD PRESIDENT (Print Name & Title) ATTEST • ecretarr SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY COO By* f: 4 _ Attorney- - fact MARY ELLEN MOORS Print Name) TOR e' ..+ wA TTNER & GORDON INSURANCE AGENCY 74 l- 883 -1711 (NOTE; Date of Performance Bored rust not be prior to date of n tra t) (Revised 9102) Perforrnance Bored Page 2 of P A Y M E N T B o STATE OF TEXAS BOND NO, PFFo2 KNOW ALL BY THESE PRESENTS COUNTY OF NUECE S ' THAT - -- -King - Isles, Inc, of NU C County, 'Texas, hereinafter called "Principal ", and_,F -nET.TT DEPOSIT C.0_ QF A J, L) � corporation organized under the laws of the State of MLRYLAND , and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of i ueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sun of TWO MILLION, THREE HUNDRED FORTY -SEVEN THOUSAND, SEVEN HUNDRED SIXTY- FIVE FIVE AND NO/1 $2_, 347, 765. DOLLARS, lawful money of the United States, to be paid in iueces County, Texas, for the payment of which sure well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents *COLONIAL AMERICAN CASUALTY & SURE'T'Y COO THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH day APRIL , 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of UP RIVER ROAD WATER LINE INPRO I NTS DONA DRIVE To SAVAGE LANE - PROJECT NO. 8537 TOTAL BASE BID + ADD.ALT.NO.2: $2,347f765.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying Labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas; And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, w Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant". "Labor" and "Material",, as used herein are in accordance with and as defined in said . Article. The undersigned agent is hereby designated by the Surety r 3 herein as the Agent Resident in Nueces County to whom any requisite notices may r be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, 1, Vernon' Texas Insurance Code. IN WITNESS WHEREOF,, this instrument is executed in 4 codes, each one of which shall be deemed an original, this the day of AP L , 20 0 PRINCIPAL KING ILEr INC. 0 1 Ed I - Ed -1902 , " 0 E rMA (Print Name & Title) ...�.� ATTEST secretary /0' (Print Name) SURETY k FIDELITY & DEPOSIT COMPANY of MARYLAND S COLONIAL AMERICAN I N CASUALTY & SURETY CO. By: Attorne -fact MARY ELLEN MOORE Print Name) r Cdr .. Ste, C� .c�'. .d.+�•�iF , - : . 0 - _ CO. rr l . r Agency. SWANTNER & GORDON INSURANCE AGENCY Contact Per : DIARY ELLEN MOORS i. A z P a a Box -870 - ' CORPUS CHRISTI, 'TEXAS 78403 � F (NOTE: Date of Payment Bond must not be Prior to date of contract) (Revised 9/02) Payment Bona Page 2 of F Power of Attorney FIDELITY AND DEPOSIT COMPANY F MARYLAND ND r F COLONIAL AME# ICAI CASUALTY AND SURETY COMPANY INDW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the r ' COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S r land, by PAUL C. RO ER , Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of u Article V1, Section 2, of the -Laws of said Companies, which are set forth on the reverse 13 er � ' red to e i� full force and effect on the date hereof, does hereby nominate, con.sti o en M ORE, R. MID IEEE, Diann EISENHAI R, Michael A. wHI us Christi, Texas, EACH its true and lawful agent and tt mey- 0 ° , r, and on its behalf as surety, and as its act and deed: any and all bon S s ehalf of Independent Executors, Community Survivors and Co cans gn of such funds or undertakings in pursuance of these presents, shall be as binding i o and amply, to all intents and purposes, as if they had been duly executed and acknowledged b I c ed officers of the Company at its office in Baltimore, Md., in their own proper persons. This power mey revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MDDRE, R. M. LEE, Diann EIS NHAUER, Michael A. WHITNEY, Irene BLUEMEL, dated July 22, 2003. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the day -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COWANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY CNTANY, this 13th day of October, A.D. 2003. ATTEST: Oak 811AL State of Maryland s: City of altirnere FIDELITY AND DEPOSIT COMPANY OF MARYLAND E COLONIAL AMERMAN CASUALTY AND SURETY ETY CO I PAI Y BY T E . Smith Assistant Secretary Paul C Rogers Vice President on this 13th day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, carne PAUL, C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT CONTANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and s ith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, i have hereunto set my hand and affixed my Official Seal the day and year first above written, ; INNS 1 PA -F 168-9883 Dennis R. Haydn Notary Public My Commission Expires: February 1, 2009 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY of MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of rn rt ag s,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chainnan of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice- Presidents or Vice - Presidents specially authorized so to coo by the Board of Directors or by the Executive Crnittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -ire -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, rec gnizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ...and to affix the seal of the Company thereto." CERTIFICATE f, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY., do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article Vf, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SUETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of Maur, 1990 and of the Board of Directors of the COLONIAL, AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the ConTany, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shah be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 2 GTH day of A p:R T1, , 2007 • 6?U d dz,6� Assistant Secretary LED D FEdelity and Deposit Company of Maryland Home Office: P.O. Box 1227, Baltimore, MD 21203 -1227 IMPORTANT NOTICE To obtain information or make a complaint: You may call the fidelity and Deposit Company of M r land or�a efi can Casualty ty and Surty Con.ny, and/or Zurich American Insurance Company' tolj, xee ele hone au information or t make complaint at: number for 1-800-654-5.155 You may contact the Teas Department of Insurance to obtain information on coverages, rights, or complaints at: 1- 800 - 252 -3439 You may write the Texas Department of Insurance: R,0. Box 149104 Austin, TX 73714 -9104 Fl.-kX 1 - 475 -1171 PREXHUM OR CLAJM D. 'ISPUTESI; Should you e a d spot - co cc c rcr or abcut a claim, you should .first contact t��t and eat Company of Maryland �r Colonial American Castialty S��re-t Company. � �' If the dispute is not resolved you may o Department [ .ra e. � lac t the T . �k ATTAC11 THIS NOTICE TO YOUR POLICY: This notice is for inforrnao not o e a r eonditi tir� only and coos ors off't o attached document. Disclosure Statement Court Bonds - B ZURICH AGENT/BROKER COMPENSATION DISCLOSURE Dear P licyholder- ZURICH On behalf of Zurich, we are glad' you have chosen us as your insurance company. We look forward to meeting your insurance reeds and want you to understand clearly our business relationship with. the agent or broker Y u chose to represent your company's interests in the placement of insurance coverages. As i the case with many insurance companies in the United states, Zurich distributes many of its insurance products through agents or brokers. This means that your agent r broker i not employed by Zurich and, in fact, may represent many insurance companies. Because we do not employ your agent or broker, the way they are compensated may vary. We recommend you discuss these arrangements with your agent or broker. Like many other insurers, when Zurich compensates your agent or broker, er, they may receive two types of payments. The first commission," type of compensation is known as "base and the second is called "contingent compensation,,, For an explanation of the nature and range of compensation Zurich ma y pay to y our agent or broker in connection ►rith your business, please g r to http: l . uri hna. . Click on the information link located on the Agent Broker Compensation Disclosure section, Where appropriate, insert the Access Code provided below, and you will be able to view this information. Alternatively, you may call (877) 347 -6465 to obtain this type of information. Thank you. Access Code: 2016104474 U- ET -E -402 -A CW (09/06) Page I of 1 CITY of CORPUS ► CHRISTI .� DISCLOSURE of INTERESTS City of corpus Chrisfi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to r provide the following information. Every question must be answered. If the question is not applicable, answer With ANA @. FIRM NAME: �< I N 15 Lh:!7S STREET: 1(vA-1 (3o D iTY: CV(ST1 zip FIRM Is. corpora ' . Partnership 3_ Sde Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. .1 * State the names of each Aemploymo of the city of corpus Christi having an Aownershlp Intere A- constituting 3'1 or more of the ownership in the above named Afirm, Name ,fob Title and city Department (if known) f State the names of each Aofficialo of the city of corpus Christi having an kownership interests constituting % or more of the ownership in the above named Afirmo. Name Title oe 3, State the names of each i►board membere of the City of corpus Christi having are Aownemhlp interest@ constftuting 3°A or more of the ownership In the above named Afirnw. Name Board, Commission or Committee 4. State the names of each employee or officer of a Acortsultante for the City of corpus Christi who worked on any matter related to the subject of this contract and has an Aownershlp interest* constituting 3% or mire of the ownership in the above named Afirn . Name Consultant �J if Z- - & CERTIFICATE I certify that ail Information prodded is tare and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supp4ementai statements will be promptly submitted to the City of corpus Christi, Teas as changes occur. Certifying Person: Signature of Certil PROPOSAL Fort PAGE 9 of 10 Title: Pg.Q!n r Vol T Date: Vvi "G� -I' 144 Z09-1 • 1 DEFINITIONS a_ • , Board Mernber*. A member of any board, commission or committee appointed by the City Council of the - of Corpus hrisfii, Texas. � } b 'Employee ". Any person employed by the Dlty of Corpus hristi., Texas, either on a fill or art time basis but no are Independent contractor. � � t s r C. ' ` Firm • Any enfitY operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal wfth a product or service, including but not limited to, entities operated In the form of sole i proprietorship, a self- employed person. rtr r iP, c r r � r�, joint stock oonnper� , joint venture, receivership or trust and -en ibe which, for � - J Purposes of taxation, are treated a non-profit organizations. = = d. Official ". The Mayor, 'members of the City Council, D4 Manager, ger, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal court Judges of the City of Corpus Dhr+sdf Texas, e. Ownership Interesir. Legal or equitable interest, whether actually or constructively held,, in a firm, including when such interest is held through an rat, estate or holding � �, entity. ontrucfily held@ refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. . ' % consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PROPOSAL FORM PACE 10 OF 10 ACORD, CERTIFICATE OF LIABILITY INSURANCE � KING i DATE (MIWDDNYYY) �/y Af 0 2 f 0 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION �INUK LTR TIFICATE ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE wantner & Gordon Ins. Agcy -CC; . 0. Box 870 FOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POLICY ffFMTTrV]E DATE [UNIDO MI POLICY EXPIRATION DATE MWDDI Y Corpus Christi TX 78403 -0870 Phone . 3 1- 8 8 3 -1711 Fax . 3 1— 8 - 0101 INSURERS AFFORDING COVERAGE N IC # INSURED INSURER A. Texas Mutual. Insurance Co INSURER B. American Cas Co of Reading 11 0 0, 0 0 1 Golds n � Road { y.� Corpus Christi 7V4V9""2 INSURER C. Continental Casualty C 13 INSURER D. U Pie Insurance Co 7X COMMERCIAL GENERAL LIABILITY INSURER E. Amer Intl Spec LI1S Ins Co 05/26/06 r*_f%V1 =DAr.%F OLICI ES CF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING TTHE EQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SLIBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �INUK LTR U131 NSRt TYPE OF INSUR&NCE POLICY HUMBER POLICY ffFMTTrV]E DATE [UNIDO MI POLICY EXPIRATION DATE MWDDI Y LIMITS REPRESENTATIVES. AI,1 ORIZED RE E T GENERAL LIABILITY EACH OCCURRENCE 11 0 0, 0 0 PREMISES Eaoccuren0e 3 100,000 13 7X COMMERCIAL GENERAL LIABILITY 02070920801 05/26/06 05/26/07 CLAIMS MADE OCCUR V0100" MED E}(P (Any one person) $ 000 PERSONAL & ADV INJURY S 1 , 0 , O 0 0 X Premi S8S OPS-XCU CWTIMCTUAL ERCAD Forms Property Damage & GENERAL AGGREGATE , 0 0 0 0 INDEPENDENT CONTRACTOR GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP A $2,000,000 POLICY E D LOC AUTOMOBILE LIABILITY ye COMBINED SINGLE LIMIT 1, C ANY AUTO C:2 0 7 0 9 2 0 9 05/26/06 0 5/ 2 6/ 0 7 ( Ea aocldent) , BODILY INJURY ALL OWNED AUTOS 0000, SCHEDULED AUTOS (Per person) BODILY INJURY HIRED AUTOS NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE L1ABILfTY AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC ANY AUTO AUTO ONLY: ACC EXCESSIUMBRELLA LLABILfTY Y EACH OCCURRENCE A$ 5t000 r 00 KI OCCUR CLNMSMADE 5530887351 05/26/06' 05/26/07 AGGREGATE $ ,0 ,000 $ DEDUCTIBLE RETENTION rail WORKERS COMPENSATION AND WC STATU- I 101m X TORY LIMITS I ER - EIMAPLOYERS'LIABILITY BP00010 74 8 05/26/06 05/25/07 E. L. EACH ACC IDENT $ 1000800 ANY PROP RIETORIPARTNER/EXECUTIVE OFFICERNEMBER EXCLUDED" OBEs 5606, 8909, Belo .00' E. L. DISEASE - EA EMPLOYEE 1000000 E.L. DISEASE E - POLICY LIMIT $ If as, des Crlbe under SPECIAL PROVISIONS below rTHER y Pollution Liabilit � CP02 243 04/26/07 07 04/26/08 Each Doss $2,000,000 L / - ...Fmh� r ate $2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEH IC LES I EXCLU SON S ADDED BY ENDORSEMENT 18 PEC IAL PROVISIONS Project No. 8537: Up River Road Water Line Improvements Dona Drive to Savage Lane. "The City of Corpus Christi is named as additional insured on all V/ General. Liability and all auto Liability policies" as required by written "Insured" contract. *EXCEPT ONLY 10 DAY ON POLLUTION POLICY. r`_FRT11;I(`ATF mm nim CANCELLAT113N CICC„CC SHOULD ANY OF THE ABOVE OE CRIBED POLICES BE CANCELLED BEFGR THE EXPIRATION City of Corpus Christi DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN Engineering Services Vt NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Attn : Contract Administrator IMPOSE NO OBLfGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR P. 0. Box 9277 Corpus Christi TX 78469-9277 REPRESENTATIVES. AI,1 ORIZED RE E T AC RD 25 (2001 j0$) w #kuvKu k.+14.iKI''Ur%A 1 r ri -1 you IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the oli y ies rust 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 AIMS 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 emend, extend or alter the coverage afforded by the policies listed thereon. oD 25 (00108) COMMERCIAL GENERAL LIABILITY CG 20 10 1001 THIS ENDORSEMENT T CHA GE THE POLICY - PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: V COMMERCIAL ERCIAL arEI ERAL 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 envy appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) A. Section 11-- 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. -1. 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 fur fished in connection with such work, on the project (other than service, maintenance or repairs) to be perfonned by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or 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 • � 1� Insured: King -Isles Inc Pl C7921 Effective: 5126106 S • . -. s.# , Managing Partner Randal M. Lee Title: Authorized Representative TE 99 i1 V, ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE "RM TRUCKERS COVERAGE FOR This endorsement char es the 2ol ic effective on the ince tion date of the policy unless another date is indieat d below: Endorsement Effective I Policy Number 5126106 C2070920894 V1 Famed Insured,' King - Isles, Inc Countersigned (Authorized Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured; City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi, TX 7$469 -9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the polio. 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 natters pertaining to this insurance. We will nail 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 polio. FORM TE 99 01H - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by lurch 19, 1992 ATTACHMENT 2 F COMM ERCI A L GENERAL. LIABILITY CC 02 05 01 9 THIS ENDORSEMENT CHALICES THE POLICY - PLEASE READ IT CAREFULLY /TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following; .� COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS COMPLETED, OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material orange 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 Corpus Christi, TX 78469 - 9277 Number of days advance notice: THIRTY Named Insured: King-Isles, Inc Policy Number: r: C2 7092 8 I v1 Effective Date of This Endorsement: Authorized representative: Name (Printed): Title (Printed): R. M. Lee 5126106 V// r.' •fir s . }�: - - Managing Partner - - -- - - ATTACHMENT (01196) 1 OP TE 02 0A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided render the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below- Endorsement Effective 11 r Number 5126/06 C2070920894 Named Insured 4S Y rr RK T AW t# -• `14`r 4 # 1f King- Isles, Inc Countersigned by (Authorised Representative) THIRTY 0 days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice oft the cancellation or change to . City of Corpus Christi Dept. Of Engineering Services Attn, Contract Administrator P. 0. Box 9277 Corpus Christi, fix 78469 }9277 Authorized Representative: Name (Printed): Title (Printed): R. M. Lee Mara Partner , FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement d. Effective 3/92) ATTACHMENT 20F3 WORKERS COMPENSATION Al EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. '7.85) TEXAS OTT F MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of slays advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 2. Notice will be mailed to: City of Corpus Christi -Department of n ineerin Services Attn: Contract Administrator P 0 Box 9277 Corpus Christi, TX 78469 -9277 This endorsement changes the policy to which it is attached and is effective on the date issued runless otherwise stated. (The inf'onnation below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 5126106 Policy No. S P0001 37428 `-� Endorsement No. Classes 5606# 8809. 8810 Insured Ding- Isles, Inc y: • P. urn Insurance Company Teas Mutual Countersigned E' #5r WC 42 06 01 Name (Printed): R. I. Lee d. 7- Title (Printed): l Tana in Partner ATTACHMENT 3 of