Loading...
HomeMy WebLinkAboutC2008-232 - 6/10/2008 - Approved C( 2008-232 06/10/08 M2008-138 tiF;tt Consh•uction Partners SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND- BONDS FOR ~~ WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION Prepared by: SHINER ~~~ MOSELEY SSS N: Carancahua, Suite 1650 Coipus Christi, Texas 78478 Phone:361l857-2211 Fax: 361/857-7234 ~,._. an nfcoy.. ca,rrd WASTEWATER DfiPARTMSNT Phone: 361/826-1800 March 2008 PROJECT NO: 7148 ' DRAWING NO: STL 154 07234-22822-211 %EOF T ~~~~~ y.~P ,......~9s,y SCOTT M. HARRIS ....................... A•. 99261 .~, i.~6s Faz Transmission Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 826-3527 Fax: 826-3501 To: ALL PLAN HOLDER°S~ /Date: May 1, 2008 From: Kevin Stowers ~%~"^~~~~~Pag$es: 36 (including fax sheet) Interim Director of Engineering Services Subject: WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT N0.7148 Addendum No. 3 Comments: This fax transmission includes the entire signed Addendum No. 3 from HDR Engineering, for the above referenced project including 5 attachments. This addendum: Includes changes to the special provisions, wage rate schedule, deletes the current specification and add a new specification for the Odor Controi System, changes to the fencing requirements, changes to the technical specifications and drawings sheets, and includes a revised proposal form. To access this Addendum online, go to: www.ccenenrojects.com TIME AND PLACE OF BID OPENING SHALL REMAIN UNCHANGED. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. Clt~ ®~ nDDENDUM N0.3 Corpus Christi ~^s~ May 1, 2008 TO: ALL PROSPECTIVE BIDDERS PROJECT: WOOD RNER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION (CITY PROJECT 7148) Prospective bidders are hereby notfied of the following modifications to the contract documents. These modfications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I . SPECIAL PROVISIONS A. SP A-22 Minority/Minority Business Enterprise Participation Policy DELETE: Minority Participation (Percent) 45 ADD: Minority Participation (Percent) 45 °h Minority Business Enterprise Participation (Percent) 10 °k Minority Business Enterprise Participation (Percent) 15 °h B. SP A-47 Pre-Construction Exploratory Excavations DELETE: The last paregreph in its entirety: Exploratory excavations shall be paid for on a lump sum basis. associated with exploratory excavations shall be paid for according price of pavement patching. Contractor shall provide all his own separate pay) for exploratory excavations. ADD: The following new oaraareoh: C. ADD: The following new saecial provisions in their entirety: A-52 Dewaterina Any pavement repair to the established until survey work effort (no Page 1 naaaamver aro. 3 Page 1 of 6 a..a. Page 2 Anaa~o~ xo. 3 Psge 2 of 6 ADD: A-53 Bvoass Pumoina Operations 4) 5) II. IIZ 1) 2) 3) 4) 5) The contractor is responsible for maintenance of the bypass pumping svstem and fuel for the svstem. ADD: A-54 WINDSTORM Inspections and Certifications PART C-FEDERAL WAGE RATES DELETE: General Decision Number: TX080039 TX39, in its entirety. ADD: General Decision Number: TX080037 TX37. (See attachment 1), in lieu thereof. STANDARD 3PECIFICATIONS A. Section 026602 SANITARY SEWER FORCE MAIN, 3. MATERIALS DELETE: C. Fusible PVC: See Technical Specification 15070 in its entirety DELETE: G. first paragraph: Polvethvlene Lininc for Ductile Iron Pice, in its entirety. ADD: G. The following paragraph in lieu thereof: Polvethvlene Lininsr for Ducl Page 3 ADDffiiD9l6 NO. 3 Page 3 of 6 IV IV. TECHNICAL SPECIFICATIONS A. Section 02830 STANDARD GATE DELETE: t~ TECHNICAL SPECIFICATION in its entirety. ADD: New SECTION 02830 STANDARD GATE (See Attachment 2). B. Section 15070 FUSIBLE C-900, FUSIBLE C-805, and FPVC FOR SANITARY SEWER MAINS (S-88) DELETE: the TECHNICAL SPECIFICATION in its entirety. C. Section 15885 ODOR CONTROL SYSTEM DELETE: the TECHNICAL SPECIFICATION in its entirety. ADD: N~w_SECTION 15886 MODULAR ODOR CONTROL SYSTEM (See Attachment 3). D. Section 18486 AUTOMATIC TRANSFER SWITCHES, PART 2 PRODUCTS PARAGRAPH 2.02 RATINGS DELETE: I. "Automatic transfer switch shall be rated 600V. 400A. 3 Dole". ADD: 1. Automatic trenafer switch shall be reted 800V. 800A. 3 Dole. in lieu thereof. A. Sheets 3, 8, 7, 8,19, 22, 23, 31, and 32 of 82 DELETE: All text that states: " 24" STEEL CASING" in its entirety ADD: " 30" STEEL CASING". in lieu thereof B. Sheets 33, 34, and 35 of 62 ADD: The following new N TE in its entirety: Repair wooden fence. as needed. in accordance with Standard Specification 028300. C. Sheets 52 of 62 DELETE: "REMOVE 74 LINEAR FEET OF 6' PRIVACY FENCE" in its entirety ADD: "REMOVE ENTIRE EXISTING 8' PRIVACY FENCE", in lieu thereof Page 4 Aaaapa°es rro. 3 Page 4 of 6 D. Sheet 53 of 62 ADD: The following new NOTE in its entirety: DELETE: DETAIL 3-WOOD FENCE DETAIL, in its entirety. DELETE: All text that states: "6'-0" PRIVACY FENCE, in its entirety. ADD: $'-0" PRECAST CONCRETE PANEL FENCE IFENCECRETE OR ENGINEER APPROVED EQUALI. in lieu thereof. ADD: E. Sheets 55 of 52 DELETE: DETAIL 1-ODOR CONTROL SYSTEM PLAN. in its entirety. ADD: DETAIL 1 MODULAR ODOR CONTROL SYSTEM (See Attachment 4), in lieu thereof F. Sheets 57 of 62 ADD: DETAIL 1 FOUNDATION SLAB FOOTING SECTION (See Attachment 5). G. Sheet 58 of 62 ADD: The following new NOTE in its entirety to Detail No. 2 "Electrical Building Lighting Plan": A light switch to control exterior Ilahts shall be mounted on exterior of bulldina. Switch to have weatheroroof cover. H. Sheet 62A of 62 The following n w N TE in Its entirety: GATE PANEL SHALL BE PICKET FENCE STYLE IN LIEU OF FABRIC MESH SHOWN. ~LETE BARBED WIRE. GATE SHALL BE 8'-0" HIGH. Page 5 ADDEND9M NO. 3 Page 5 of 6 The following new NOTE to its entirety: V. PROPOSAU DELETE: The current Proposal Forrn in its entirety. ADD: Revlaed Proposal Form. in lieu thereof (See Attachment B). Please acknowledge receipt of this addendum in the appropriate place In your REVISED PROPOSAL FORM. Attachments - " 1. GENERAL DECISION NUMBER 7X080037 2. T~GHNICAL SPECIFIGATION 02830 ST ND RD C.ATF 3. TECHNICAL SPECIFICATION ~~aar; -u~nni n as nnnR r. NTROL SYSTEM 4. ODOR CONTROL SYSTEM PLaN 5. DETAIL 1. SHEET 67 CONCRETE ST R-LANDING DETAIL & FOUNDATION ~~ o FOOTING SECTION 6. BEVISED PROPOSAL FORM END OF ADDENDUM No. 2 *: •r •* SCOTT M. FIARRI ~~....98261 ' ~, SMH/cc ~~ 11DD8'NDIIM NO. 3 Page 6 Page 6 of 6 Project Engineer HDR~Shiner Moseby SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR i WOOD RIVER LII+'T STATION UPGRADES AND FORCE MAIN EXTENSION Prepazed by: J~~ S~IINElt J MOSE~.EY 555 N. Carancahua, Suite 1650 Corpus Christi, Texas 78478 Phone: 361/857-2211 Fax: 361/857-7234 o,.«. `.~ aryoJcop`~.c`h,ssu ~F~S~~ 17~~R =.~E OF TF~~~ DEPARTMENT ~ y~P.-'' ~ 'tys~~ Phone: 361/826-1800 ~* ~ ~ •'~ + / SCO7TM.HARRIS March 2008 /l.'4:•. 99261 .'/? PROJECT NO: 7148 9, DRAWING NO: STL 154 07234-22822-271 (Revised 7/5/00) WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT N0.7148 Table of Contents NOTICE TO BIDDERS (Revised ~/s/oo) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - 8 (Revised ~/s/oo) Worker's Compensation Coverage 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 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 (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) 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/Salvage of Materials -'a ^FA~-- NOT USED 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 Participation Policy (Revised 10/98) A-23 Inspection Required (Revised 7/5/00) A-24 Surety Bonds ""'^^ '" -' NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims 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 Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents -- -- ---~ ..---- ---------- -r ----- -'-~----...--__ NOT USED A-36 Other Submittals (Revised 9%18/00) NOT USED A-38 Worker's Compensation Coverage for Building or Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates ~.- ^''°~ ^^°•- NOT USED A-42 OSHA^Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) __-i _c _s.~.. rvu.~.. ^a .. i~,~~~ NOT A-47 Pre-•Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Re-Routing of Traffic During Construction A-51 Amended Prosecution and Progress PART B - GENERAL PROVISIONS PART C - FEDERAL WAGS RATES AND REQIIIREMENTS PART S - STANDARD SPECIFICATION3 021020 021040 021080 022020 022022 022100 022420 023020 025205 025220 025412 025424 025610 025612 025802 026202 026210 026214 026602 026604 027203 027205 028060 028300 028370 030020 032020 038000 055420 099020 151010 151620 Construction Projects for USED Site Clearing & Stripping Site Grading Removing Old Structures Excavation & Backf ill for Utilities & Sewers Trench Safety for Excavations Select Material Silt Fence Jacking, Boring, Tunneling ~. Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement Flexible Base-Caliche Prime Coat Hot Mix Asphalt Concrete Pavement Concrete Curb & Gutter Concrete Sidewalks & Driveways Temporary Traffic Controls During Construction Hydrostatic Testing of Pressure Systems PVC Pipe for Waterlines & Sanitary Force Grouting Abandoned Utility Lines Sanitary Sewer Force Mains Air Release Valves for Wastewater Vacuum Testing of Sanitary Sewer Manhole Fiberglass Manholes Landscape Planting Fences Relocation sarbed•Wire Fence Portland Cement Concrete Reinforcing Steel Concrete Structures Frames, Grates, Rings and Covers Painting Gate Valves Submersible Pumps for Wastewater PART T - TECtIIdICAL 01011 Equipment Documentation Requirements 02205 Environmental Protection 02827 Chain Driven Slide Gate Operator 02630 Standard Gate 13900 SCADA System 13960 Pump Control Panels Mains AWWA C900/C905 and Structures 15064 High-Density Polyethylene (HOPE) Piping Systems 15070 Fusible C-900"', Fusible C-905® and FPVC"' for Sanitary Sewer Mains (5-69) 15101 Mix Flush Valves for Submersible Wastewater Pumps 15730 Wall Mount Air Conditioners 15885 Odor Reduction System 16010 Electrical General Requirements 16170 Grounding and Hondiag 16235 Engine Generator Systems - 16402 Electrical Wiring Systems 16421 Utility Service Entrance 16441 Panelboards 16443 Motor Control Center 16460 Dxy-type Transformers 16496 Automatic Transfer Switches 16920 Packaged Control Room (PCR) 16980 Level Transmitter 16990 Ultrasonic Flow Measuring Equipment LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL/DISCLOSIIRE STATEMENT BOND PAYMENT BOND 3 NOTICE TO BIDDERS NOTICB TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: WOOD RIVER LIFT STATION UPGRADES AND FORCEMAIN EXTENSION: The project consists of two (2) base bids (A&B), and one additive alternate bid. Base Sid A includes proposed improvements to the Wood River Lift Station: demolition of the existing lift station, removal and replacement of three submersible wastewater pumps, installation of three mixed flush valves, upgrade of the pump station electrical system and controls and addition of a modular odor control system. Ease Bid 8 consists of a 12,850 LF PVC sanitary sewer force main extension which includes installation of steel casings by dry-bore method under three major roadways, installation of air release valves, and grouting and/or abandoning the existing force main plus additive alternate 1 which consists of using HDPE pipe for the force main in lieu of PVC. The scope of all base bids and the alternate bid item includes all appurtenances and associated work in accordance with the plans, specifications, and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, April 23, 2008, and then publicly opened and read. Any bid received after closing time will be returned unopened. 16 A pre-bid meeting is scheduled for 10:00 am, Wednesday, April 16, 2008. The location of the meeting will be the Engineering Services Main Conference Room, Third floor, City Rall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conducted by the City, and will include a discussion of the project scope. A bid bond in the amount of 5& of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5~ bid bond to the City as liquidated damages. Eidder'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 sad no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ( 10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the ConL-ractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Revin Stowers Interim Director of Engineering Services /s/ Armando Chaps City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS - Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OP INSDRANC$ MINIMDM INSIIRANCB COVSRAGB 30-Day Notice of Cancellation required on Hodily Injury and Property Damage all certificates E~~~4C;CIIX3i~~~N4,,'$~`P,~~,~±GCtR$f3pT$ Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard a. Underground Hazard 5. Products/ Completed Operations Hazard 6 h _":-~.~7Y~ct~a~#;;i~a~iat~3~tx '7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-term X NOT REQUIRED environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-il and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements X REQUIRED ^ NOT REQUIRED Page 1 of 2 ^ The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ^ The name of the Project must be listed under "description of operations" on each certificate of insurance. ^ For each insurance coverage, the Contractor shall obtain an endorsement to the applhcable insurance poll cy sig~ d b~ the insurer gr~o~,.~,~~~'~Eij~~~I~et~G~.~£~xt~a " a~"i, The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-il or Special Provisions section of the contract. A completed "Disclosure of Interest" mustbe submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER' S CO"PE?~*SATION COVERAGc^. FOR BUILDING GR CCNSTRIICTION PROJECTS FOR GGVERNMENT ENTITIES Ter_as law requires that -,ost contractors, subcc~cractors, and others providing work or services for a City building cr construction prc;ect must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's compensat'_ca coverage agree^:ent . given if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) ~~ provide 1 of the 3 forms of worker's compensation coverage, the C_ty will require such coverage for all individuals providing work or services on this Project at any time, including during the mai:~enance guaranty period. :4otor carriers which are required to regis=er with the Texas Depart-.enc of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverace under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation ceverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of whit:: is attached and deemed i:corporated into the project contract. Please note that under secticn 110.110: certain language must be included in the Contractor's Contract with the Ci*_y and the Contractor's contracts with subcontractors and others providing services for the Project; the Contractor `_s required to submit .o 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 the Contractor is recuired to post the required notice at the job site. By sicning this Contract, the Contractor certifies that i. will timely compl•: with these Notice to Ccntraetors "B" requirement=. NOTICC CO CONTAACTOAS - (Revisea 1/13/98) Page 1 of 7 8/7 /y9 Tide .S. LVSL~R~.\CL Part II. TE~i.AS ~VORI{BRS' COiYfPENSATION COVI:I4ISSI0\ Chapter 110. REQLtI12ED NOTICES OR COVERAGE Subchapter B. E.l4PLOYER NOTICES § 110.110 12eporting Reauiremen[s for Building or Construction Projecu for Governmental Entities (a) The following wards and terms, when used in this rule, shall have the following meanings, unless the context clearly inaicates otherwise. Terms rot defined in this ruie shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coveage (ce.^.incatel- =cony of a ce:.incate of insurance, a ~ertincate of authority to seif-insure issued by the commission, er a workers' ccmoensatien coverage agreement (TWCC-S 1, TWCC-"o2, TWCC-83, or TtVCC-S4), showing statutory workers' compensation insurance coverage for the person's or en[it}rs employees (including those subject [o a coverage agreement) providing services pn a project, for the duration of the project. (2) Buildine or construction-izas the meaning defined in the Texu Labor Code, § 406.096(e)(1). (3) Contractor-A person bidding for or awarded a building or co:struction project by a governmental endrv. (4) Coverage-Workers' compensation insurance meeting the stzrutory requirements of the Texas Labor Code, § 401.011(44). (5) Coverage agreement-A written agreement on form TWCC-S1, form TWCC-32, farm iWCC-S3, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parries for purposes ofthe Texas Workers' Compensation Act, pursuant to . the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation wverage for persorts providing services on the project. (6) Duration of the project-Includes the time from the beginning of work on the project until the work on the project has been compiered and accepted by the eovernntental entity. (7) Persons providing se:-tdces on the proje^ ("subcontractor" i;. g 406.096 of the Act)-«0~ the exception of persons excluded under subsections (h) and (i) of [his section, includes all persons or en[ities performing all or par[ of the services the convactor has undertaken to perform on the project, reeardless of whether that person contracted directly with the contractor and regazdless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors. leasing companies, motor tamers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. "Services" includes but is not limited --- ~iortce ro coxraACrorts - - rteviaea riraieat 8/7/95 http:ilwww.sesstate.r.:.us/tad23/II/1108/110.110.htm1 Page x oc r ~S T:.C :.:.;:. Paee 2 c: ~ :o crc•rcic~, ~ :iine, or dec•: eying ecuipmen: er rcz;er:ds. cr oro~iding labor, tr~lsoe^ztien, or othe.~ service : eia:ec to z projec;. "Services" does not i::ci;:de atzi•,ities t :.-elated to the prole ~ s;:ch as food.•~eve:sae vendors, c..-:.ce supply deliveries, azd ceiivery of portable toilets. (8) Prciec-~:eludes the erc•.ision of all services related to a building or construction co::;:zct for a - govetr sectai entity. (b) Prosidinz or causing to be provided a certificz:e ofcoveraee cursuant to this rule is a represecra:;cn by the insured :hat all employees of dte insured who are providing services en the projec, are covered by workers' compensation coverzze, that the coverage is based on proper reportine of ciassificadon codes and payroll amour.:s, and that aL coverage ar_reements hive been filed with the zopreeriate insurance carrier or, in the case of aself-insured, with the commission's Division of SeL-Irsura.:ce Reguiatior Providing false or misleading certificates of coverage, or failing to provide or r..zintain required coverage, or fai]ing to repott any c:.ange that materially a~ecs the provision of coverage may rtbject the contractor or other person providing services on the projec to administ,~t:ve penalties, criminal penalties, civil penalties, or other civil actions. (c) A gover":.^e:ttal entity t::at enters into a building or construc:.~on contract on a project stall: (1) include it the bid specifications, all the provisions of para~zph (TJ of this subsection, using the language required by paragraph (7) of this subsecticn; (2) as Dart o: the contract, using [he language required by paragraph (7) of this subsection, require the contracor to perform as required in subsection (d) of this section; (3) obtain 3em the contracor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before rite end of the arr. eat coverage period, i_FLhe contractor's current certificate of coverage shows that t`re coverage period ends doting the duration of the croiect; and (B) no later tF.an seven days after the expiration of the cavetage for each other person proviaing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain cerrificates of coverage on file for the dtuarion of the project and for three years thereafter, (6) provide a copy of the cerificates of coverage [o the comrttission upon request and to any person entitled :e them by law; and (7) use the la::_,tage contained in the following Figure 1 for bid scecifications and contrzcs, without any additionz words or chances, except those required to accotnmodate the specific document in which [hey zre contained or to impose stricter standards of documentation: T28 S 1 l 0. 11 G(c)(7) tbl NOTICE TO CONiRACTCRS - 3 Revised 1/13/98) http://v.ww sos.stzte.tx.us/tac'~8/II/I lOB/I 10.1 l0.htm1 Page 3 ~[ ' 8~7~48 T aC 110.110 Page 3 of 6 ~) A contractor shall: (i) provide coverage for its emoicvees croviding services on a project, f : t::e duradoa of the project used on proper reporing of clazs~:ca::on codes and payTOil amounts and ll :g of any coverage ae<eements; (3) provide a certificate of covera<e showing workers` compensation coverage to the governmental eatiry prior to beginning work on the project; !3) provide the govertrmenial emir;, p.^:or to the end of the coverage period, a new certificate of coverage showing extension of cevetage, if the covera¢e period shown on the comractor's current .:ertificate of coverage ends durine i^.e duration ofthe project; (4) obtain from each person providing services on a projec[, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons. providing services on ce project; and, i~) no later than seven days after r eceip[ by the contractor, a new certificzte of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the govertunental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should havernown, of nay change that materially auects the provision of coverage of any penoa providing serviu°.s on the project; (7) post a notice on each project site itrfortning all persons providing services on the project that they zre required to be. covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requiremenu imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 paint bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker poptilatioa The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIItED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance.. i =:ts includes persons providing, hauling, or delivering ecuicment or materials, or providing labor or [ranspottation or other service related to the project, regardless of the identity of their employer or status az an employee." "Call the Texas Workers' Compensation Commission at 5 1 21140-3 789 to receive information on the legal requirement for coverage, to verity whether your employer has provided the required coverage, or to repott an employer's failure to provide coverage." NOTICE :O CONTRACTORS - e ;ap:/lwww,sos.state.tx.us/tad28/II/IlOB/110.110.html ReviseQ titaivet gn/98 Pa9c < Of 7 :sr;:c ,:o.llo Yage a of 6 n•i;et-.: contrzes :o ::e~ide sendces e:: a =roject to: (8) cca:xc:uaily regcire each person with (A) provide coverage'oued on proper reporci:.z of classification rades and payroll zr^ounts and filing of any coverage aereemezs t"or a1i of is employees providing ser.ices en the prole^., for the duration of the proiea; (B) pride a certificate o: coverage to the con• actor prior to chat person begitnss.^g'x'ork on the proje~ ; ()() (C) include in all conrracs to provide services cr. the projec, the iznguage in subsec~en e 3 of thts section; (D) provide the contractor, prior :o the end of ;:.e coverage period, a new certinca:e of coverage shovring exteasion of coverage, a the coverage period shown on the current certificate of coverage ends dtning the duration of the project; (E) obtain from each ocher person with whom is conttacs, znd provide to the contractor: (i) a ceaificate of coverage, prior to the ocher person beginttirtg work on the proje^; ^d (n) prior to the end of the coverage period, a new certificate of coverage showing ere:sion of the coverage period, if the coverage period shown on the current certificate of coverage ends during the durarion of the project; (17 rerun all required certificates of coverage on file for the duration of the projec a^.d for one yeaz thereafter, (G) notify the governmertal entity in writing by certified m~tkrat matetialld affects d%e o o'nsion of after the person knew or should have known, of any Chang Y coverage of any person providing services on the project; and (Fi) contractually require each other person with whom it contraes, to perform u required by subparagraphs (A)-(I~ of this pazarsaoh, wtth the certificate of coverage to be provided to the person for whom they aze providing services. (e) A person providing services on a project, other than a contractor, shall: (I) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of clusification codes and payroll amounu and filing of any coverage agree gents; (2) provide a certificate of coverage u required by its contract to provide services en the project, prior to bemmting work on the project; (3) have the following language in iu contract to provide services on the project: "Sy signings contract or providing or causing to be provided a certificate of coverage, the person simittg~s contras. is representing to the governmental entity that all employees of the person sianiug contras: who will provide services on the project will be covered by workers' comaensatien coverage NOTICE TO CONTAAOTOftS - s ftevi:~e 1/13/98) 8/7/98 http:/hy~.sos.state.tx.us/tad28/II/1108/110.110.htm1 Page s ~z ~ ^ <a ,::., ,.~.<<~ rage ~ of o for c. duration of : a proiect, that the cc•: erage will be bled on proper reportine of ciassincaton codes z*•d payroll a:-•ounts, and that all coverage zereemea:s wiil be 51ed with the appropriate insura_^ce carrier or, i:: the case of a self-irstsed, with the commissiods Division of Self-Insurance Reguiatioa Proviaine false or misleading i.formation may subject the contractor to administrative penziaes, criminal pe :allies, civil penalties, or other civii acions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current cetificate of coverage, a new certificate showing extension of coverzge, if the coverage period shown on :he certificate ei coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) z certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the wvenge period, if the coverage period shown on the current certificate of coveraee ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (~ notify the governmental entity in writing by certified mail or personal delivery, of nay change that materizlly affects the provision of coverage of any person providing services on the project and send .~_ _,..:,._...:.ti:...,.., ,t,,,e after the person }.•-rew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounzs and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project, (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all conaacts to provide services oa the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the covera¢e period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends durins the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the ocher person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showine extension of the coverage period, if the coverage period shown on the current certificate of coverage enas during the http:/lwww.sos.state.t:c.us/tad28/II/1108/110.110.htm1 Norxce ro coarnncroas - B g/7/9g Revised 1/1]/98) Page 6 of 7 '.3 lAl. 11V.1 IV duration cf :he contract: Page 6 of 6 (F) retain ail required ce.^.i~w:es of coverage en nle for the duration e:::.e project and for one yeaz thereafter; (G) notify lire governnte.^.tai entity in writing by certified mail or personal delivery, within ten days after the person Imew or should have lrnown, of any change that tnater:aiiy affects the provision of coverage of any person proviaine services on the project; and (Iij contractually require each cerson with whom it contracts, to pericrrn as required by this subparagraph and subparagraphs (A){G) of this paragraph, with the certificate of coverage to be provided to the person for whom they aze providing services. (f) if any provision of this rule or its application to any person or cita:atstaztce is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable far building or constnrcdon contracts adve.^.ised for bid by a govetumental entity on or after September 1, 1994. This tole is also applicable for those building or construction contracts entered into on or ar3er September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this Wile does not apply to motor car.•iers who are required pursuant to Texas Civil Starutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Starutes, Article 6675c, § 4G). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Br11 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietocs, partners, and wrporate executive officers who aze excluded from coverage in an +*+~+*a^ce poBcy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, ZO TexReg 8609. Return to Section Index NOTIC2 :O CONTRJ.CiORS - B Revisee 1/13/981 gn/98 http://www.sosstate.a.usitacJ28/17/1108/I10.110.html Page ~ or ~ PART A SPECIAL PROVISIONS WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT N0.7148 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Pronosals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in theoffice of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Nednesday, April 23, 2008. Proposals mailed should be addressed in the following manner: City o£ Corpus Christi - City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - WOOD RIVER LIFT STATION OPGRADHS AND FORCE MAIN EXTENSION, PROJ8CT NO. 7146 A pre-bid meeting will be held on Wednesday, April 16, 2008, beginning at 10:00 A.M. The meeting will conveneat the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 Def initioaa and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project WOOD RIVER LIFT STATION IIPGRAD85 AND FORCH MAIN EXTENSION consists of two (2) base bids (A&B), and one additive alternate bid. ease Sid A includes proposed improvements to the Wood River Lift Station: demolition of the existing lift station, removal and replacement of three submersible wastewater pumps,. installation of three mixed flush valves, upgrade of the pump station electrical system and controls and addition of a modular odor control system. ease Hid B consists of a 12,850 LF PVC sanitary sewer force main extension which includes installation of steel casings by dry-bore method under three major roadways, installation of air release valves, and grouting. and/or abandoning the existing force main plus additive alternate 1 which consists of using HDPE pipe for the force main in lieu of PVC. The scope of all base bids and the alternate bid item includes all appurtenances and associated work in accordance with the plans, specifications, and contract documents; A-4 Method of Award The bids will be evaluated based on the following subject to availability of funds: 1. Base Hid A, sad Base Sid B individually, or combined, or Hasa Bid A, and [Hale Bid B plus 'additive alternate 17, individually or corobiaed, Section A - SP (Revised 12/15/04) Page 1 of 24 The City intends to award the contract to aiagle or multiple coatractora within the available project funding. The City reserves the right to reject any or all bids, to .waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Bid Hoad (Must reference WOOD RIVER LIFT STATION DPGRADES AND FORCE MAIN BXTSNSION, PROJECT NO. 7148 ae identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Baak will also. be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages The contractor will be required to follow scheduling requirements noted below for each part and each phase of the project. The working time for completion of the Project will be as follows: Hass Bid Part A (Lift Station) 225 Calendar Daya Base Bid Part 8 (Force Maia) •300 Calendar *Hase Bid Part B (Force Main) has been divided into three separate phases (see plan sheet 9 of 62 for phasing details). The contractor will be required to complete phases 1 and 2 before beginning work on phase3. Phase 3 may be constructed as soon as the utility easements and Texas Department of Transportation permits have been obtained. Ia case of aiagle or multiple contractors, the work on both the Lift Station sad Force Main must be executed concurrently. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work for Base Bids "A" and/or "B" as identified above or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Section A - SP (Revised 12/15/04) Page 2 of 24 A-7 Workers Compeasatioa Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements. of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. - Furthermore, for each calendar day including and after the effective date of termination or 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 and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if 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 to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Ackaowledgmeat o£ 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. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for REAVY CON3TRIICTION. In case of conflict, Contractor shall use higher wage rate. MinvmRn Prevailing Wage Scales 'Ihe Coleus Christi City Council has determined the general prevailing minvmmi hourly wage rates for NLteeeS County, Texas as set cut in Part C. The fbntractor and any subcontractar must mt pay less than the specified wage rates to all lalvrers, xorkmen, and mecl'anics eng~loyed by than in the execution of the Contract. 'rile Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calecdar day, or portion tl'iereof, for each laborer, ~,orkman, or mechanic alloyed, if such person is paid less than the specified rates for the classification of cork performed. The Section A - 9P (Revised 12/15/09) Page 3 of 24 Contrnctor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and shaairxJ the actual vsges paid to each worker. The Contrnctor will make bi-veekly certified payroll submittals to the City Engineer. the Contractor will also obtain copies of such certified payrolls from all sulxontxactors and others working ~ the Project. These docim~tts will also be sutmitted to the City ~n~r bi-weekly. (See section for Minority/Mimrity Business Enterprise Participation Policy for ad3itional +~"+i~*+ts concerning the proper form and content of the payroll sutmittals.) One and one-half (ly.) times the specified hwrly wage must be paid for all hours worked in excess of 40 hours in airy one weep and far all hours worked on Sudays or holidays. (See Section 8-1-1, Definition of Terms, and Section 8-7-6, Working Hours.) A-11 Cooperatim with Publie Agencies (Revised 7/5/00) 'lhe Contractor shall cooperate with all public and private agencies w2th facilities operating within the limits of the Project. Rhe Contrnctor ahwll provide a forty- eight (48) hour notice to a~ry+ applicable agency when work is anticipated to proceed in the vicinity of any facility by using DIGTESS ® 1-800-344-8377, the Lone Star Notification Orngkuiy at 1-800-669-8344, and Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer tIDR/Shiner bbseley and As~ciates Traffic Etrjinac+rin' Iblice Department Water Tpp~+*~~pnt Wastewater Department Gas Deparbm-nt Stone Water Department Parks & Recreation Department Streets & Solid Waste Services AEP Nueces Electric Nopeaative AT&T/CP&L City Street Div. far Traffic Signs]./Fiber Optic Locate Cablevieion ACSI (Fiber Optic) HIKC (Fiber Optic) C1]OICECOIR (Flber Dj]tiC) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) Kinder Morgan Pipeline Easton Mobil Pipeline Carpany 826-3500 361-857-2211 826-3540 886-2600 626-1880 - (626-1888 after hours) 826-1818 (826-1618 after hours) 865-6900 (685-6900 after how.s) 826-1681 (826-1888 after hours) 826-3461 826-1970 299-4833 (693-9444 after hours) 387-2561 (1-800-632-9288) 881-2511 (1-800-824-4424,after hours) 826-1946 857-1960 857-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624) 813-1124 (Pager 886-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Nbbile) 972-753-4355 361-387-5569, ext 233. 800-537-5200 A-12 Maintenance of Services 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 as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features Section A - SP (Revised 12/15/04) Page 4 of 24 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 intended 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, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by .temporary pumping to a satisfactory outlet, all with the approval of the City Hngineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or -other liquid contacts the streets or ground surface. 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 sad Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and -Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. For work within the TxDOT controlled right of way, the Contractor shall comply with the TxDOT's Manual of Uniform Traffic Control Devices. Copies of this document are available through TxDOT. The Contractor shall refer to Special Provisions Paragraph A-50 for additional information and -requirements regarding Traffic Control during Construction. A 14 Construction Equipment Spillage sad Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. - Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into Section A - SP (Revised 12/15/09) Page 5 of 24 the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth- of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. A11 necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property ofthe 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 Of £ice (sot used) A-18 Schedule and Sevueace of Construction The Contractor shall submit to the City Engineer a work plan based only on CALERDAR days. .This plan must detail the schedule of work in accordance with the time requirements and phasing noted in A-6 of these special provisions and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. 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. Section A - SP (Reef eed 12/15/04) Page 6 of 24 Submittal Dates: Indicate submittal dates required for all submittals. Re-Submission: Revise and resubmit as required by the City Engineer. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Constructioa Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City 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 ass 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. 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 (2) 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 independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. 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: Streets• Cum gr~tte~ €lew~ 'ne ~ti _:,,__ ,.a ., e ~---el--i eeE e£ewne en a 2B6 '' ""' '"F '- Wastewater: All rim/invert elevations at manholes; A11 intersecting lines in manholes; Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Section A - SP (Revised 12/15/04) Page 7 of 24 _, _~ .,,,....,. __9 Fteg a€-g#pe aB:rl € 2w }#rie) f'£3'80T.. _~ ncz;..i~~ ~-air _- -_'---'_ "_ `_ _° , °~ - - - -7« -,- ~ftep a€~#Pe~nr} €}erv }#ne) ET 039T s _~ PST A-20 Testing sad Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must furnish and install 2 Project signs as indicated on the following drawings. (Attachment IV) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business 8aterprise Participation Polic 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded aCity contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or j-oint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. Section A - SP (Revised 12/15/04) Page 8 of 24 c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.08' of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0 of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.08 or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.08 of whose assets or partnership interests are owned by one or more women, or a~corporation at least 51.08 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 50.08 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 25.08 Section A - aP (Reviead 12/15/04) Page 9 of 24 of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. _ Goals a. The goals 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: Miaority Participation Miaority Buaiaeas Eaterpriae (Percent) Participatioa (Percent) 45 $ 10 ~ 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 minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 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. 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 submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Iaspectioa Required (revised ~/s/oo) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a pezmit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. 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 Building Inspection Department, and all other City fees,- including water/wastewater meter fees and tap fees as required by City. A-24 Surety Honda Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: Section A - SP (Revised 12/15/04) Page r0 of 24 "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 often percent (10$) of the Svrety 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 reinsurer may not exceed ten percent (10&) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through theState 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. Sach bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NOT IISED) .. F_ a 3a~c~r~-=.-~-~h e N ..r. ., a...: ..F ~~~ll - t+~......r '~21c~. 3 ~G n 4 ~l^ ~. rt~ , Section A - SP (Revised 12/15/04) Page 11 of 29 A-26 9upplemeatal Insurance Requiremeata Por~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 change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Hox 9277 Corpus Christi; Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that .the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the. Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section H-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained inaccordance with Section 8-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death ,, or damage is caused directly by the negligence or other fault of the City, its agents, servant s,or employees or any person indemnified hereunder. Section A - SP (RevieeQ 12/15/04) Page 12 of 24 A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section 8-6-11 of the General Provisions is amended to include: Contractor must provide Iastallatioa Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Iastallatioa Floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Iastallatioa Floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-28 Considerations for Contract_Award and Sxecutioa To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: i. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a Financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials,- safety, coordination of subcontractors, and familiarity with the submittal process, .federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. Section A - SP (Revised 12/15/04) Page 13 oP 24 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a cl>azige in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concexni.ng any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Reauiremeats IInder "General Provisions and Requirements for Municipal Construction Contracts" Section 8-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the 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 work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work -and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the- MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. _ 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. Section A - 8P (Revised 12/15/04) Page 14 oP 24 The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement o€ 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-28 and A-29 concerning Considerations 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 (5) days following bid opening, submit is letter £orm, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership; and name(s) and Title(s) of individual(s) authorized to execute contracts oa behalf of said entity. A-31 Amended Policy om Sxtra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor aclmowledges 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 aclmowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor aclmowledges that airy cl ~n„e orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "IDcecution of Contract" Requirements Under "General Provisions and Requirements for ~,,,; cipal Construction Contracts" 8-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at arty 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 arty kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. Section A - SP (Revised 12/15/04) Page 15 of 24 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 reiainded to attend the Pre-Sid Meeting referred to is Special Provision A-1. A-34 Precedence of Contract Documents , In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plane, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT IISED) Pt'#e~ te-der€e~mixag~ we~) '^: ^ ^..•.^^^«.._ Eent~aete~ e-aE-an.~ Eit} water €aeili~~p , tlxe ,.«,._.. ..a ....L _L «L _; .. _ _, _.._„ , «..___ .-L..__ .,a......., .../n .... «... _,.« ,c_«.. n eendtteted b 6he Get TQater Be ~ rti E P-- } l } .. C.~4 g a men ~~ ,l _FL_„.~~ • .~ t 1, autk~ e~ise~-f#t TPat ~, ~... .. .._ ,.,~,.,. 6L e~ D i t } . .~ e~sens la A ^~^--^ ~roo ega~ mea -pe~.,,...:. s ~ - l k h l = g vr e o~ ue a ear , aa~ w r-e to e-c ea ...i.]2 Fem.. ~..., -. C...~..« .~. 4_v ^L~_~« Ali-materi a~s astd i m r6- t} d i i° - bb ~gr~ ~ z _a ace x e ~ega «-r~ s sem }~ t~ansge~tat 4en, reitsst~l~aateB~,=d 4~ s@eetien~€-g am _____ ________ ..____ L __~__ section A - 8P (Revised 12/15/09) Page 16 of 24 c " - - ,., a ` _, , - ...a nv Y.~-~-.-,.,.--tom ai s 3a a ~e~ke~--t-hex-e~~anQ~e, w,. - V e__ti - -_--'_ ;_ moo. :.`:mv~-~E6Y~~@-EBif1Pa$~~same-~~-- --- -- -- - .,, 6 ~r'2II$ ii8~ _: ,, _.. ==°"T ~ e6ea mc~s~-xae~ tise~ ~_,.:, 3-, ~te~ee- s~ ~e e~ea~3y -'-~---••_ __ -- _ _ ...L ~ M-. Lima Y ~ is we~3e e~ae les ~t1E me~~teat~aas ~~t ~ ti : ~-int--g~eg .. aamm~~ a.. _.. _^ ~-, - - Ri .... ..e ,, Section A - SP (Revised 12/15/04) Page 17 of 24 apg}#ed d..a........ -_•.=~ to the .. T me~n'e 4Pa} Frate~ and wastewat er ..., ~. ~ a a.. 4L.. _c ` a ca cpc.._rr ,.a L_.•___ c...,. .....a..a.aaa i 7 7 ,,... ,.~ r~o =.a Eentre} S}stems Sng ~see r, e~ an S}eetaiea} ^^g'-_ __ ..1 C1 ...... .. success ta • ns-ma A?ke~e t t.JY~ .~ a ~' €x}}~-camp}e rs Ft'fBBis ~F~..a L.. ` nx€aetase~~ his hs net-p~ l l L_ 4L_ h _ ~€e~man ee ted and .....i ~. 1 •Y ^ `-'- aeti a..~4 at a ae€t .1AA . - ea3~ _c the mane€ae~txaex~ tea#ni r ~ r rrase--}.repeeed €e~ t .l_ ..C ~L_ J , .L~ ..L ~L_ ..... a..... r---- ---' - - }l eep}i-pmen~t~€-a gi~.- 8 Bi St SV t ng he x ~eatme r nt-F'}ant w~ ~k e se edens a _ ed i^ .-,.._ .L. e~ .L ~.~:c~-iz 8 Tke E jcc~~ ent~aetE~ e 'r C ra ~~ r~?r LH.-. ...1- G d e a ~€#}l d _ . ~s-need the ~., l r L, -_'-- ed a ~egu€ ~ ~.~ ^_._.Ey yF s.L n °eetl3 ted, SFA a ~ ~ed to a BF~--el r ~ a ~ ~ e to abet dd these tweestems stem,-il~taehed tem Ll o .: pkase €ntende Th <taeked d to-skew- a she ~ ^~ ~•• ~Eh «L.. .- ^-p'- _•,a v e ~eqa#~ed EhEete.~ r ho A-36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. Section A - SP (Revised 12/15/04) Page 18 of 24 b. Reproducibles: 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 Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of-information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forma. I Resubmittals: Contractor must revise and resubmit submittals as required by City 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 finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise the related equipment will not be approved for use on the project. Section A - SP (Revised 12/15/04) Page 19 of 24 A-37 a>ne.,.~~ "Arrangement and Charge for YPater Furnished by the City" NOT II9~ T~~~Geneta}-£~'ey39}e319 aid Fle~ttt~'Enl~3€9 €e E' P4W~'tei-~a} ben€~ae€e - --' '"''-°~e €e~ T~ate~ Fbi-' _ ..~J a.L~ G~ll~..'-..-. uvv a.~rc A-36 9POrker'e Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Pinal Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8-9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements £or Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to .provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory (NOT USED) A-42 OSHA Rules & Reculatioas It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees,. attorneys, and agents harmless and shall indemnify the City, its Section A - SP (Revi"ed 12/15/04) Page 20 of 24 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, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or. in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Chaage Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the-change order (unit prices, hourly rates, avb-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions- due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Dia oval o£ Bighly Chloriaated water (7/5/00) NOT IISED nd i € i ' # =o-_' _"' ap ' ~^-a~ line €-lt~six#n T ert a n eet zg, d s t I 3 n g~ . ~ ..,-,_ .<„ ---, .. ,.'_,. ,,,..,,, ,. _F ~e rra ea n t EeacanriBante € €# € d# # _ _ __..., ,.L.. ..: ,.>,. ,,...:« F... ee en s n se need e~ ~ _,,.. _ _ e a . ..L merocn ^ ^ 3)~'k#t w=sh the ._F _„ ein l t ~ ~ ~s e ,.1... .i p 7 e e : _.........1 ..F ei _l l L_ .. L...: ~F...i •l.c L_... _ ..l y l y - ~ ' F.~.~ .]J .. +l ..F{:gLly _Ll...._..-r _., e k~e~e eSia12 1 F.. _ l ..F .. ..~~e., _ 6eotioa A - SY (Revised 12/15/04) Yage 21 of 24 A-47 Pre-COnatructioa Exploratory 8xcavationa (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 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 vatil all exploratory excavations have been made in their ~eatirety, the results thereof reported to the 8agineer and until Contractor receives 8agiaeer's approval of report. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead 8lectrical YPirea (~/s/oo) 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 ABP/CP&L or the Nueces Blectric Cooperative (NEC) and inform ABP/CP&L/NEC of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide. for adequate safety with regard to overhead lines whether shown in the plans or not. _ A-49 Amended •Maiateaance Guaranty" (e/24/x0) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of CorpusChriati. 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." Section 1\ - SP (&evieed 12/15/04) Page 22 of 24 A-50 Re-routing of Traffic During Construction Should the contractor desire to deviate from the provided traffic control details, it shall be the contractor's responsibility to provide revised traffic control details to the Consulting Engineer and TXDOT for approval. The plans should be submitted for approval two weeks in advance prior to its implementation. The Traffic Control Plaa submittals should be on the standard 22" x 34" play sheets and should be readable, legible, clean, proportionate sad if possible to scale; an8 shall meet the City of Corpus Christi's "Uniform sarricadiag 8tandarda sad Practices" for the City roads, sad the requirements of the Texas Department of Transportation (TxDOT) for roads under the jurisdiction of the TxDOT. Any additional cost incurred due to preparation of a revised Traffic Control Plan shall be the Contractor's responsibility. No additional payment will be made. The Contractor shall secure the necessary permit from the City's Traffic Department. Any cost associated with the implementation of the traffic control plan shall be subsidiary to other items in the contract. A-51 Amended "Prosecution sad Progress". Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any-given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. Section A - SP (Revised 12/15/04) Page 23 of 24 SUBMITTAL TRANSMITTAL PORM PROJECT: WOOD RIVER LIFT STATION IIPGRAD83 AND FORCE MAIN SXTHNSION7 PROJECT No. 7148 OWNER: CITY OF CORPUS CHRISTI 8NGINSER: HDR/ Shiner Moseley and Associates CONTRACTOR: - SUBMITTAL DATES SUBMITTAL NUMBHRs APPLICABLE SPECK, OR DRAWING SUBMITTAL Sectloa A - SP (Revised 12/15/04) Page 24 of 24 PART C FEDERAL WAGE RATES AND REQUIREMENTS rage i of ~ General Decision Number: TX080039 02/08/2008 TX39 Superseded General Decision Number: TX20070041 State: Texas Construction Types: Heavy (Sewer/Water Treating Plant and Sewer/Incid. to Hwy.) Counties: Bell, Bosque, Coryell, Falls, Freestone, Hamilton, Hill, Lampasas, Leon, Limestone, McLennan, Milam, Mills, Navarro, Robertson and Williamson Counties in Texas. WATER & SEWAGE TREATMENT PLANTS AND LIFT PUMP STATIONS Modification Number Publication Date p 02/08/2008 * SUTX1990-003 02/09/1990 Rates Fringes Carpenter ........................$ 9.00 Cement Mason .....................$ 8.00 Electrician ......................$ 13.45 .80+8 1/2$ Form Builder .. ...................$ 6.50 Form Setter........... ...........$ 6.00 Laborer ..........................$ 5.85 Pipelayer ........................$ 7.50 Power equipment operators: Bulldozers .......... ........$ 5.85 Cranes, Clamshells, Backhoes, Derricks, Dragline, Shovels... ........$ 6.97 Front End Loaders... ........$ 10.00 Scrapers ............ ........$ 5.85 Steel Setter .....................$ 9.50 Steel Worker .....................$ 7.00 Truck drivers: Tandem Axles ................$ 5.85 Transit Mix .................$ 5.85 Utility Laborer ..................$ 5.85 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental ---------------------------------------------------------------- http://www.wdol.gov/wdollscafiles/davisbacon/TX39.dvb 3/31/2008 rage s o2 s payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) if the decision-of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Soard U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdoUscafiles/davisbacon/I'X39.dvb 3/31!2008 A G R E E M E N T THE STATE OF TERAS § COUNTY OF NUECES ~ THIS AGREBMENT is entered into this 10TH day of MAY , 2008, by and between the CITY OF CORPIIS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and SER Conatruotioa Partaers, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $861,493.20 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: ~POOD RIVER LIFT 3TATION UPGRADES AND FORCE MAIN EXTENSION PROJECT NO. 7148 .(TOTAL SASE BID `A': $861,493.20) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, 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 RASE BID PART A- WOOD RIVER LZPT STATION TD?6RADE I II III IV V BID QTY 8 UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (OTY X UNIT PRICE IN FIGURES) Al 1 LS Demolition of existing lift station, per Lumo Sum. $ f %ji®~. ~ ~7 $ ~ 7; G~Q~ . ~i~ ~ LS Site Grading, per Lump Sum. $'~ ~~® $ (~ Q() ~ ~ A3 152 SY 1-112" HMAC Asphalt Paving, complete in lace er Sq are Y d $ 3~• ®~ $ ~ ~~ ~ • ®~ p , p u ar . / A4 1 Landscaping, complete in place, per Lump A5 140 LF Construction of 8' HIGH CONCRETE PANEL FENCE, complete in place, per Linear Feet. $ ~~~'~~ $ ~~ ~t r 6 , ®~ °B Lift Station Electrical to include conduit, A6 1 LS wiring, motor control center, PCR Building, pump controls and instrumentatbn, $'~~~. @@ / r~ $ ' f/ 6 e Cl~~ . ~C3 complete in place, per Lumo Sum. A7 ~S SCADA System to include panel installation, antenna asaoefated PLC and HMI $~ZE~, v ~ivU. Ua~ $ ~S programming, complete in place, per Each. e A8 LS Access Control /Security System including gate, gate operator, and card reader, complete $4`7Z0. ~® $ ~o~ ~®, ~O in place, per Lumo Sum. A9 1 EA Back-up Generator, complete in place, per ach $,L~~ 6~! 1~ $ / ~ `~ ~ 3 ~~ 1 . , ~ A10 ~ Ea ctrical Transformer, complete in place, per ~ $~ 42.8 '( $ y 90~. ~?~ f ~ ' i A71 LS Uitrasontc Flow Measuring Equipment including manhole, meter sensor, meter and $ ~~ ~ r,~ 0 p $ f 4j~ ~ { ~ b~ conduit, complete in place, par Eaeh. A12 3 EA Submersible Wastewater Pump, complete in place. Per Each. $6~9r00lo~0 $ f42, ~3. ~~ A13 Eq Flush Valve, complete in place. per Each $ 7 ~~® $ ~/ ~ R~ . / REVISED PAOP06AI. roar ADDENDUM NO. 3 Page 3 of s ttaehment 6 1 u m Iv v BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (OTY X UNIT PRICE IN FIGURES) Control of Wastewater Flows including A14 1 bypass pumping operations, flow rerouting, $ °~f~"~ ~ $ ~9r ~~4 ,tg~ LS and maintenance of wastewater flows, per Lump Sum. Modular Odor Control System Installed A15 ~S including concrete slab and exhaust stack, $ f~~~j~,10 $ ~~~ 0 3 ~•'~~ 7 complete in place, per Lump Sum. r Site Piping, including suction piping along with A16 ~S supports, bollards, waterline, and drain lines ll $ ~® `~f~~•~ 1 { ~• $ e ~ /~' ~• ~~ insta ed, complete in place, per Lumo Sum. l Electric Site Work for Odor Control System A17 LS including electrical components and wiring $~~(~~,®l7 $ ~ C1U~, installed, complete in place, per Lump Sum. Allowance for electrical service and coordination with Nueces Electrical A18 LS Cooperative to include all costs to be paid 7 0.00 7 500.00 to provide electrical service upgrade, per Lumo Sum. TOTAL SASE 8ID A (Items Al through Ale) : $..~~ I ® /~~•~~ BASH BID PART H - WOOD RZVHR PORCH MAIN EXTENSION I II III IV V BID QTY & UNIT P E BID IT TENSION ITEM UNIT DESCRIPTION IN F1RSU ~ X UNIT PRICE IN FIGURES) B1 Mobilization, Demobilization, and Bon , Lump Sum. )~. f $ t Sad ~i~ • ®~ LS B2 1 LS Pre-consVucGon explor tory e v i ,per Lumo Sum. $~raOQ• $ ~Z f 0®0 • ®~ B3 12,850 LF 18" PVC S i r Force Main, complete in lace F t $ ^~` ~~ ~ $ ®~® ®~® ®~ _r p , p r o . , B4 ~ it Release Valve, complete in place, per Each. $ ~s ~Q~, ~ $ 3~ e ~ ®() • ~~ B ~ FRP Manhole, complete in place, per Each. $ 6,Qq~®iQQ $ `Z.~ Q(9CJ, ~,i~ REVISHD PROPOSAL ronw ADDENDUM NO. 3 Page q of 9 Ent 6 I u m Iv v BID QTY & UNIT PRICE BID ITEM EXTEN ON ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT P E IN FiGUR B6 LF Installation of 30" Steel Casing beneath FM 624 by dry-boring method, complete in place, Q~ $ ~~ ® $ 15o Q . E~~ per Linear Foot. , BT F1 Installation of 30" Steel Casing beneath CR 69 bydry-boring method, complete in place, per $ 4~ ~~ $ (j ~(~Q, Q~ L Linear Foot. r Installation of 30" Steel Casing beneath US77 B8 LF by dry-boring method, wmplete in place, per $ p, 5 f ~2 2-S~ , ® O Linear Foot. Installation of 16"x16"x10" TEE, including 10" B9 LS Plug Valve, 6 LF of 10" FM, complete in pla r~"~, r`70 $ 4 i ~~ , f~ per Lumo Sum. B70 LF 8" PVC Sanitary Sewer (adjacent to t Hearn Road), complete in place, per r $ ~~,8~ $ ~r 3~~, ~D ~?• 611 2 Rehabilitation of Sanitary See e, $ Z g~0a.0® I $ ~,~~.~ EA complete in place, per Each: B12 3560 Grout Existing B" Sani Se orce Main outside the TXDOT R , co plete in place, $ ~,t}r7 $ ?,H` 3 ~~ r 60 LF per Linear Foot B13 2400 F Remove Exist g a ary Sewer Force Main, insi th ROW, complete in $ f Q~~ $ ~E.~ ~~~ ®~ L place, per t. r 5 Remove Ex ti 24" VCP Sanitary Sewer from B14 ~ F STA 126+00 128+50, complete in place, per $ Zp~ (~~ $ ~ e~OQ , ®i? r r B16 12LF50 Tren Safety for Excavations, per Linear Foot. $ ~} ~ Q $ ~ /t,~Q ®® 616 ~ ranch Safety for Manholes, per Each. $ I (U~,t~® $ ~~i9o . a11Q 817 LS Traffic Control Measures, per Lumo Sum. $'yf~j~, $ (y/~Qrj, ®f3 818 0 SY Miscellaneous Driveway Repair and lacement er S uare Yard Re O ® $ SQ ~v ~ ~ ®~ $ r~ q . p , p . / B19 1 Allowance for relocation of utilRies, 535.000.00 $35.000.00 LS complete in place, per LUmD Sum. TOTAL BA58 HID B (Items B1 through H19): Additive Alternative 1 REVISBD PROPO6AL FOAM Page 5 of 9 s Ba ~~.~ 7~~f . ~rJ ADDENDUM NO. 3 Attachment 6 I u lu Iv m BID QTY & ~ / / PRICE BID ITEM EXTENSION ITEM UNIT N JJJ/// IN FIGURES ~OTY X UNIT PRICE IN FIGURES) AA-1 12' ~ or 83, in lieu of 16" PVC provide 16° HDPE Sanitary Sewer Force Main, complete in $ ~®.~~ • ~~ g ~ ~S~/~~p place, per Linear Foot. ~ TOTAL ADDITIVH ALTERNATE 1 (Item AA-1): $ ~) ~~vS~~~' ~~ BID SUMMARY co RA s : ~6 (® ~R 3. ~~ HASE BID A: (Items Al through A78): $ RASE HID B: + ADDITIVE ALTERNATE 1: SINGLE CONTRACT: BASE BID A + BASE„B=D, ~" ( C~~I~J O//~(/!//I / ' 1f ~ HID 8 + ADD ALT 1: (COMBINED) ~SPECTai• NOT8S TO 8ZDD8RS: $ 1, 7~i'2., tb~, m~ 1. eiddez is notified that work foz the following bid items may sot be required sad is NOT authorized until a separate notice to proceed is gives by the City foz each of the following bid items ae required. A1H- Allowance for electrical service sad coord w/ Nuecee Sleet Coop H19- Allowance foz selocatioa of utilities There shall be ao payment for any work completed oa these items prior to the City isauiag authorization for that bid Stem. A1ao, wait prices provided is the proposal are for allowances and the actual payment shall be based oa the scope of work agzesd upon between the Coatzactor sad the City prior to work authorizatioae o f the bid item is queatioa. The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are REVISED PROPO6AL FORM ADDENDUM NO. 3 Page 6 of 9 1`~_ The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 225 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set 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 in 4 parts at Corpus Christi, Texas on the date shown above. ATTES City Secretary APD AS TO LE FORM: i \ I~ By: `~ Asst. City Attorney Services :~~If Corporation) (Note: If Person going for corpora "on is Preaideat, attach copy of authorisation to sign) ',~;,u,. V ~~,! ~ ~ ~ ~ ~ ~ r ii ~e~ ~; '. .< `~.., Agreement Page 2 of 2 CITY OF CORPDyII3n CHRI//STI By: /L L~.sf~ 723 p8 Ang Escobar, Interim As t. Cit Mgr. of Public Works and Utilities By: %`~~ 7 `7z ~4> Kevin Stowers, Interim Director of Engineering By Ltd. Rdsbel E. Ramos, President Title: 3636 PASADEN (Address) PASADENA, TR (City) 713/473-7900 (Phone) ~ ~~~('~~ 1 BLVD . -77503 (State)(ZIP) * 713/473-7919 (Fax) ~!r ~'- P R O P O S A L F O R M F O R WOOC~ RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT NO. 7148 DEPFiRTMENT OF ENGINEERING SERVICES REVISED rROP08az soRw ADDENDUM NO. 3 rage 1 of 9 Attachment 6 CITY OF CORPUS CHRISTI, TfiXAS - P R O P O S A L Place: Date : ~ r~AN Nom. , 2(~~ Proposal of a Corporation organized and existing under the laws of the State of OR a Partner hip}1t or Ilndivi u 1 doin/g1b1qusiness as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: WOOD RIVER LIFT ST61710N UPGRADES AND FORCE MAIN EXTENSION PROJECT NO. 7148 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: RHVI38D rROPOSI~i. roRx ADDENDUM NO. 3 rage 2 of s Attachment 6 BASE HID PART A- WOOD RIVER LIFT STATION IIP6RADE I 11 III IV V BID QTY 8 UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES - (QTY X UNIT PRICE IN FIGURES) A7 1 LS Demolition of existing lift station, per Lumc Sum. `~~yy $ 071~~.~ ~y $ a93, ~(~~ . ~~/ ~ LS Site Grading, per Lump Sum. $ ~~ ~• ® $ ~ Q ®~ Q • A3 152 SY 1-112" HMAC Asphalt Paving, complete in lace r S ar Y d $ ~g • ®~ $ ~ ~~ ~ • ~~ p . pe qu ar e . / A4 1 LS Landscaping, complete in place, per Lumn Sum ~` $4 3~Q. L{ ?y~ ~. ~~ . 1 $ I AS 140 LF Construction of 8' HIGH CONCRETE PANEL FENCE, complete in place, per Linear Feet. $ I~gQ L±® 9 U • _i $ ~ ~~; ®°- 6 • `~ Lift Station Electrical to include conduit, A6 1 LS wiring, motor control center, PCR Building, pump controls and instrumentation, $'~~~, ff 5 S ~ ~ ~~~~ , ®p complete in place, per Lumo, Sum. A7 ~S SCADA System to include panel installation, antenna associated PLC and HMI v $~Z~. $ ~~~' O® ~~ programming, complete in place, per Each. , A8 LS Access Control /Security System including gate, gate operator, and card reader, complete r~ $-Tl7z®, go $ ~07 ~®, ~ O in place, per Lump Sum. A8 EA BF ac k:up Generator, complete in place, per b~3.1b $~~~ $ ~~~ p -a~ `~, ~ ~ , ` A10 1 EA Electrical Transformer, complete in place, per Each ® 402,6 $~ °~ $ / 9®~i. ~~ . / r A11 ~S Ultrasonic Flow Measuring Equipment including manhole, meter sensor, meter and $~~ ~~ ~,~pp $ 6,6~ ~ p4 ~ 6~ conduit, complete in place, per Each. A12 3 EA Submersible Wastewater Pump, complete in place, Per.€~ch. $by~~}(~~ $ iR~, ®03, v(? A73 F A Flush Valve, complete in place, per Each $)~t'® $ ~a ~ ~® . . REVxsED rnorosw eons ADDENDUM NO. 3 sage s o[ s Attachment 6 I n lu Iv v BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (OTY X UNIT PRICE IN FIGURES) Control of Wastewater Flows including A14 1 bypass pumping operations, flow rerouting, $'~i~'~, $ ~9e ~~~ ~0 ° LS and maintenance of wastewater flows, per Lumo Sum. 1 Modular Odor Control System Installed A15 LS including concrete slab and exhaust stack, y~ $ i 7 °~®~,® $ ~~~ t ~ ~ ~ ° ~~ complete in place, per Lumo Sum. Site Piping, including suction piping along with A16 LS supports, bollards, waterline, and drain lines $ ~®tl~~ ~ $ t(? ~°~ ~~ 1 installed, complete in place, per Lumo Sum. Electric Site Work for Odor Control System ' A17 LS including electrical components and wiring $~ ~®Q°®try g ~ ~JQ~. (J~ installed, complete in place, per Lumo Sum. Allowance for electrical service and coordination with Nueces Electrical Al B LS Cooperative to include all costs to be paid 7 0 .00 7 500.00 to provide electrical service upgrade, per Lumo Sum. TOTAL BASE SID A (Items Al through Al6): $ ~~~6 r~~•~~ BASE HZD PART B - WOOD AIVEA FORCE NAIN BXTSNSION I II III IV V BID QTY & UNIT P E BID IT TENSION ITEM UNIT DESCRIPTION IN FJBU ~ X UNIT PRICE IN FIGURES) 81 S Mobilization, Demobilization, and Bon , Lumo Sum. (~Q. t $ 150 ®~ • ®i~ B2 1 LS Pre-construction explor tory e v i ,per Lumo Sum S~2 0Vf~, ®®0 ° ®~ ~ ~~ . e f 63 12,850 LF 16" PVC S it r force Main, complete in la F t $ ~f °~fs S q2.® ®~®, ®O p ce, p r oo . ~ 84 ~ it Release Valve, complete in place, per Each. $ at r~Q~, ~ 5 3~ s ~+®~ • ~~ B ~ FRP Manhole, complete in place, per Each. $ ~,Qg,®fQQ $ l Z, QQQ, dry RHVZSSD PROPOSAL POaK ADDENDUM NO. 3 Page < of s t achm nt 6 I u nl Iv v glp OTy g UNIT PRICE BID ITEM EXTEN ON ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT P E IN FIGUR 86 CFO Installation of 30" Steel Casing beneath FM complete in place 624 b dry-boring method $3~ ®~ e Q ®® $ ~ y , , ~ . 7o per Linear Foot. 87 F1 Installation of 30" Steel Casing beneath CR 69 by dry-boring method, complete in place, per $ H f t, tai' ~(~Q, ~~ $ b L Linear Foot. ~ 5 Installation of 30" Steel Casing beneath US77 Bfi LF by dry-boring method, complete in place, per $ ®, $'~~ ~S®, ~ ~ Linear Foot Installation of 16"x16"x10" TEE, including 10" 89 LS Plug Valve, 6 LF of 10" FM, complete in plat r~~, LSO $ ~ r S~ , per Lumo Sum. B10 LF 8" PVC Sanitary Sewer (adjacent to t Hearn Road), complete in place, per r p~ $'9~,~Ed $ Br ~/~, ~G Feet. 611 2 Rehabilitation of Sanitary See e, $ ZIy~,O® $ 4~ ~~ ~ EA complete in place, per Each. 612 3560 Grout Existing 8" Sani Se Force Main outside the TXDOT R , co plete in place, $ b,~p $ ~H, 3 ~ ~ r /1® LF per Linear Foot. B13 2400 F Remove Exist g a ary Sewer Force Main, insi th ROW, complete in $ f ~,~Q ®~(~ , ®~ $ ~L'~ L place, per r t. r O Remove Exi ti 24" VCP Sanitary Sewer from B74 LF STA 126+00 128+50, complete in place, per $2p~Vp $ ~r 0~®~ ®t? i r B15 1 LF50 Tren Safety for Excavations, per Linear Foot. $ ®~ ® $ ~ ~~® Q® 616 ~ rench Safety for Manholes, per Each. $' b O, t'® $ ~~ L 9 ®. ®~ 617 LS Tragic Control Measures, per Lumo Sum. $ /y/~~, $ (~e®(~j, ®t3 815 0 SY Miscellaneous Driveway Repair and S uare Yerd l t R cc $ 7 ~ 0 ® ®(9 ~, t~ 6 $ `~ q acemen , per . ep . / 619 1 LS Allowance for relocation of utilities, complete In place, per Lumo Sum. E35.000.00 E35.000.00 TOTAL BASE HID 8 (Items B1 through 819): Additive Alterastive 1 REVISED PROPOSAL PORDr Page 5 Of 9 S Ye ~~.?~ 7~~f. ®d/% ADDENDUM NO. 3 Attachment 6 I n ul Iv PRICE BID ITEM EXTENSION BID QTY & ~OTY X UNIT PRICE IN ITEM UNIT N / 6 IN FIGURES FIGURES) 12' or B3, in lieu of 16" PVC provide 16° lete in i F M it S $ ~® ~~ g° f~®• ®~ $ ~ BS~ AA-1 n, comp ewer orce a HDPE San ary • ® 3 place, per Linear Foot. TOTAL ADDITIVB ALTERNATE 1 (Item AA-1) : $ ~ 0 f ° ~ ~~~ ~ ~ ~ BID SUMMARY CON RA S : ~E7 ~6 ~Q 3 ~~ BASE HID A: (Items Al through A18): S BASE BID H: + ADDITIVE ALTERNATE 1: SINGLE CONTRACT: /////~~~~~ ^~® BASE BID A + BASE_,BjD, ~ (CO~~~ J ~/p ° + BAS/E/`~(B/I/VDAH + ADD ALT 1: (6~MBINED) $ Sf ~~~> ~~~~ •HPECIAL NOTES TO BIDDERS: 1. Hidder is notified that work for the following bid items may not be required and is NOT authorized until a separate notice to proceed is given by the City for each of the following bid items as required. A18- Allowance for electrical service sad eoord w/ Nuecee Sleet Coop H19- Allowance for relocation of util3tisa There shall be no payment for any work completed oa these items prior to the City issuing authorization for that bid item. Also, wait gricea provided is the proposal era for allowances aa8 the actual payment shall be based oa the scope of work agreed upon between the Contractor sad the City prior to work authorizations o f the bib item is question. The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are REVIHED Paoroew Bona ADDENDUM NO. 3 Page 6 of 9 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 (l0) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5$ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Businees 8nterpriae Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete Part "Au of the project within Two Hundred Twenty-Five (225) calendar da s and Part °B" within Three ua re calen~-r ays rom e a e designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. number): (SEAL - IF BIDDER IS a Corporation) the following addenda is acknowledged (addenda Respectf lly su mi ted• 11 t i Name : ~ ~~kh ~~ L B}' ~ f-6--&V L L C SIGNA -(P,..O. Box) (Street) ~.~-,~~~r,..~ \K~rc.s ~-1503 (City)- (State) (Zip) Telephone: '113-y13 -'lG+L`C~ sOTe: Do not detach bid from Other papers. Fill 1n with ink and submit complete with attached paPezs. REVISED PAOP06AL PORM Page 7 of 4 (Revised August 20001 ADDENDUM NO. 3 Attachment 6 P E R F O R M A N C E B O N D BOND NO. HSIFSU0474146 STATB OF TERA3 § RNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT SER Construction Partners, Ltd. of HARRIS County, Texas, hereinafter called "Principal", and IntemationalFidelitylnsuranceCompany a corporation organized under the laws of the State of New Jersey , 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 Nueces County, Texas, hereinafter called "City", in the penal sum of EIGHT HUNDRED 20/100($861,493.20) 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, firmly by these presents: THE CONDITION OF THIS OBLIGATION I3 SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH of NpiY 20 OB a copy of which is hereto attached and made a part hereof, for the construction of: WOOD RIVER LIFT STATION UPGRAD83 AND FORCE NAIDi EXTENSION PROJECT NO. 7148 (TOTAL BASE BID `A': $861,493.20) NOiP, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, 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 date 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 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. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, 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 whom 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 one of which shall be deemed an original, this the 16th day of June , 20 08 SURETY ,, , International Fidelity Insurance Com - '; ~`` BY~ - =t: s~ . Attorne in-fact 4' Philip Baker ,. (Print Name) The Resident Agent- of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: Wm. Rigg Co. Lawrence L. Rhodes 711 Caranchua, Suite 514 Corpus Christi, Texas 78475 5361) 215-9076 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D BOND NO. HSIFSU0474146 STATE OF TEXAS § COUNTY OF NUECES ~ KNOW ALL BY TH83E PRESENTS: THAT SER Construction Partaers, Ltd. of HARRI3 County, Texas, hereinafter called "Principal", and International FidelitylnsuranceCompany , a corporation organized under the laws of the State of Newdersey , 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 Nueces 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 sum of EIGHT HUNDRED SIXTY-ON8 THOUSAND, FOUR HUNDRED NINETY-THREE AND 20/100($861,493.20) 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, firmly by these presents: 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 1~9-Y 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: WOOD RIVER LIFT STATION UPGRADES AND FORCE 14i-IN ERTENSION PROJECT NO. 7148 (TOTAL BASE BID `A': $861,493.20) NOW, THERSFORS, 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 FURTSSR, 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, 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 herein as the Agent Resident in Nueces County to whom any requisite notices may 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, Vernon's Texas Insurance Code. IN WITNESS WHEREOF', this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 16th day of June 20 os oorur•rcar. R'hi Resident Agent of the 3nrety in Nnecea County, Texas, for delivery 6f notice and service of process is: Agency; Wm. Rigg Co. Contact Person: Lawrence L. Rhodes Address: 711 Caranchua, Suite 514 Corpus Christi, Texas 78475 Phone Number: (361) 215-9076 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/OB) Payment Bond Page 2 of 2 Rosbel E. Ramos President (Print Name & Title) 3URETY International Fidelity Insurance Contp~ny CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 R8: Certification of Power of Attorney for Performance and Payment Bonds Project Name/No.: Various Proiects Surety Company: International Fidelity Insurance Company Gentlemen: I, Paul C. Rogers (name of Officer of surety), hereby certify that the facsimile power of attorney submitted by Edward Arens, Michele Bonnin and/or Philip Baker (Attorney-Ia-Fact) for Various(Coatractor), a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven (7) days thereof at the following address: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 Signed this /.~ day of /U~~' 20 ,. Y` )J ~/ ~~ Name: Paul C. Title: Vice President Sworn and subscribed to before me on this ~,-j~ day of ~~;:rt , 2 0~?. (Revised 9/03) C` Notary Public State of ~, ~:>,r._„ My Commission Expires: _1.`d~~~..t L~iF'Fe iv'CTAFii' PUBIC nr ;~!E~"! „?"~ =i'"`.` Shy 5emmisslcn expi~2s Juf 1 ~, 7 C8 ATTACHMENTI 1 OF 1 Tel (973) 624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corpomdon organized and existing laws of the State of New Jersey, and having its principal office in the Ciry of Newark, New Jersey, does hereby constimm and appoint MICHELE BONNIN, PHILIP The Woodlands, TX. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemt[ity artd other writings obligamry m e namre thereof, which are or may be allowed, requued or perwtted by law,, stature, Wile, re¢ulauon, contract or otherwise, and the execution of such tnswment(s) in pursuance of these presents, shall be as binding upon the. said IN1'ERNA NAL FIDELITY INSURANCE COMPANY, as fully andamply, to all intents and purposes, asif the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attome. y is executed, and may be revoked, pursuant to and by authority of Article 3-Section 3, of the By-Lawsadopted by the Board of Directors of LVTERNA ONAL FIDELITY INSURANCE COMPANY at a meetmg called and held on the 7th day of ebmary, 1974. The Presidem or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys-in-fact, and m authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of mdemniry and other writings obligamry N the namre thereof and, (2) To remove, at any time, any such attomey-in-fact and revoke the authority given. Further this Power of Attomey is signed and sealed by facsimile pursuant ro resoludon of the Board of Dvecmrs of said Company adopted at a meeting duly caller{ and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seat of the Company may be affixed m any such power of attomey or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company m the future with respect [o any bond or undertaking to which it is attached. III i /hr~. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COIYiPANY has caused this instmment to be ~O~ (/~ signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007. J' INTERNATTONAL FIDELITY INSURANCE COMPANY SEAL j° 1 yQ~Q ~ STATE OF NEW JERSEY iC p County of Essex r~,~~ Secretary On this 16th day of October 2007, before me came the individual who executed the preceding instmmen[ to me ppersonally known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY /PISURANCE COMPANY; that the seal affixed to said instrument is the Corpomte Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. NIA Fi(~G~ IN TESTIMONY WHEREOF, I have hereunm set my hand affixed my Official Seal, a[ the City of Newark, New Jersey the day and year fast above written. ~ N07ARY 4, ~ PUBLIC ~ ~~~ * r* A NOTARY PUBLIC OF NEW ]ERSEY CERTIFICATION My Commission Expires Nov. 21, 2010 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attomey and affidavit, and the copy of the Section of the By-Laws of said Company as set fonh in said Power of Attomey, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attomey has not been revoked and is now N full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this day of /`,, _~~~~~~ Assistant Secretary Tel (973) 624-7200 ' " POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE.. COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY.INSURANCE COMPANY, a corporafion organized and existing laws of the State of New lersey, and having itsprinbipal office fn the City of Newark, New Jersey, does hereby constitute and appoint The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys-in-fact, and [o authorize them ro execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory N the nature thereof and, (2) To remove, at any time, any such attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant m resolution of [he Board of Dvecmrs of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a tine excerpt: Now therefore the signatures of such officers and the seal of the Company, may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsiumle stgnatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile stgnamres and facsimile seal shall be valid and binding upon the Company tu the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instmment to be signed and its corporate seal [o be affixed by its authorized officer, this 16th day of October, A.D. 2007. INTERNATIONAL FIDELITY INSURANCE C'OM'PANY STATE OF NEW JERSEY ,;:=''^/i~ ~f,`'rs' County of Essex wj(~'/ %fr Secretary On this 16th day of Ocmber 2007, before me came the individual who executed the preceding mswment, to me personally known, and, being by me duly sworn, said the he is the therein described and authorized officer of ttte INTERNATIONAL FIDELITY INSURA CE COMPANY; that the seal affixed ro said inswment is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affxed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year firs[ above written. O NOTARY ~ _ I ~ PUBLIC +~ _ ~~~ * # y ~')'JEFI~ A NOTARY PUBLIC OP NEW JERSEY CERTIFICATION My Commission Expires Nav. 21, 2010 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of [he Power of Attorney and affidavit, and thetopy of the Section of theBy-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, pnd of the whole of the said originals, and that Ote said Power of Attorney has not been revoked and is now in: full force and effect IN TESTIMONY WHEREOF, I have hereunto set myhand this .16th dap of June, 2008. ~~~~~~ Assistant Secretary This Power of Attorney is executed, and mayy be revoked, pursuant m and by authority of Article 3Secfion 3, of the By-Laws ado led by the Board of Directors of INTERNATIONAL FIDELITY BVSURANCE COMPANY at a meeung called and held on the 7th day of February, 1P974. IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may call International Fidelity Insurance Company's toll-free telephone number for information or to make a complaint at: 800-333-4167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newark Center, 20~h Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code, effective September 1, 2001. CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS Ciry of Corpus Christi Ordinance 77112, as amended, requires all persons or firms seeking to do business with the Ciry to provide the following information. Every question must lw answerend. If the question i not applicable, answer with "NA". FIRM NAME ~IZ ~c~~s~n-.r~ c~.. J~ ~,.i,.r~ I~-l. STREET: _ ''J~°~La ~.-so,r~= t In~wl . CITY: ~~.s~:~1~a ~k ZIP: _ "~1~SC~'J FIRM is: 1. Corporation 2. Partnership /~ 3. Sole Owner 4. Association _ 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or, attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership. interesC constituting 3% or more of the ownership in the above named "fine". Name 1 Job Title and City Department (if known) /~ 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named `firm". Name Title 1~ lh~ 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Nam~,e\ q Board, Commission or Committee IU //~ 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership Interest" constituting 3% or more of the ownership in the above named "firm". Name e\ Consultant IV ~~ CERTIFICATE 1 certify that ail information provided is true and correct as of the date of this statement, that 1 have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted tot C"ty of Corpus Christi, Texas as changes occur. ` I Certifying Person: Title: ~r s .C le n'C (Type or Print) j Signature of Certifying Person: [~~te: ~ ~ L, ~m~ REVZ98D raorosu" ronre ADDENDUM NO. 3 gage a of s Attachment 6 DEFINITIONS a. "Board Member".. A member of any board, commission or committee appointed by the City Council of the C(ty of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether profesalonal, industrial or commercial and whether established to produce or deal with a product or service, including but not Iimked to, entttiea operated in the form of sole proprietorshipp, as self~mployed person, partnership, corporation, joint stock company, joint venture, recefventhip or trust and entitles whleh, for purposes of taxation, are treated as non-proTit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Aasiatant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownerehlp Interest". legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. AHVI3ED Pnorosw ronaf ADDENDUM NO. 3 Page 9 of 9 attachment 6 w nom.... ^~~*~~~ t.cr~ ~ ~rww 1 k VF LIABILIT Y INSURANCE s z "w a'oe ' -Raolleet (281) 930-1600 FAX: (281) 930-1400 o/ BS TE7CJ- W I UED AB A EIATTER OP sEF TwN Cossisrnial 61oba1 Iasurana6 OMLY AND CONFERt MO RNiMTB UPON TFIE CERTIFICATE 116 Dixie NOLOER. TNT CERTIFICATE DOES NOT AE~ND EXTEND OR ALTER THE COVERAGE AFFORDED W THE POLIq~B BELOW. Doer Park TX 77536 INSURERS AFFOROBIB COVERABE NAN: f INWRPo 9EE C t wsIwERAlLdor Znsnranae Co. ons ruction Partners, LTD / INSURERaRodlaads ~Snsuranw Co. R4uaos Industries, Ina. ~/ LABORER C:Illinois Natioml Ins 3636 Pasadena Blvd . .BesBri ht Znsursnae Co. Pasadeaa TR 77503 wsulEaEFiremaa's Fuad Insurance TH E POLICIES OF BWURANCE LISTED BB.OW IMVE BEEN WSUEO TO THE IDtSUREO NAMW ABOVE FOR THE P RE OLICY PERIOD INDICATED. NOTWITHSTANDHa3 A OUIREMENi, TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT YNTM RESPECT TO MA4C/1 TH TH IS CptTiFICATE MAY BE ISSIlED OR MAY PERTAIN, E INSURANCE AFFORD® BY THE POLICES DESCRIBED HEREIN IS SUB.IECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES IIJeI TY!l MfalEtANOE nDMOTNWaaI POl1Cf' D11f7[[ UfB7! ~~ ~ X COYYERCIK GENERAL UABIUTY TORENIED f 1 000,000 A f SO, OO DWTA9 MADE OOCCUR OTA005B16 6/8/2008 6/8/2009 = ~ / f 1,000,000 T s 2 000,000 GE NY AGGREGATE UWT APPLIES PER' S 4 000 000 Y X Au rosOale Luaun X ANY AUTO 1 ~ SINGLE uMR = , 1 , 000, O00 B ALLONNEDAUTOS aICli0001208 5/8/2008 6/8/2009 SCHEDULED AUTOS ~ BDDILY INIIIRY IPe Pa~yA) f X HIREDAVTOS X NON-01NIEDAUTOS BODILY INJURY IPe AacNe,n) f PROPERTY DAMK'E f IPa MaelAll OARA17E YaBKITY LY-FA NT f ANY AUTO OTHER THAN AUTO ONLY' f EBCE9ENMaRELLA UAmYTT X ~ ei3139e91 / 6/8/2008 6/8/4009 t : 5,000,000 OCCUR CWYS MApE T 5 000 000 ~ C s DEDUCi1BLE t D M WIPB19A1gNAND X TN- ANY P OFFIC ROPRIETORNARTNERIE%ECUTIVE ERRAEYBER E%ciuDEDa E f 1,000,000 R„A•d°aOAa' ea1o81465 ~ 6/8/2008 6/8/2009 E S 1,000,000 E OTISJt EQOipeant COVe ssga / ]0[x97708091 6/8/2008 6/8/2009 ' ~ s 1,000 000 Installation Cvge J MX18770 81 3 3 / 6/2 gJ20o8 e/1/2009 Paataa BquiBeaat $650,00 c t , on r,ct vl„, i $861,496 ' DeswnoNaarERAnONanODATONYVe1.~..~,cl.wnN9A00E0srcxOweMENTUeDYLrROVabNB b: goad River Lilt 8tatlen OPQtadaa and 9'osao Main iJ,teneion - sari a Projeot Ba. 7148 The City o! CorPaa Christi is oaaad as additional Incased on OeTl~ral Liability sad all auto Liability Policies as sew ~ by written Oontraat. 30 day Twtioe o! canwllatioD applies to a13 oliciea 10 y eraePt days !oz non-payawnt o City of Corpus Christi Engineering Services ATTN: Contract Administrator P O Box 9277 Corpus Christi, TX 78469 a110U1n ANY OF TIM AaOYE OFECIBBID POlx1Ea ! CANCRLED !TORE 1NE EiPmAT10N DATE TNERaOP, TILE wBYwO wmmLw aaL ENDEAVOR To WILL 30 wn YIIETIER NDTIDt m THE Ce1T6R:ATE NDLDER NAMED ro THE LER, Bur PAROIIE lb DO a0 MALL IfR'OEE ND OeJOAiION On WBa1TY OF ANT awD UPON iME ACORD 26 (2001108) IYen9a m.nn,v. ...-- Blake §e~es ~ibR~/ , ==ms`s-S~~'+~ __ _.,-__~ ~_ Ovn, 1 M 1 '--7 S2aBRIGHT® Ii15U;{o1 iI~E ?'Jhl?A~1'! Re: SER Construction Partners, LTD - WC # 661081465 Dear Ms. Shirley: It is agreed that if this policy is cancelled, Seabright will send a 30 day notice of cancellation, or 10 days in the event of non-payment of premium, to - City of Corpus Christi Department of Engineering Services ATTN: Contract Administrator P O Box 9277 Corpus Christi, Texas 78469-9277 Bob Hamilton, CCU, ARM, AAI, AU Regional Underwriting Manager, AVP SeaBright Insurance Company 4201 FM 1960 Road West, Suite 310 Houston, TX 77068 4201 FM 1960 Rd. W., Suite 310, Houston, TX 77068 Phone: 832 204 3000 Faz: 832 204 3070 Website: www.sbic.com Insured. SF.R Construction Partners. L7D Policy /: OLO00058113 ENDORSEMEtVT This endorsement, Issued by TUDOR INSURANCE COMPANY, forms a part of the poky to which it is attached. REVISION aF OTIiER INSURAWCE CLAUSE a, PRIMARYIWSUR_starE; tts agreed that such insurance as is 8lforded by Utis polity far the benefit of fhe Addi0onel Insured shall be primary insurance as raspects, but only as respects any •daim' or 'sulr arising out of "yotr work" and only H such "rJaim" nr 'suit` is determined to arise out of the sole negligence of the Named Insured. My other insurance rttainta'sred by the AdrAUonal Insured, shall be excess eml rton~COntributory es respects any such °dalms' or "sur. All other terms and conditbns remain unchanged. Clly of Corpus CMstl DspsrEnranl of ErlphMSrNp 8erviCeB ATTtJ: CoMraot Adrrinistrdw P O Box 0277 Corpus CMis6, Tx 7fH00.0277 ~~- un noes ps m~ Insured: SER Camtruclion Partners, tTD PoNry A (3L006601 B f.OaAOIERCW. GENERAL LIA86.ITY CG 20 77 OT 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. ADDITIONAL INSURED - QWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU Oily d Corps Ohrid{ Thin 4ndOreoment mo6fas instance provided under the lo:lowirrp: f7aPar4nartf d E~MM9 Services ATTN: CdrdractAdrnktiabMor COMMERGAL GENERAL LIABILITY CINJFRAGE PART P O 8aX 6277 Corps ChAs6, Ta 90406-9297 A. StcliOn 11 Who 4 An Insured is amended ro irr elude ac ae additional insured any person w organi- zation fw fNsarr you em per/omarg operations wtfan yotr and such ousel w argarNZalion have agreed in writing M a r>aOrxt w agroanuat that sorb parson w wgaMZagon t>e added as en eddi- IiorrW insured On yar pOOCy. Such tannn nr nr• gerMZalron k an additional irdaaad Only valh respdq ro I~aalrly for •bodpy mjrpy°. 'property damage' w 'personal and adveA~svg njury' posed, in wlrole or In pail, aY: !. Your adswarrissions;w 2. The acts or crrassrons oI those aetlng on yar be1+eH: in Ora parlormerrce Of yorr pngOWg nparaliwts fw the eddafonal insured. A person'8 w wgerrizalion's steers xe xn additional IMUred undst mu andwsemaM once rvFlen yow opereliomr 1w treat atldihonal insuad are rnn>• pkted. B. yYllh respect ro the irlsrrrexe afforded ro these ed• dflbMl insureds, Ilra blgwng addihanal erclusinrus aPPy. This vrslxaww does not appy b: t• ~dY rrlraY'• `Properly damage' w 'pasdrel aid edrm0akrp ktiury' tASirp al of the reraer~ aW a, w Ore failure ro render, any prdassronal arcrriMldura~ ergirroenng w sur`reYi^9 sorvrres. IncluMrg: a. Tha prrplaing, apprOVklg, w 1811rp ro pre pare w approver, maps. shoe drewmgs, opin- ions. repoAS, sraveys. Held orders. chango orders or drawings and sperffreatrons; w b. Superveary, inapaCMOn, arclritedurei w err gMwnng adivoas. 2. °sndlry Injury" w 'hroparty darrotp' occurAng alter, a. All work. ktcllaOrg materiels, paAS dr egtip- n1aM fumratrBd in donneaion w4h Such ilrrwlr. on Ira projod Collar Bran xwuxi, malmenana w repssaj to be perbrmed by or on beheO d 61e additional inwred(s) k the bratkln d tIa covered operetions has awncanpnm;w b. That portion of 'your work' dru o1 wraeh the irgury ar damage aAses has been put to ik i~n~ use by ~YPeraon w orgerization dha• sun andher ecntreclw w aubcontreo- br engaged in performlag operations for a pnnClpW as a pert of fta same pmjard. C6 20 77 07 04 Copyright, LSO Pmpenies, inc., 2004 Page i d 1 POLICY NUMBER: rtICl~00012gS ~/ COMMERCIAL AUTO THIS ENDORSEMENT CHANf3ES THE POLICY. PLEASE READ IT CAREFULLY. f TEXAS ADDITIONAL INSURED This endorsemarR modiaes inasance provided under the blbwig: / B115e1ES5 AUi'p COVF.RAOE FORM d GARAGE CONERIIGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Wah roapard b oowrape Drovida0 ey aw andorasmeM, tht provisions of Ore Coverage Form aiK+ty unless mvdi- Ilad lq Ole artdorsement This endorsement charges the patsy affective on ple McaWion date of the poUCy unless anotliar dale is indicated trsbw. FJldtrelnraM Effaotive: QL,,. ~ ./ Q_.._..~ 'V0W eY~ i Named Irntaed:SER CONSTRUCTION PARTNERS ~/ ~ LTO SCFIEOIIl.E Nana ane Aeeress of Addi1f011M Intone: City of Corpus Christi BlJ1Pa(ET AS REOUIREO BY WRITTEN CONTRACT eM of Engneering Services / ATTN: Caartlol dmraiaor t/ P O Boz 9277 Corpus Christi, Tz 7tM81Ya277 (ff no sway appears above, intarmabn rtquted b comDlele ptb endonsmeMwill be shown in the Decfaralionc as applicable b pits arrdorserrrenL) Av who Is An kauretl (Secdon u) it amaated b include as an "irretred' ete ptrson(s) or argarriza- tron(sl shown in the Sotmduls, Out only wAYr re- tWeM b tlreir Ispel ua6isty br sds ar amissbrrs of a person for whom LiabBly Coverage is afforded under this Dalky 8. The adtlitlonal insured rwrred in tlra Sdrsduk a Oecgraewrs k rrot requhad b Pay for any ptemE ums stated in pre policy or named trace the policy. Any Mon premium and any dividend, a applca- bb,dewed by us than De pap b you. C. You are auepriad b ad for pre addltionN irrwred screed in prs Sdrdult or DsGanticns to all tnaF tars peratrrip b arts irrsrrarroe. D. We rsi mat 1M additionN inured nwnad in Ore Schedule or Dadarolont Mbe of any c~nsus- uon M eda poky, p vw cancel, we vr1i1 giw 10 dsrys nMice b kte addllbral iMtaad. E. The additional insured Mmtd in the Sdwdula ar Dedaradora wiN stain arty right of recovery as a ewmam under thk pasty. teETxlOg lrwirdea copyrighted mtNriel of Unraanoa Services ON[ea, inc. Page 1 of 7 O with iu psanisslon. 30 Day NOC given to: Insured: SER Construction Partners, LTD / City of Corpus ChrisO Policy # GL0005816 / !/ Department of Engineering Services ATTN: Conlrad Administrator P O Box 9277 Corpus ChrisO, Tx 78469-9277 COMMON POLICY CONDITIONS All Coverage Forms included in this policy are subject to the following conditions. A V B. C. CANCELLATION 1. Tha first Nomad Issued shown in the Dedaratbns may cancel This pokey by marling or delivoring to us advance cantles noice of cancelMatbn. 2. We may prrcel This pdicy by mailing or dekvenng to the first Named Insured wrtt[ttn notice of cenoallaliwt al least: a. 10 days before the efledive dale d cancellation it ~we cancel for nonpayment of premium; or b. ~0 days before the etlettive date d CanCeilalan d we cancel fa any dher mason. 3. We will mail or deliver our slice to the first Named Insured's last mailing address known to us. 4. Ndice d pncellalion calk slab the eHednre dab of canceration. The pdicy period will end at 12:01 a.m. on That dale. v. k this. pdicy is canceled, we will send Iha Grsl Named Insured any trrornkrm mfund due_ If wo cancel, the reluntl will be pro rate. H the first Named Insured cancels, the refund may be less than pro rata. The cancellokon will be egeAivr. even it we Crave not made or oflared a refund. 6. H nokce is mailed, proof of mailing wkl be sukicienl prod of notice. CHANGES This policy contains aq the agreelnenls behvoen you and us concerning the insurance afforded. The fast Named Insurod chows in Iho Dederalions is aulhorizetl to make changes in the terms of Ihis poNcy wrth our r:onsent. This pdiry's terms can be amended or waived only by endorsement issud by us and made a part of this policy. E7(AMINATION OF YOUR BOOKS AND RECORDS We may examine and audit your books end rcodds as they relate to this pdicy at any lime dunrg the policy panod and up b throe years aNerward. In WiMess Wherrml, can have caused Ihis pdicy to be executed and attested, and, it required by slab Inca, this pdicy shall cal bu valid unkns countersigned by our aullronttat ropresenk~tivo. Secretary ~ Prwsidenf lnrlr+das cnpyrghtM matenol or fnsuranm Scrweo: OlACO. me , witAils ynrms.:ron. Cryryddhl. fnsun, ncr. Scrvirrs Olriro, Ira:. IAAG. D. INSPECTIONS AND SURVEYS We have the right but aro not oWigatod to: 1. Make inspacliona end surveys al any time; 2. Give you reports on the txmtlikons we find; and 3. Recommadf chartgas. Any inspedions, surveys, reports or reoommentlalions rotate only to InsureDlltty end the premiums t0 INr charged. We do not make safely insped'ans. We do rat utdedake b perform the dory of ary person ru organization to provide for the health or safely of workers or irte pudic. And ore do not warrant that conditions: 1. Are safe or tteattMul; a 2. Comply with laws. reguWkons, codes or standaNs. This condition applios rat only to us, but alw to any rating, advisory, rate service or similar organization which makes insurance inspedions. surveys; rapnda nr mcomrrenriakons. C, PREMIUMS Tha first Narrred Insured shown in the Declarations: 1. Is respunsiWe fur the payrtrant of all premiums; antl 2. Will be the payee trx any return premiums we pay. TRANSFER OF YOUR RIGHTS AND DUTIES UNDER THIS POLICY Vour rights and duties under Ihis pdiny may not be trensterretl without ow wdllen wrrferrl rxcapl in IM! case d doath of an individual named insured. Ii you die, your rights and duties will tm transferred to yrwr logal ropresenlalive but onry while adirg wrihrn the scope OT duties 8S your legal rapreserWUVe. Until your legal representative is appointed, anyone having proper temporary custody of your propeiy wdl have ydu righh and dWres but only with resPecl to That Puny. UU OOZfi (OS-07) POI.If.Y NUMDF.R: [:NUURSl:MENT #1 CA 02 44 06 04 1'Hlti N:N11ORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. 'Texas CANCELLATION Provision or Coverage Chrnge Eadotscment Phis endorsement modifies insurance provided under the following: BIISINF.S'S AUTO COVERAGE FORM GARAGECUVERACEFORM MOTOR CARRIER COVERAGE. FORM TRUCKERS COVERAGEPORM With respect to coverage provided by this endotsetnent, the provisions of the Coverage Form apply unless mudilied by the ettdorsemenl. I Iris utdnrsement changes the policy ef)'ectivc on the inception dak of the policy unless another dale is indicated helnw. :ndorsement ~f7'ective: 6-2i1-2008 ouMersigned anxvl In.~tred: SER CONSTRUCTIQN PARTNERS I: CU Auth 'zed R_ epresentntive) ~~ Number of Days Notice: 30 SCHEDULE Name Of Person Or Organita(ion: City of Carpus Chtietl, Department of Eaglaccring tiervices A7TN: Contract Administrator Address: P.O. 1)nx 9277 Corpus Christi, TX. 78169-9277 li ibis Ix~licy is canceled or materially changed to reduce or restrict coverage, wr will mail notice ul' caixcllalion or change to the person or organization rwmed in the Schedule. We will give the numlxr,rt'da~'s notice indicated in the Schedule. R1CTX0001208 ~ COMMERCIAL AUTO "_"--„+. Q* ISU Properties. Inc. ® Swett 8~ .Crawford June, 24 2008 14649 Dallas Parkway, Suite 400 Dallas, TX 75254 Phone: (2(4)747-1200 Pax: (214)672-2700 CONFIRMATION OF COVERAGE BOUND The coverage outlined below may not wnform to the terms and conditions you requested. Please check carefully. Swett & Crawford and its affiliated companies disclaim any responsibility for your failure to reconcile the original submission with coverages bound herein. This document is intended for use as evidence that the insurance, as described herein, has been effected and shall be subject to all tettns and conditions of policy(ies) which will be issued and that, in the event of any inconsistency herewith, the terms and provisions of such policy(ies) shall prevail. Broker: Blake Bames dba Commercial Global Insurance 116 Dixie Deer Park, TX 77536 INSURED: SER Construction Paritiers, Ltd. / Mailing Address: 3636 Pasadena Blvd. V Pasadena, TX 77503 Company: Fireman's Fund Insurance Company Policy )!'~: NIX197708133 Effective Date: 06/24/2008 Eapiration Date: 0410 1 /2 0 0 9 Location and Ilesuiptlon iNSTAtLATION OF AN UNDERGR©UNO LIf7 STFiTIUN & of Property Covered CONTROL BUILDING I.OCATE[3 AT.SPRI!dG CREEK DRI`JE & BE,+;L DRIa~E. Ci3RPUS CHRISTI. TX Installation Site ® Storege Site Deductible Amount 5:,;700 Cainetn~ance 1.00% Limits of Liability 9. Stt61 L93 At any one irstscitatfon site described above 2. 550,1300 At any oho storage lacatior, desctll;ed above, other than at the insta6ation site 3. 35(1,000 Anyone lass with respect to property in transit, 4. S@61,493 Any one tars, disaster or casualty (invdvmg items 1.2 ar 3 any r.omtaination therea`) Reporting Period QMontltly ~uarterlp ^Annuel Premium Base C7Coatratt Prke O Yatues 1:1 Soles Q Other Date renoti due Reporting Rete par 5100 3 • Excusion of Bio/Chem Acts of Terrorism + Ifetrlmental Cotle Exclusion Ftmgi Limhatan Endorsement Total Premium lnaluding All Charges except Terrorism $2,134 MIN EARNED (3.25 RATE) Conditions: Additional Insured with 30 day NOC (10 Days for Non-Payment of Premium) Clly ofCorpus Christi Department of Engineering Services / Attn: Contract Administration ~/ P.O. Box 9277 Corpus Christi, TX 78469-9277 Swett&Crawford .--•~~ (Authori• .Rep rve) Page 1 of 2