Loading...
HomeMy WebLinkAboutC2009-534 - 11/17/2009 - Approved_ .~ t ~ t 2009-534 M2009-326 11/27/09 Jhabores Construction SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS ..FOR KENNEDY CAUSEWAY LIFT STATION REPLACEMENT ~ ~~ Prepared by . ~~ `t~ ~eg~~~.......hF,~SO~~ RVE, Inc. ~~ A~* !s y'~• TBPE Firm Reg. No. F-2037 7 N•••N...••..»•«•••• D SCOTTJQNES 820 Buffalo Street Corpus Christi, Texas. 78401 ........«..«.«...»........... ~'. 81986 ~ @A ~~ ~ ~•9 O ~ ~ Phone: 361/887-8$51 Fax: :361/887-8855 '° F4lSTEP~ •~ ~ F3* •......• C ~ ~~S~ONAL`t,.°~ ~ ' -tis•e IO-S-09 ineering BATH En ~' E U~ r~~l g b F-829 i N ~ 4 *~~.......~•. ~ ~ ~•' ' o. on Texas. Finn Registrat it 110 l S * ~ •. ~'k' ~ •' ~ e u es, 5656 S. Stap :~k ~* Corpus Christi, Texas.. 78411 .,. ......................../ ~ARTI(~EZ dR''~ J08E ® Phone: 361/992-22$4 Fax: 361/992-2287 • ...............................,t !4 893$5 ,, • c •'•~~ 1~ ~~~~S~o. ... ,,,~ i~ .FOR ~ AL~ ~~ DEPARTMENT OF ENGINEERING. SERVICES CITY OF CORPUS CHRISTI, TEXAS `D R~~ / °- Phone: 361/826-3500 ' / Fax: 361/826-3501 PR03ECT NO: 7237 rDRAWING NO: STL 152 (Revised 7/5/00) KENNEDY CAUSEWAY LIFT STATION REPLACEMENT CITY PROJECT N0.7237 Table of Contents NOTICE TO BIDDERS {Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00} Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A -SPECIAL PROVISIONS A-1 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-I4 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 DisposaUSalvage of Materials ~~ Tim G~c~ 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); n~ z r + ~ n„t,. NOT USED t r s A-24 Surety Bonds A ~~~~~~ NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements A-27 .Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29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 z4-~c r•+„ ~x~~+~,. ~.,,._~;f_~r c,.o,,:.,i vo,,,,;~,,,ort NOT USED ••J -s - __i__.. iiivur A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities NOT USED A-40 Amendment to Section B-8-6: Partial Estimates =nY n ~ n.,,,,,e n a, ate,,,.,. 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) NOT USED A-47 Pre-Construction Exploratory Excavations (7/S/00) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00} A-50 Maintenance and Control of Wastewater Flows A-51 Stormwater Pollution Prevention A-S2 Groundwater Discharge A-53 Amended Prosecution and Progress PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART T - TECHNICAL SPECIFICATIONS DNISION 1-GENERAL REQUIREMENTS 010010 General Construction Requirements 010110 Equipment Documentation Requirements DNISION 2 -SITEWORK 021020. Site Clearing and Striping (S-5) 021040 Site Grading (S-6) 021080 Removing Old Structures (5-55) 022020 Excavation and Backfill for Utilities and Sewers (S-9) 022022 Trench Safety for Excavations 022040 Street Excavation 022100 Select Material (5-15) 022420 Silt Fence (5-97} 023200 Horizontal Directional Drill 025205 Removing and Replacing Pavements (5-54) 025220 Flexible Base - Caliche (5-24) 025404 Asphalts, Oils and Emulsions (5-29} DIVISION 2 -SITEWORK {Continued) 025412 Prime Coat (S-30} 025424 Hot Mix Asphaltic Concrete Pavement (Class A) (5-34} 025802. Temporary Traffic Controls During Construction 026000 High Density Polyethylene {HOPE} Pipe and Fittings 026202 Hydrostatic Testing of Pressure System (5-89) 026204 Polyvinyl Chloride Pipe (S-9 i ) 026206 Ductile Iron Pipe and Fittings (5-81) 026210 Polyvinyl Chloride Pipe - AWWA C900 & C905 (5-83) 026602 Sanitary Sewer Force Main {5-69) 026604 Air Release Valves for Wastewater (5-96) 027203 Vacuum Testing of Sanitary Sewer Manhole and Structures 027205 Fiberglass Manholes 027602 Gravity Sanitary Sewers (5-61} 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations 027610 Televised Inspection of Conduits {5-125} 027614 Cured-in-Place-Pipe {CIPP) for Rehabilitation of Gravity Sewer 028020 Seeding (5-14) 028300 Relocation of Fences (5-12) 028320 Chain Link Fence (5-70) 028400 Signage DIVISION 3 -CONCRETE 030020 Portland Cement Concrete (5-40} 032020 Reinforcing Steel {5-42) 038000 Concrete Structures {5-41) DIVISION 5 -METALS 055420 Frames, Grates, Rings and Covers {5-57) DIVISION 9 -FINISHES 099020 Painting (5-56) DIVISION 11-EQUIPMENT 113100 Fiberglass Reinforcement Plastic Wetwell {5-64) DIVISION 13 -SPECIAL CONSTRUCTION 139000 SCADA System 139800 Control Panels DIVISION 15 -MECHANICAL 151020 Check Valves (Lever & Weight Operation} {S 104) 151030 Eccentric Plug Valves and Electrical Motor Actuators {5-105) 151400 Diversion Pumping 151620 Submersible Pumps for Wastewater {5-114} DIVISION 16 -ELECTRICAL 160100 Electrical General Requirements 161700 Grounding and Bonding DIVISION I6 -ELECTRICAL (Continued) 162350 Portable Diesel Engine -Generator Set 164020 Electrical Wiring Systems 164210 Utility Service Entrance 164960 Manual Transfer Switches -Low Voltage LIST OF DRAWINGS Sheet 1 Title Sheet Sheet 2 General Notes and Quantity Estimate Sheet Sheet 3 Phasing Plan Sheet 4 Lift Station Site Plan Sheet 5 Lift Station Sections and Details Sheet 6 Proposed 6" Force Main Plan & Prof le (Sta. 0+00 to Sta. 13+18) Sheet 7 Proposed 6" Force Main Plan & Profile (Sta. 13+18 to Sta. 29+08) Sheet 8 Proposed 6" Force Main Plan & Profile (Sta. 29+08 to Sta. 42+71) Sheet 9 Existing Lift Station Demolition Plan Sheet 10 Existing Lift Station Modifications and Fence Elevations Sheet 11 Miscellaneous Details Sheet 12 Traffic Control and Work Area Plan Sheet 13 Sanitary Sewer Standard Details (1 of 5) Sheet 14 Sanitary Sewer Standard Details (2 of 5) Sheet 15 Sanitary Sewer Standard Details (3 of 5) Sheet 16 Sanitary Sewer Standard Details (4 of S) Sheet 17 Sanitary Sewer Standard Details (5 of 5) Sheet 18 Best Management Practices Sheet 19 Electrical Demolition Pian Sheet 20 Electrical Site Plan Sheet 21 Electrical Schematic & One Line Diagrams Sheet 22 Electrical Details APPENDIX • GeotechnicalInformation NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: KENNEDY CAIISEWAY LIFT STATION REPLACEMENT, PROJECT NO. 7237 Consists Of; Construction of a new lift station with fiberglass wet well and all new pumps and appurtenances, 3,376 linear feet of 6" PVC forcemain {trenched} with. appurtenances, 895 linear feet of 6" HDPE forcemain (bored}, 62 linear feet of 4" PVC forcemain, removal of 69 linear feet of existing 4" forcemain, replacement of the existing wastewater manhole at the end of the 6" forcemain with a new 4' diameter fiberglass manhole including reconnection of existing incoming wastewater lines, demolition of the existing lift station and replacement with a 5' diameter fiberglass manhole, 8" gravity line connecting 5` diameter manhole (old lift station) with new lift station, signage, chain link fence, chain link gates, perimeter wooden bollards, trench safety, by-pass pumping, .asphalt and concrete pavement repair, remove and replace existing timber fence, portable trailer-mounted generator, lighting, .electrical controls and distribution, SCADA system and demolition and haul off of existing public restroom building; 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, October 28 2009, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for ZO a.m on Wednesday, October 21 2009, and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 7.202 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 50 of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids . Plans, proposal .forms, specifications and contract documents may be procured from the City Engineer .upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the local~,ty in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. Revised 7/5/00 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/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary gevised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF ZNSURANCB MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Progerty Damage all certificates PSR OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 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 $500,000 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 UIRED ^ NOT RE environmental impact for the disposal of Q contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED ® NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements ® 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. OThe name of the project must be listed under "description of operations" on • each certificate of insuxance. For each insurance coverage, the Contractor shad obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30} days prior written notice of cancellation of or material change on any coverage. 3'he Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Aisclasure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S C01~ENSATION INSURANCE REQUIRr?'~'S Page l of 11 Texas Administrative Code TITLE 28 INStirRANCE PART 2 TExAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPF.ATSATION CHAPTER 114 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §114.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates othernvise. Tenaas not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate}-A copy of a certificate of insurance, a certificate of authority toself-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a proj ect, far the duration of the project. (2} Building orconstruction--Has the meaning defined in the Texas Labor Code, (3) Contractor-A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5} Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties far purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employerJemployee and establishes who will be responsible for providing workers` compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. ('n Persons providing services on the project ("subcontractor" in §406A96 of the Act)-With the exception of persons excluded under subsections (h) and (i} of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that Berson contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity famishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. {8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b} Providing or causing to be provided a certificate of coverage pursuant to this Wile is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier ar, in the case of aself-insured, with the commission's Division of Self Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (?) of this subsection, using the language required by paragraph {7) of this subsection; (2) as part of the contract, using the language required by paragraph ('~ of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; {4) obtain from the contractox a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days aRer the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends . during the duration of the project; (5) retain certificates of coverage an file far the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (~ use the language contained in the~following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic -, Page 3 of 11 {d) 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 classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensatioa coverage to the governmental entity prior to beginning work an the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; {4) obtain from each person providing services on a project, and provide to the governmental entity: {A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for ail persons providing services an the project; and (B) no later than seven days a$er receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the, project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Actor other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person wi#h whom it contracts to provide services on a project to: {A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providmg services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work-on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 1 I (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; {E} obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (I-~ contractually require each other person with whom it contracts, to perform as required by subparagraphs (A}-(H} of this paragraph, wi#h the certificate of coverage to be provided to the person for whom they are providing services. {e} A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration ofthe project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract wha will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown an its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B} prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 {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 any chat<ge that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and {8) contractually require each other person with whom it contracts to: {A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services an 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 projcet~ (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D}provide, prior to the end of the coverage period, a new. certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; {E} obtain from each ocher person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (~ retain all required certificates of coverage on file for the duration of the project and far one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have Down, of any change that materially affects the provision of coverage of any person providing services on the project; and (H} contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this.paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f} If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect after provisions or applicaxions 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 Wile is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, i 994, which are not required by law to be advertised for bid. Page 6 of 11 {h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental ins~uance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097{a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or cefificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions ofthis §110.110 adapted to be effective September 1,1994, 19 TexReg 5715; amended to be effective November 6,1995, 20 TexReg 8609 Page 7 of 11 T2$S i 10.110(d)('7} "REQUIRED A~ORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site ar providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas A~orkers' Compensation Commission at 51.2-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.110(c)(7) Article .Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')- Acopy of a certf ficate of insurance, a certif cote of authority toself-insure issued by the commission, or a coverage agreement {'fWCC-81, TWCG 82, TWCC 83, or TWCC 84), showing statutory workers' compensation insurance coverage for the person s or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in X406.096} -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing hauling, or delivering equipment or materials, or providing tabor, transportation, or other service related to a project: "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the projects the contractor must, prior to the end of the coverage period, file a new certif:sate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain, from each person providing services on a project, and provide to the governmental entity: (1) 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 the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of - coverage ends durzrrg the duration of the project. Page 9 of I 1 p: The contractor shall retain alt required cern; ficates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notr; fy the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially of `ects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. X. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a cer7if sate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on ftle for the duration of the project and for one year thereafter; (6) notrfy the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially a,~ects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1} - (7}, with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a cert~cate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured with the commission's Division of Self- Page 10 of I 1 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The cantractor'~ failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. A~ Page 1 i of 11 PART A SPECIAL PROVISIONS KENNEDY CAUSEWAY LIFT STATION REPLACEMENT SECTION A - SPECIAL PROVISIONS A-1 Time aad Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2 p.m „ Wednesday, October 28, 2009. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: 8ID PROPOSAL -- KENNEDY CAUSEWAY LIFT STATION REPLACEMENT: PROJECT No. 7237 Any proposals not physically in possession of the City Secretary's Office at the time and date of the bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer The proposer is solely res onsible for delive to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent/representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non-responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Wednesday, October 21, 2009, beginna.ng at 10 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas 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 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project Construction of a new lift station with fiberglass wet well and all new pumps and appurtenances, 3,376 linear feet of 6" PVC force main (trenched) with appurtenances, 895 linear feet of 6" HDPE force main (bored), 62 linear feet of 4" PVC force main, removal of 69 linear feet of existing 4" force main, replacement of the existing wastewater manhole at the end of the 6" force main with a new 4' Section A - SP (Revised 12!15/04) Page 1 of 31 diameter fiberglass manhole including reconnection of existing incoming wastewater lines, demolition of the existing lift station and replacement with a 5' diameter fiberglass manhole, 8" gravity line connecting 5' diameter manhole (old lift station) with. new lift station, signage, chain link fence, chain link gates, perimeter. wooden bollards, trench safety, by-pass pumping, asphalt and concrete pavement repair, remove and replace existing timber fence, portable trailer-mounted generator, lighting, electrical controls and distribution, SCADA system and demolition and haul off of existing public restroom building. A-4 Method of Award The bids will be evaluated based on the Total Base Bid (Parts A and B), subject to the availability of 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 Bond {Must reference KENNEDY CAUSEWAY LIFT STATION REPLACEMENT - PROJECT No. 7237 as identified in the Proposal) {A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Rama es The working time for completion of the Project will be 120 calendar days. 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. Days Allocation for Rain: The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each stage of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services_at the Power Street Storm Water Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the Section A - SP (Revised 12/15/04) Page 2 of 31 status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days ....June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August4 Days December 3 Days For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for 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 ar 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. Section A - SP (Revised 12/15/04) Page 3 of 3 i A-8 Faxed'Proposals Proposals faxed directly to the City will be considered non- responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of 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 heavy and heavy/highway construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined -the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half {1 '~ } times the specified hourly wage must be paid for alI hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) Section A - SP (Revised 12/15/04) Page 4 of 31 A-11 Coo eration with Public Agencies (Revised 7/5/00} The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess System 1-800-344- 8377, the Lone Star Notification Company at 1-800-669-8344, and the Verizon Dig Alert at 1-800-483--6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer 887-8851 RVE, Inc.. - D. Scott Jones, P.E. Traffic Engineering 826-3540 Police Department 882-1911 Water Department 826-1880 (826-1888 after hours) Wastewater Department 826-1818 (826-1818 after hours} Gas Department 826-6900 (826-6900 after hours) Storm Water 826-1875 {826-1875 after hours) Parks & Recreation 826-3461 Solid Waste Services 826-1970 A.E.P. 299-4833 {693-9444 after hours) Nueces Electric Coop 387-2581 (1-800-632-9288 after hours) AT&T/CP&L 881-2511 (1-800-824-4424 after hours} City Street Div. for Traffic Signal/Fiber Optic Locat e 826-1946 857-1.960 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624} KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0 958 (Mobile) Brooks Fiber Optic {MAN} 972-753-4 355 Regional Transportation Authority 289-2712 Corpus Christi ISD 886-9005 U.S. Postal Service, 886-2216 TxDOT Area Office 808-2384 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 5 of 3i 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 awns 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 Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface . To by pass the flow, the connections to the existing facilities shall be made over the ground surface by means of flexible and/or rigid pipes The pipes used for bypassing this flow shall be strong enough to resist traffic impact loads, and the size of the pipe shall- be capable of handling the incom~.ng discharge but cause minimum impact to traffic flow and safety. The construction of tem orar ravit flow lines, force main lines, um in e ~ menns, Plugs, flow diversion structures, etc., re fired to maintain and control system flows shall be responsibility of the Contractor. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control 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 adjoining properties. 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 Section A - SP (Revised 12!15/04) Page 6 of 31 Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-Z5 Excavations 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 and replaced unless otherwise noted. •, ~enrt~~re~ a~ A-16Dis osal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 12!15/04) Page 7 of 31 A-17 Field Office NOT USED ~. 1-~e~~-~e~'Z ic-~s~l-~ v~~rrrc~ . A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on working days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3} working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial prior t Progress the City Engineer three (3} days Meeting an initial Construction Schedule: Submit to o the Pre-Construction Schedule for review. Include: Show complete sequence identifying Work of separate grouped activities. Identify the 2. Items to activity, logically each week. of construction by stages and other first work day of 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Staking The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. The major controls and bench marks required for setting up a project, if not shown on the drawings, will be provided by the A/E Consultant. Section A - SP (Revised 12/15/04) Page 8 of 31 The Contractor will furnish all lines, slopes and measurements 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 Surveyor 48 hours notice so that alternate control points can be established by the City Surveyor as he .deems necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City Surveyor 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 Engineer prior to deviation. If, in the opinion of the City Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City 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 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 certifications 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 by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Wastewater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flaw line) (TXDOT and RR permits) Water: • All top of valves box; • Valves vaults rim • Casing elevations {top of pipe and flow line} (TXDOT and RR permits}. Section A - SP (Revised 12/15/04) Pane 9 of 31 Stormwat$r: • All rim/invert elevations at manholes • All intersecting lines in manholes; • Casing elevations (top of pipe and permits) A-20 Testing and Certification flow line) (TXDOT and RR 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. The following testing program shall be performed in accordance with the Standard Specifications and the General Provisions. Item to be Tested Frequency of Test Tvl~e of Test A. Portland Cement 1 set (3 cylinders per structure} Compressive Concrete for Structures 2 per set of cylinders Slump 2 per set of cylinders Air Content B. Backfill for Utility 1 per 200 LF Density Trench A-21 Project Sign The Contractor must furnish and install 1 Project sign as indicated on the following drawings. (Attachment I) The sign must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the sign will be determined in the field by the City Engineer. A-22 Minorit /Minorit Business Ente rise Partici ation Polic (Revised 10/98} 1. Polic It is the policy of the City of Carpus 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 Section A - SP (Revised 12!15/04) Page 10 of 31 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. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint 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. 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 51.0% 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.Oo 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). Section A - SP (Revised 12!15/04) Page 11 of 31 3. Share in Pa ents Nlinority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0 v 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 Enter rise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0°s of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. 3. 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 j oint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.Oo interest, shall be deemed equivalent to having minority. participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 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: Minority Participation Minority Business Enterprise (Percent) Participation(Percent) 45 ~ 15 ~ Section A - SP (Revised I2l15/04) Page i2 of 31 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. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Ins ection Required {Revised 7/5/00} NOT USED ~~~-- ~ ' '' ' +. ~~~ .. ~. y -~ ~ - e q~ f e~-w~rr A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. A11 bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If Section A - SP (Revised 12/15/44) Page 13 of 31 performance and payment bonds are in an amount in excess of ten percent (100} of the Surety Company's capital. and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (100) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $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 USED ~LCt ~'~ F l ~ , ' +- F- ~ ' ~ cxicrc~- ! ~ I ~. 'Y2~ Section A - SP (Revised 12/15/04) Page 14 of 31 -- ~~2~tCr~e~'~ -~e---fit-~~ i~- ~8-1~ zr~.r- "c~us ~r ~ r i $3~ ~ A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-&- 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 Chan e to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3 . Number of days advaxl.ce 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 workers compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. Far 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 Section A - SP (Revised 12/15/tl4) Page 15 of 31 that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-b-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, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims Paragraph (a} General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Installation Floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Installation 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 Execution 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: 1. 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 Section A - SP (Revised 12/15/04) Page 16 of 31 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 experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed.. 2. The foreman must have at least five (5} years experience in oversight and management of the work of various subcontractors and crafts. If the scope of the Project is such that a foreman is not required, the Contractor's superintendent shall assume the responsibilities of a foreman. Foreman cannot act as superintendent without prior written approval from the City. Documentation concerning these matters 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 or foreman assuming responsibilities on the Project. Section A - SP (Revised 12/15!04) Page 17 of 31 Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for .this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions Construction Contracts" Section 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 sucYl 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. and Requirements for Municipal B-3-1 Consideration of Contract add Section A - SP (Revised 12/I5/04) Page 18 of 31 The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure 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 in letter form, information identifying type of entity and state, i.e., Texas {or other state) Corporation or Partnership, and names} and Title{s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Polic on Extra Work and Chan a Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. Section A - SP (Revised i2/15/Q4) Page 14 of 31 A-32 Amended "Execution of Contract" Re irements Under "General Provisions and Construction Contracts" B-3-5 following: Requirements for Municipal Execution of Contract add the The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the. Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable?,,Construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A 35 City Water Facilities: Special Requirements NOT USED - ~ G~~-~~-~ -~--~ -v~e~ ---~ ~ ' ' ' +- j } ~, eg P3: -rem-ta--pe ~ ~ ~ T-a~~-~ ~ ee-~3-~y3-i~~ i~r~crs ~--~fe-~Ft-~~e~ ~r 4 ~e~3~6~3-i~ Section A - SP (Revised 12/15/04) Page 20 of 31 e ~ z~xe-~e~~e-fez-a'~'~~ / ,., . 1 J w . GT~ T1R'eZSG~I.~~=T cR+L~.a / I yCCCGrPe ~~L2i ~ } e~ree--ei~}~~A~ A~- }r~i'C~ ~"~ jr ~aT-. i- r. ~ 6~ ~,~ ~ 8 .a ~ ~ +- x , I A3 rrsp ~ z f r r a. / / / -- - - F - ' i.4~. T Tt~~ ~s'~~~~e{~ 'Ri ? }TG G°zRp -cci "c.. i G b ~~ e-- 3-~~e~ee~e~e~r-~~->s / ~9PGC xv •. Z ~LTr 'RT~~~~'~tl~~ R 1 '1 F ... r. L. r~ ~ ~_3_ ~_~ Section A - SP (Revised 12/15/04} Page 21 of 31 } • ~~ ..L, n 1, 1 t.. . vitri"re~3 8iT~2~- :~ I r f 3 L ~ ~ c-~v~1 E1~A~~~l ~-p ~ 9 o i ~~~"'3'~~6- ---- ~~ • / ~ Z ~~^T ~i-e ~~ s - 4 eY ~i.TAil P i S ~~ . J y~~ L}pp~~ iZp ~ .i .LTCri C-i ~r u ~y ~~y.L~~p J~V1A•V ~+i'0~ / ~.y~~. v A J~ ~ ISSOR ~ • i~ L 1 v ~~ ~ J - ~e J ^~ ~ ~ "~ 1 SiiJ LK J , 1~ ~ I ~ r~ ~ I _ - iY 1 YiM 1 ~. rte' i1I- Y I I„+ I n MJ J i---~i.--za-~c~uiztr.=y--E=x~ugcc'~--err- ~i~.~ r. ~~~^ ~.~^°a • +. - .~ ~- ~ ..,-..m_ v. ... „ter.,..-,L,~ . u,. A711 V V / r1r ~., a, ,. ~- ,.R ~~~~.r.- .- f~! Section A - SP (Revised 12/15/04)_ Page 22 of 31 ~ ~ ~ } ---~ ~- t.~~ , ~ a~--~ee:s z ge -~~e -t ~l~ ° e~ emp~ r~p ~e~ e~ ~e ~ = ~ ~ - e~ee -t-s- ~P~i~---~~t ^e ~~ , ~}~ ~L- =as -3~~ ~ e - P e F~ ~ ~ e~g c~- ~g ~-3`e €ee s i-e~ra~-- z ~ ~re°'^ ~~ 4~e-e~ ~v:rcre ~e-e~ ' Fti ._r ~___- e~ ~s e~~~ .-.~~ --~__ -~a- -~cnr e-e ___~ . eg ~~~ ~~e e~ 3~ee ~€e~ e ~= aar are--r~ ~~~'~~ ~~ie ~ao~k ~e~~ g , ~s--~~a~~e e~--b e~' ~ . ~ce~~ ee~e c63~ r- ~~ f-~l- ~~ , ~ ~-e ~63~-~ ee ~~i r p ^ ° ~e~~ ~g- ' "' 1i~m ~ , .~., ..+., v ~ i-m l~ E~mE~'~z~a ~ r ~ . ~ .F F ...a l 1 ~-i' ~ - .. } ~. ~3e ,.• ~ ^a .7 ' Qi coa=vo n ~/ d c ~'~rrcrxr w~ e1~P~1 C +- tiG~ w~. ~ts ~ r~c~r ~r~'~ i- SCGT.~ '~ "1 ~ ~€ . ~ ' }. ~ ~ _ _ F -. ~~.,+ L'~--°- .a 1... ~ ~ ,-rte --° r ~ .r~.~.=_ t r ' _ i e~ ~ rz cz l 7-. i- .. ,,, r7 v ~.. ~ uaau ~~~he t~Tre 1 a 1 zQ ~- ~.n.. ~ w.~ ~ed~re~-- - a L... -~ a ne~ ~ene ;Xhe1: e--t =wz -€a ~~ 'z~ ~:~e e ~-re -~-~ e-t~r eq ~~e e~gr- e ~rg --~ ae-t m ~e-- ~ea r ~} ~-, p . t~s~-r ---~~e~ ed-ec o~t-~ ~. ae~e ~ ~.a ~~ ~e~.•E ~ a~~- -~-sea o ~ ~~xeede~--a~.e~~ege~-~e-a~d~t~ie~e--t-~e ~GS~"-ce e3f-~s~iix~~ crc~+`~' i~z ~'~s ~Grir---zit-tzrci e'a e~e~l~~e e ~ ^^~~eq~re~~e-~~ €~~e~~r-a~~g~PFe~r--~~e ~he-~~ c 'Fhe a-t-ta~ehe~~e~e~~e^-~~e3~rp~e--a~a-i a -~ez i~rte~e~-ts s~e~-e=i ~~ ~e~eq~~~-e-h$~ -tee A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Section A - SP (Revised 12/15104) Page 23 of 31 a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1} reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal farm. 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 forms. 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. Section A - SP (Revised 12/15/04) Page 24 of 3I 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 . A-37 Amended "Arrangement and Charge for Water Furnished b the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B-6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"}. This includes implementing water conservation measures established for changing conditions . The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project .site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction ~. Projects for Government Entities The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance (NOT USED) A-40 Amendment to Section B-8-6: Parta.al Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, nan-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. Section A - SP (Revised 12!15/04) Page 25 of 31 A-41 Ozone Advisory NOT USED A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" 8-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and alI .damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, or their .officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor., supplier, material man, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless .and shall indemnify the 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 material man. A-44 Change Orders Should a change order{s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and Section A - SP {Revised 12/IS/U4) Page 26 of 31 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-46Dis osal of Hi hl Chlorinated water (7/5/00} NOT USED 6-f-~ri gY~y ~., ~ ~ E~-Vd`a~e'~---~~-.o== t~~ ~ ~., , ~ +- »~ ~-~~e ~i ~,a A-47 Pre-Construction Exploratory Excavations {7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipe-lines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. Section A - SP (Revised 12/15!{14) Page 27 of 31 For existing pipelines which parallel and are within ten feet (l0'} 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 until all exploratary excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on a lump sum basis. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-480verhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. 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 "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guarant add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies Section A - SP (Revised 12/15104) Page 28 of 31 available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Maintenance and Control of Wastewater Flows The Contractor shall be responsible for maintaining sewage flows at all times within the existing sanitary sewer system and shall not restrict access to residences or businesses. It shall be the Contractor's responsibility to coordinate with the City Wastewater Division regarding any modifications to the existing system f low patterns, such as rerouting flows, or operation of any permanent. or temporary lift stations}. This shall be applicable even in case of cave-ins. Any such system modifications will be subject to approval by the Engineer and the City Wastewater Division and shall not interfere with the proper operation and function of the wastewater collection system and shall not restrict access to residences or businesses. The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so as to avoid any delays in same. Sewage or other liquid shall not be pumped, bailed or flamed over the street on ground surface. No sewage or other liquids shall be handled by allowing flexible or rigid bypass pipeline through the stormwater lines. To bypass the flow, the connections to the existing facilities shall be made over the surface by means of flexible and/or rigid pipes. The pipe used for bypassing this flow shall be strong enough to resist the traffic load, if any, and the size of the pipe shall be capable of handling the incoming discharge but small enough to not create hindrance to the traffic flow or create any blockage or accident. The construction of temporary gravity flow limes, force main lines, pumping equipment, plugs, flow diversion structures, etc., required to maintain and control system flows shall be the responsibility of the Contractor. ~ •! f-~3~e~~ The Contractor shall be responsible for providing access to the private properties and streets and maintain a smooth traffic flow during the entire construction phase of this project. A-51 Stormwater Pollution Prevention Due to the type prevention (SWPP) a negative impact properties. The implementation of and location of this project, stormwater pollution is critical, and improper implementation can have on the adjoining waterways, streets and private Contractor is responsible for the preparation and a stormwater pollution prevention plan to be Section A - SP (Revised 12/15/04) Page 29 oP31 approved by the Engineer. Strict compliance to all SWPP items shown on the plan shall be enforced. In addition, if during the course of the project other minor SWPP items are required to limit or control soil or transport of soil, the Contractor shall implement these measures at no increase in the contract price. A-52 Groundwater Discharge It is the intent that the Contractor discharge groundwater primarily into the existing stormwater system, provided that the quality of groundwater is equal to or better than the receiving body of water, Laguna Madre. Testing of the groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by the contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions shall be approved by the Engineer on a case by case basis. Prior to pumping ground water from the trench to the sanitary sewer system the Contractor shall contact Wastewater Dept. at 361 826--1818 to obtain a "no-cost" permit from the Wastewater Dept. City will require an estimate of groundwater flow. A-53 Amended Prosecution and 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 30 of 31 SUBMITTAL TRANSMITTAL FORM PROJECT: RENSDY CAUSEWAY LIFT STATION REPLACEMENT - PROJECT No. 7237 OWNER: CITY OF CORPUS CHRISTI ENGINEER: RVE, Inc. Attn.: D. Scott Jones, P.E. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 11Ji5/04) Page 3I of 3 i A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMEDiT is entered into this 17TH day of NOVEI~ER, 2009, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Jhabores Construction Co., Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $895,317.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: KENNEDY CAUSEWAY LIFT STATION REPLACEMENT PROJECT NO. 7237 (TOTAL BASE BID PARTS A & 8: $895,317.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, 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 10/23/2009 13:41 8263802 PART A - CIVIL 8AS8 HID ENGINEERING PAGE 13/20 I II ZII IV V Q'~ & TJNIT ITSA~ U1~iIT DEl3CRIBTIOW PRICE TOTAL General / Bonds / Mobilization, Al LS complete and in place per lump $32zA9.oo $,~,Zalq • 00 sum Temporary Traffic controls, A2 LS complete and in place per lump $ •oo S~4oo•00 sum Stormwater Pollution Prevention A3 LS Plan, complete and in place per $15'10.00 $ "1S'10•o0 lump sum Exploratory Excavation, A4 LS complete and in place per lump $q oo•oo $200.00 sum Demolition of Existing Lift A5 Z1S Station, complete and in place $1Zg~•~ $ 1Z963.o0 er lum sum A6 2 wet well Excavation Safety, $`3.312,00 $ Z`6?A.00 EA complete and in place per each A7 1 New Lift Station, complete and $~Zyooo.od $ ~Z>:ooo•om Ls in place per lump sum A8 62 4" PVC Forcemain, complete and $ .eo $ Z-O$. 00 LF in place per 7.inear feet A9 3376 6" PVC Forcemain, complete and $ Z$ eo $ 4.00 LF zn place per linear feet 5 5" HDPE Forcemain (Bored), A1o LF complete and in place per $ 76.00 $ ~$02p•OO linear feet ~~.I.P.P. Repair of Existing 8" Ali LF 'i7CP wastewater Lines, complete $ S~I.00 $ 2~~•,52.00 and in place per linear feet 'remove Existing 4'Diam. Manhole and Replace with 1Vew 4' Diam. A12 ~ LS ~ fiberglass Manhole - Including $ lZSoooo $ IZSOO• o O 2econnections, complete and in ~;~iace er lum sum Install 5' Diam. Fiberglass A13 i ~+lanhole Inside Existing Lift ~ $13 00.00 $ 135oo•oa LS stati.on, complete and in place ~:~er lump -sum Revi6od Pro~osai Form ~~ ~Z page a o! i o Pw~ 3 of 30 ~.~ caw 10/23/2009 13:41 8263802 ENGINEERING PAGE 14/20 PART A - CIVIL :3AS8 8YD ( COYit . ) I II III 2V Y R~ & UNIT IT$N U1tIT DSBCRIPTION PRICE TOTPiL Extra Depth for 4' Diam. A14 V Manholes, complete and in place $46.00 $ t aZ4.00 F Per vertical feet Extra Depth for 5' Diam. A15 ~ ~ Manholes, complete and in place $ scgl•00 $ 109.00 per vertical feet Fiberglass Manhole Excavation A16 ~ Safety, complete and in time $ 1000.00 $ Zoce• ao er each 2" Air Release Valve with A17 A Manhole, complete and in place $ 0Q•oo S \-2.~oc~• 00 E er each 2" Air Release Valve at Lift AZ8 E Station, complete and in place $ 2300.00 $ 2300• no A er each A19 2 6" Plug Valve, complete and in S 13oc.c~ S Z~oo• 00 ~ place per each ~ ~leanout with Threaded Cap (CL. A20 EA 150 Pressure Rated) , complete $133'0.00 $ \\5'70• DD end in lace er each B" Gravity PVC Wastewater Line, A21 LF complete and in place pex' $ Z~•oo $ ~~po•00 linear feet AZ2 1 By-Pass Pumping, complete and S)9ooo 0o S 19ooo•ao LS in place per lump sum Az3 9 :7tility Crossing Sign, complete $ X33.00 $ 115`1, o0 EA .~rld in place per each A24 3456 'trench Safety, complete and in $ O•Z S $ ~-00 LF place per linear feet _ A25 3456 Project Dewatering, complete $ 5• CO $ `-~ 2~•flfl LF and in place per linear feet A26 ~ 0.4 'ttevegetation (Seeding) complete SJta ~•~ $ zC I.6. Op AC end in place per acre asphalt Pavement Repair, A27 3Y complete and in place per $ ~. OU $ J`~3~5 00 square and .*D~{IM MO. 1 Revised Proposal EoYth ~~ ~,~ Page a of l0 ppq~ ~ pf 10 10/23/2009 13:41 8263802 ENGINEERING PAGE 15/20 PART A - CIVIL BA48 SID (Clot.) I II III IV V QTY ie UNIT ITS UNIT DBSCRIPTION PRIGB TOTAL concrete Pavement Repair, A28 SF complete and in place per $ 9.00 $ '~SbSD.p0 square foot Remove and Replace Existing A29 LF wood Fence, complete and in $ Zo . ee $ 3600.00 lace er linear feet Slack, vinyl-coated Chain Link A30 LF Fence, complete and in place $ 3?.DO S ZL64.oo per linear feet ~ 12' Double-Swing Black, Vinyl- A31 ~ Coated Chain Link Gate, $ ~p•Ob $ ~Q~.pp complete and in lace er each A32 28 e" wood Bollard, complete and $13p,o0 $ 3,6Qp.pp RA in lace per each Crushed Concrete All-weather A33 SY Maintenance Surface com late p 7.Ob s~ s S?~ . on and in place er Q are and Demolition and Haul Off of A34 1 Public Restroom Building per $ ~Dooo 00 $ ~ O~OO.OC~ LS Plans, complete and in place er lum sum U~aatic~.pated Vtfiity Allowance A35 LS (~datory Allowance), complete $x5,000.00 $ 25,000.00 sad is place per lush I9vm 41x3 CGTV a Clean exiatiag 4" horce A36 fain, complete and is place per $ 5. po $ 7.0~~ ~. Op LF linear £eet SUe?OTAL PART A - CIVIL RASE BID: $ ~gQ_ ~p~4.~~ (xK~ (Bid Ttems Ai-A36) * "The lump bid i~::a:n described as "IItility Aliowaace" has beeA set as noted and shah be includa~i in the Totai Baae Sid for each Bidder. This allowance may be used at the Bngi:zear'a discretion should as unanticipated adjustment of a utility or hers-to-fore uakaawa structure or similar situation warrant the use of the allowance funds. Should the use of funds from the ~vtility A17.owaace" become necessary, the anQiaeer v~ill provide written authorization at .a coat negotiated between the City sad the Contractor. There is no guarantee that day of these funds will need t.o be used throughout the oouxse of the work." a~s:ravu pro. s. aevieed Proposal Corm A~A~ Na PEt9e 5 oL lD PaQ6 S Of 10 10/23/2009 13:41 8263802 PART H - RLECTA.IC71L BASE BID ENGINEERING PAGE 16/20 I =I IIi zv v QTY a VhilT ITB~ U1QZT DS9CRIPTION PRICB TOTAL General / Bonds / Mobilization, Bi LS complete and in place, per lump $ (ogi.o0 $ ~gl.oO sum Demolition of Control Panel and B2 L3 Existing Feeders, complete and $ ~~1.00 $ (o$~ ,p p in place per lump-sum Relocate Antenna Pole, Antenna, 83 1 LS Coax with New Foundation, $46,SS0~ $ 655.•00 complete and in place per lump sum SCADA RTU Panel and B4 S Programming, complete and in $311a~.ob $ 3~1n~•c,~p place per Iump eum New AEP Service, Meter Can & B5 LS Grounding, complete and in $ 11S2.ob $ 1152.°0 place pez~ lump sum Pump Control Panel for (2) 5HP B6 1 Pumps & J-Box ConneCti.ons, $ ZSo°.ns $ Z Soa. 0 0 LS complete and in place per lump sum Manual Transfer Switch with J- B~ LS Box Connections, complete and $~,oo_oe S~oo•ao in place per lump aum B8 1 Wooden Support Rack for Panel, $ 1818.0 $ 181$.00 EA complete and in place per each Mount Control Panel to New Rack s9 L5 & Connect Service, complete and $18gooo•oo $ ~9gcoo•ap in place per lump sum E10 e0 LF ~^ Pvc conduit complete and in lace er linea f t $ 3,~ $ ~ 40•~ p p r ee . B11 10 0 z ^ PvG Condux t , complete and in ~ $ ' o~ $ , ~ dv o0 LF ~lace per linear feet O ~~#14 THWN Copper Conductor, 81.2 LF complete and in place per $0. X10 $ ~.00_ lineaz feet f#12 THWN Copper Conductor, B13 LF ~amplete and in place pez~ $ 0.60 $ (op. pp Linear feet 11~{1~1 MD. 1 Revised eroposal Porm ~~, ~Z Page 6 ofi to 1Pp~ 6 0! 10 '10/23/2009 13:41 8263802 ENGINEERING PAGE 17/20 PART B - BLBCTRICAL SASE HID (Coat.) I II IIZ IV V 4Z'X ~ O1QIT ITEMS UNIT D$SCRI8TI0~1 PRICE TOTAL #1o TFiWN Copper Conductor, •' B14 LF complete and in place per $ O•'10 $ jp .pO linear feet O #8 THWN copper Conductor, BZ5 LF complete and in place per $ 1.4p $ 1'~O.00 linear feet 30o #4 THDPN Copper Conductor, t~~ s16 LF complete and in place per $ ~:~?~ ~- S _ 13g0•oo linear feet H17 loo Underground Trench, complete $~~ $ ~c4bo•oo LF and in place per linear feet Flood light -and Wooden Pole, B18 8 complete and in place per lump $ 1oi4t• oe $ lo~4Z. o0 sum Portable Generator Mounted on B19 FaA Trailer, complete and in place $ ~'~e $ 5~~$b0 •o~ er each HMI Graphics Modifications, B2o s complete and in place per lump $A826•o(, $ 4 t6.oo sum Miscellaneous Electrical 821 1 (Conduit, Fittings and $3634.00 $ 363q•ofl LS Hardware), complete and ~.n r lace er lum sum Bz2 1 0&M Manuals, complete and in $ $67•~ $ J~(~7' 6a Ls place per lump sum E23 1 Testing and Checkout, complete $ 56-i•o6 $ ~L'1. pp LS and in place per lump sum o~vBTOTAL PART 8 - ELECTRICAL 8AS8 BID: $ 313 ~og3.O~ (Bid Items 81-823) HID 3VlSlfARY SVSTOTAL PART A - CIVIL BA88 SID: $ ~~ ~O 4.00 {Bid Items Al-A36) :zvHTOTAL PART H - ELECTRICAL BASE BID: $ 3~ 3 ~c13 • Cho (Bid 2tems B1-B23) TOTAL BASB HID (PARTS A ie B) : $~,~~?, ~O (Bid Items Al-A36 and 81-B23) ann~mne an. t Revised Proposal PORT ~~ ~~ Page ~ of lv Psps 7 0! 10 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 120 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown abQVe . ATTES City Secretary CITY OF RPUS C ISTI B ~~L 1 "~ fir-,{ Y~ ~ Juan Perales ~Jr . , P . E . ~ ' ~ '"--- Assistant City Manager Engineering/Development Services APPRO D AS TO GAL FORM: By: Asst. City Attorney no ~ • Prem.-~a~-> a _ . ' Eif~"~CQ~fsa~:iai~'` B "~ ;i~~ r--- y • c.~Z:~ Pete Anaya, P.E., Director of Engineering Services CONTRACTOR Jhab s Constructi n Co . ~;nc ;, r.:; - Title / ~'~Qi~ - 6349 LEOPARD ST. •~ (Address) CORPUS CHRISTI, TX 78409 (City) (State)(ZIP) 361/852-8858 * 361/852-7979 (Phone) (Fax) ~~~o~ ~ AUTNORI~t~ e~r cnu~ci~.~,.~,~~~?.~~ Agreement °°°`°'~`~ ~~ ` Page 2 of 2 ~~et~T~Rv~.b' uvuiwccr~i~ru h'HUt 11/Lb PRO P O SAL FOR M F 0 R KSNN$DY CAVSSWAY LIFT STATION RBPLACS~RNT CITY PROJECT N0. 7237 710[ !id . 1 Revi ee6 PropoeaJ. For, m ~~ ~~ page 1 of Io pwOS 1 0~ 10 civuiivccr~aivu DEPARTMb'AT,C OF EN(~INEERINf3 SERVICES CITY OF CORPUS CHR25TT, TEXAS P R O P O S A L Place: Date : ©CZpp~(L~, 2~ 2 rr-iuc i ti c~ Proposal af~~Y1~'Rr~,P~ g `„OY1~rTQUc.T~O~J ~O . ~nC , a Corp~:~ration oz~ganized and existing under the laws of the State <y~x A ~ OR a Partnership or Individual doing business as T0: The City of Corpus Christi, Texas Gentlemen: The unc:iersigned hereby proposes to furnish al.l labor and materials, tools.. and necessary equipment, and to perform the work required far: 1C~DY CAZ"88KAY LIFT STATION R~PLAC~NT (PROJECT NO. 7237) at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: ego. i Revised Proposal Form ATT ~~ Fags z of io !mss 9 of id 1 MIAL 1 J/ LU PART A - CIVIL SASE HID I II III ~ V QTY & tni1lT ITB~ URIT DgS3CRIPTIOIQ PRICE TpTAL 1 General / Bonds / Mobilization, Al LS c omplete and in place per lump _ $ 2?.A oo $ ~.ZZ9q.00 s , Temporary Traffic controls, A2 LS complete and in place per lump 5 •oo S.~oo•oo sum Stormwater Pollution Prevention A3 LS Plan, complete and in place per $75fO.oo $ -~5-10.00 lump sum Exploratory Excavation, A4 LS complete and in place per lump $q oo•oo $200.00 sum 1 Demolition of Existing Lift A5 LS Station, complete and in place $ IZg63.oo $ 1Z9~3•o0 per lum sum A6 2 EA wet well Excavation Safety, $3312.00 $ Z6 6Zq p0 complete and in place per each . . A7 1 Ls .lVew Lift .Station, complete and in place per lum sum IZSovo•ad $ $ ~Z~eoo•ofl p A8 62 LF 4" PVC Forcemain, complete and in place per linear feet $ ~'oo $ Z~o$•oo A9 3376 LF 6" PVC Forcemain, complete and i 25.00 $ $ SA40Q ~D n place per linear feet • 895 5" HDPE Forcemain (Bored), A1o LF complete and in lace P per $ X6.00 $ ~o`t~020-OD Linear feat 8 ~:.I.P.P. Repair of Existing B" Ali LF 'iICP wastewater Lines, complete $ ~• 00 $ Z~ _ SZ, 00 .end in place per linear feet 'remove Existing 4'Diam. Manhole and Replace with ~Tew 9' Diam. Alt L3 ?fiberglass Manhole - Including $12Soooo $ IZSOO• op 'Zeconnections, complete and in ~;~iace er lum sum Install 5' Diam. Fiberglass A13 ~ s 'danhole Inside Existing Lift $13 °o•oo $ 135op.oa L Station, complete and in place ~:~er lump sum nm~wa so. i Revieod Proposal Form ~, ~~ page a o! io 8wor 3 0! 10 rw.~ Kw PART A - CIVZL 3AS8 HYD (Coat.) I II III IY V QZ'7~ a UNIT ITSDI UNZT DE$CRIPT20N PRZCE TOTAL Extra Depth for 4' Diam. A14 VF Manholes, complete and in place $4yL.oo $ 1 aZq• 00 per vertical feet Extra Depth for 5' Diam. A15 ~ ~, Manholes, complete and in place $ Scg1.o0 $ 109.00 per vertical feet Fiberglass Manhole Excavation A16 ~ Safety, complete and in time $ Iooo•oo $ 2000.00 er each Z" Air Release valve with A17 A Hanhole, complete and in place $ DA.ao $ lZ~oo.op E er each 2" Air Release Valve at Lift AZ8 EA Station, complete and in place $ 23eo•ce S 23oe• op er each A19 2 EA 6" Plug Valve, complete and in lace er each $ ~ 3oo-ao $ 200. op p p ~ ~leanout with Threaded Cap (CL. A20 ~ 150 Pressure Rated), complete $133p.oa $ t\5'10.00 and in lace er each 19 B" Gravity PvC Wastewater Line, Ali ,:omp7.ete azxd in place per $ Z,Se•oo /~ $ -'10.00 LF linear feet A22 1 By-Pass Pumping, complete and $ D.o $ ~9p~O•aCi LS in place per lump sum A23 9 ':Jtility Crossing Sign, complete $ t33.oo $ 115.00 EA .and in place per each A24 3456 trench Safety, complete and in $ O•ZS $ ~• 00 LF solace per linear feet A25 3456 Project Dewatering, complete $ 5 00 $ ~? Z aO,flO LF and in place per linear feet A26 ~ 0.4 'Revegetation (Seeding) complete SJ~~ $ Zo 1.6.Op AC and in place per acre asphalt Pavement Repair, A27 sY Yomplete and in place per $ ~.00 $Jr3~S Od s are yard Revised Pro osal Eorm ~~ i Pege 4 of to ~ ~ 4pf 10~ CI Y1711 YGGfC 11 YU PARS A - CIVIL :BASS BID ( C031t . 1 rHUt i5i ~e I II III IV V QTX ~ UNIT ITBI~ t1NIT D]38CRIPTION PRICE TOTAL Concrete Pavement Repair, A28 3F complete and in place per $ 9.00 $ ~~5D.00 square foot O Remove and Replace Existing A29 LF Wood Fence, complete and in $ Zo.oo $ 3foop•00 lace er linear feet Black, vinyl-Coated Chain Link A30 LF Fence, complete and in place $ 3?.~0 $ zL64.oo per linear feet 12' Double-Swing Slack, Vinyl- A31 ~ Coated Chain Link Gate, $ (oap•pb $_6q~.pp eom lets and in lace er each A32 28 B B" wood Bollard, complete and $~~.OQ $ ~~ 00 A in lace per each Crushed Concrete All-Weather A33 3Y Maintenance Surface, complete $ ~.Ob $ ~7Z~.Q~p and in place er s are and Demolition and Haul Off of A34 1 Public Restroom Building per $ ~OOoo. 00 $ ~ ~OOO.Op LS Plane, complete and in place er lum sum U~aatic~.pated Utfiity Allowance ,~ A35 LS (leaadatory Allowance), eoa~plete $x5,000.00 $ 25,000.00 and is place per lusgp ewm 4123 CGTV ~ Clean Exiatfag 4^ force A36 LP Ddain, complete and is place per $ 5_po $ ZoL~ ~. pp linear feet SUBTOTAL PART A - CIVIL NABS BID: $ S'~P_ ~p~.4,QQ C,rKta (Bid Items AZ-A35) ~ "The lump bid i+::s:o dssaribed as "tTtilitp lyiloaaace^ has been set as noted sad shall be iacluda~! in the Total Base Sid for each Bidder. This allawanee may be used at the 8ngi:sear's discretion should as uaaatieipatad adjustment of d utility or here-to-fore ualeaa:vn structure or similar situation warrant the use of the allowance funds. Should the use of funds from the "Utility AllowanceM become necessary, the angiaeez will pzavide written auChorisation at a cost negotiated between the City sad the Coatrsator. There is ao guarantee that say of Chess funds will :seed t:o be used throughout the oourse of the v+ork.^ pro. x aevised Proposal Form 7-TTl-C~~tiT M9 Page 5 o+c io psQa S of 10 --' `v' "'vJ ``"„ °LO°o~~ tlVtaltvt.tKlNla PAGE 16/20 PART H - SLLCTR,ICAL BASS BID _ II QTY a III Iv v ITSl~ L11gIT D]59CRIPTIODi UbiIT PRICB TOTAL 1 General / Bondi / Mobilization, B1 LS complete and in place, per Lump $ (o$I•oo c~ o $-~ ~1 ' sum - - 1 Demolition of Control Panel and 82 LS Fsxisting Feeders, complete and i $ ~4lt.0o $ ~$~•00 n place per lump sum - Rel t oca e Antenna Pole, Antenna, B3 1 LS Coax with New Foundation, complete and in lace p per lump $ 4b~Sob --- $ 4655. o0 sum 1 SCADA RTU Panel and 84 LS Programming, complete and in $~11 oo.oe, $ 31100 •c,o place pez lump sum 1 New AEP Service, Meter Can & B5 Ls Grounding, complete and in $ -IS2•°e $ ~152•caea l p ace per lump sum Pu C mp ontrol Panel for (2) 5HP B6 I LS ~mPs & J-Box Connections, complete and in place per lump $ ZSo°'°s $ ZSoo•oo sum 1 Manual Txansfer Switch with J- B~ LS Box Connections, complete and i $~.oo $_(oq oo•a o n place per lump sum B8 ~. EA Wooden Support Rack for Panel, complete and in place er ea h $ ~$g' 00 $ ~ 81 $• 00 p c 1 Mount Control Panel to New Rack B9 LS & Connect Service, complete and $184ooo•ae $ l9gopo•ap in place per lump sum S10 80 ~~" Pve conduit complete and in 3 zF place per linear feet $ •°0 $ 7 40.00 , B11 10o LF Z„ PvC Conduit, complete and in ~~lace per linear feet $ ~ • ~ $ 1 1 by . op #i4 200 THWN Copper. Conductor, B12 LF =omplete and in place per $ ~.~10 ~ • 00 $ i ineaz feet -- ~~12 loo THWN Copper Conductor, 813 LF ~vmplete and in place per $ 0.60 $ (op, p~ linear feet Revised Proposal Form ~' 1 Page 6 of ~.o ~'1'rl' ~Z re-~ 6 0! 10 --~ ~~. ~~~~ ~...,~ OLOJOVL ti~ulivttKtrvu rHUt Trite PART H - BLSCTRICAL H~A88 HID (Coat.) I II IIa Iv v 41'X ~ UNIT _~ LniTIT D$SCRIPTION PAICL TOTAL 100 #10 THWN Copper Conductor, B14 LF complete and in place per $ O•l0 $ 70 • o 0 linear feet #8 100 THWN copper Conductor, s15 ~ LF complete and in place per $ 1.4p $ l~,p. pp linear feet 300 #4 THWN Copper Conductor, t,~ 816 LF complete and in lace p per $ S_ t'380•oC linear feet B17 loo LF Underground Trench, complete and i ~~ ~~ $ ` ' ' $ ~ ~~ °~ n place per linear feet -~- ' - ° ' 1 Flood light and wooden Pole, Blg Ls cumplete and in place per lump $ (o14Z.oe $ (o~gZ.ob s Z Portable Generator Mounted on B19 ~ Trailer, complete and in place $~5~oo•c.s $ SS Sbo•o~ er each ~ 1 HMI Graphics Modifications, B2o Ls eumplete and in place per lump $A~26.O~ $ •4 Z(o.oo Miscellaneous Electrical 821 1 LS (Conduit, Fittings and Hardware) , complete and in $~ $ 3(~3~•~O lace er lum sum B22 1 Ls O&M Manuals, complete and in place pez~ lum sum $ $6?• ~ S J~67. 6a p __ B23 1 LS Testing and Checkout, complete and in place per lum sum $ S6?-; ~ $ 5L7• ~~ p -. 1UBTOTAL PART 8 - ELSGTRICAL BASE SID: $ 313 ~og3.O~ (bid Items 81-823) BID 3UfS~iRY SUBTOTAL P7~RT A - CIVIL BASE SID: $ 8~ (p q.~~ (Sid Items Al-A36} :1LrHTOTAL PART H - sLBCTRICAL BASE BID : $ 3~ 3 X53 • Cho (Bid Items B1-B23) TOTAL 8ASS SID (PARTS A ie H) : $ ~5~~,• OO (Bid Items AI-A36 and B1-B23) Revised Proposal Fozn+ ~' i sage ~ o! in 71'1"1'110 ~Z psQs 7 0! 10 iV/ LJ/ LVVJ 1V. '.1 VLVJVVG LI~V II~LLI\1/.v I .".VL 1VI LV 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 hi$ bid or bids, that he agrees to do the work, and that no representations made by the City axe in any sense a warranty but are mere estimates for the guidance of the Contractor, U on notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Hond (as required) for the faithful performance of this contract and a I~~ayment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amaunt of 5$ of the highest amount bid, is to become the property of the City of Corp•~s Christi in the event the contract and bonds are not executed within ~he time above set forth as liquidated damages for the delay and additi<.~nal work caused thereby. Dii~otorit::y/D[iaority easiness 8aterpriee Participation: The apparent lvw bidder shall, within five days of receipt of bids, submit to the City Engi:zeer, in writing, the names and addresses of MHE firms participating in the contract and a description of the work to be performed and itta dollar value for bid evaluation purpose. Number of sig:ped Bets of Documents: The Contract and all bonds will be Prepared in not less than four counterpart (original signed) sets. Time o: Completion: The undersigned agrees to complete the work within _1;~0 calendar days from the date designated by a work Order. The undersigned further declares that he will provide all necessary tools and appparatus, do alI 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 th~••: requirements pertaining thereto, for the sum or sums above set forth. Receipt: of the following addenda is acknowledged (addenda number): _~1 Respeet4fully submitted: Name : V ~10- r . ~o. L, By: ~..e (SEAL - YF BIDDEF~. IS !a= f a Carporatior.~.) C~oOag Address: (P.O. Bvx) (Street) / C~ ~~ ~S4 ~ob (City) (State) (Zip) Telephone: arc\-g,~Z 8~j~ era: no not detach bi.d :rom other papers. (RCViAed Augu~et aooo) Fill in with ink aid submit complete with, attached papers. J1aD191WK IOO. 1 Revised Proposal Form ~TlT #Z Page B of SO PwO~ 8 0! AO P E R F O R M A N C E B O N D STATE OF TERAS § COUNTY OF NUECES § BOND # TXC 84902 K[+?OW ALL BY THESE PRESENTS THAT Jhabores Construction Co., Inc. of NUECES County, Texas, hereinafter called "Principal", and MERCHANT BONDING COMPANY (MUTUAL) , a corporation organized under the laws of the State of IOWA , 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 NINETY-FIVE THOUSAND, THREE HUNDRED SEVENTEEN AND NO/100($895,317.00) 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 SIICH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 17TH of NOVMEBER , 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: KENNEDY CAUSEWAY LIFT STATION REPLACEMENT PROJECT NO. 7237 (TOTAL BASE BID PARTS A ~ B: $895,317.00) NOW, 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 20TH day of NOVEMBER , 2009 PRINCIPAL C01 INC. By: (Print Name & Title ~~ ATTEST (Print Name & Title)' SURETY MERCHANTS BONDING COMPANY (MUTUAL) By:~ r`"/~ Attorney-in-fact AMYSHUMATE (Print Name) Agency: Contact Person: Address: Phone Number: SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.O. BOX 870 CORPUS CHRISITI TX 78403 361-883-1711 {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 STATE OF TEXAS § Bond # TXC 84902 COUNTY OF NUECES § RNOW ALL BY THESE PRESENTS: THAT Jhabores Construction Ca., Inc. of NUECES County, Texas, hereinafter called "Principal", and MERCHANT BONDING COMPANY (MUTUAL) , a corporation organized under the laws of the State of IOWA , 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 NINETY-FIVE THOUSAND, THREE HUNDRED SEVENTEEN AND NO/100($895,317.00) 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 17T8 day NOVE.t~ER 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: KENNEDY CAUSEWAY LIFT STATION REPLACEMENT PROJECT NO. 7237 (TOTAL BASE BID PARTS A ~ B: $895,317.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications., drawings, etc., accompanying the same shall in anywise affect its obligation on this bond., and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, 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 20TH day of NOVEMBER , 20 09 PRINCIPAL ATTEST Print Name & Title) SURETY MERCHANTS BONDING COMPANY (MUTUAL) By: Attorney-in-fact AMYSHUMATE {print Name) Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORE Address : P. O. BOX 870 CORPUS CHRISTI, TX 78403 Phone Number: 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3108) Payment Bond Page 2 of 2 Dec 01 09 04:,~p Jhabores Construction 3615527979 'p.2 ` ~R°`~ CERTIFICATE OF LIABILITY INSURANCE OP ID ~~, DATe(xlWppryYY rR0o11CFA JAACOCl ial01/o~ TNIS CERTIFICATE 1$ ISSUED AS A MATTER OF INFORMATION Swaatasr ie Gardari Ins Agy~,r-CC ONLY AND CONFERS NO RIGHTS UI?ON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOE$ NOT AMEND EXTEND OR 90 HGx 87 0 , ALTER THE COVERAGE AFFORDED 8Y T'HE IPOLlCIeS BELOW Corpus C2uisti Tx 78403-0$70 . 1PhGne; 361-883-171.1 !rout; 361~84d-OlOx INSURERS AFFORDING COVERAGE NAIC N INSURK.D ..._.__ -~_._..... ..,..,... _~._, INSLIHFip A Trinity LlOy+lis Zest Co _ dl~$a Jhabaras CaxiRtsuetioa Co . t I:ic ~ wguRER D: TravlsieXs >'zo~ Cas Zll[e Co _ M 3 6161 _ RIaCk Ely~dro Sxeava~tion, LLI: P 0 gox 60Q$9 In=1UFiF.RC: rra..].r. Yee~sey Cy oe car . _..~ ..... _._._ ..... a568Z C .-.., INSIJREA D ot~Itlp sti TS 78466 . w..r wefcw Yswr.re. ~Y 21296 COVERAGES TIIk I'UUGIFS OF INSURANCE u61F0 NI:LOVY HAVE DEEN ISSUED I O THE INSURED NAMED aFl(wt F'OR TNC POLICY PER1017 INDICATED NOTWITHBTANDINp . nNV HFOUIt1EM[NT, TCRMQR CONDITId~I OF ANYCONTRACTOR OTHER OOCUMEM' w ITN HE9PCCT TO W HiCN THIt: CEnTFICATE MAY x1-. LSSUFO OR ' MaY PCRTAIN, 1 H5 eNgUHANCE AFFORDED Fly TIiE. POUCIE9 DC:rCRIDED HEHF iN IS BUB,~LCT TO ALL 7HE 1'F'HMS. [kCIUSIONS AND GONOITION9 Oi' SUCH ' I OLICICg. ADGRGpAYE I.IMIT931/0WN MAY NAVE HFEN riEDUCED DY PAIDGt.aM9 I,TR NSR Tree QF INSUR E POLICY NUMBER ~,~ DATE MMIObfYYlrl~i pp~-- ~-"-"-~- I ~. ,•~~ UMfrB ^--~ ~~~. 4ENERALLIA!llLttY EACIiCCCURRCNCC 5 ~,~ OQQ y QQO A X COMMERGIa CiENFHALLIASIUTY CO$577N'9S8 ._ ~~ CLA1Ma LIItDF ~~ DCCUR oaro6Ja9 08/05/10 Ip•HrMISES Eee[curerrcn E~300,000 ~- . I / MED EXP IMY me Person) i 5 r OOO ~.._.. _. _A[RSONAL6AOYIWVgv S 1,000,000 GENtHAIAG,GREGATL' Sa~OOO,OOO UFMLAOGRCGATELLLIISAPP[~gP[R:, NN4 PRf~DUCiB-COMPIOPAGG . __ ia,000r000 PGI~v $ JECT I.OC _... ... AOR• _ --- 1, OOOy OOO AUT OIigaILE LUIDILnY H X ANY AUTO 871$571N991 08!06/09 08!06/10 Eoagp~nll INOLE LIMIT g 1, OOO, OOO ALL owr.~D AuTVS / . -.--_ SCNEDULE.O AUTOS+ e~ p001LY INJURY (t+ar ps/soa} S X HIHEDAUTOS "' °°-- "IC ~ ruON•OW NED AtiTnS - - &DDILY MUURY ..... - (POr sa>;tlMU S GMAGL LIABILiTv ANY AUTD EXCESSlUMDRELLAI,IABILRT ~! C I X cx:cuR ~ CLwMS tiwDE CiTF54638813 DCDUCTIULE X RF.TENTiON 510, 0 WORKERSCOMPE A N AND EMPLOYERS' LIA80.rtY C OfF'ICER/MEMDERCXC4UU Oy~CUTiV~ t1885?9Di8a3 (M.ndupry In NH) sy~s ascalM w~tler 9I'CCULL PROwSioMS beta. PROPERTY DAMAGE S IPPr BOCItla1t) AUTD ONLY - FA ACSriPFNT S OTHER THAN CA ACC S AUTO OIV[v: ~~.;" 'f EACNOCCURRENCE 5,000,000 0$JG6/09 08/06/10 Aac~RtonTE _ s5,000,p00 e/ s -- a OBr06/09 0$/06/10 C.L. EACHACCiDI:JVr s 1,000,000__ k~[, D18EASC EAEMPLOrEk 3 ly OOO~ OOO _ C.L 41SEAAF'. F+OLICY LIMIT S ~, y OOO, OOO A I>nota].lattlo~ Fltr / M717C7151DIt0ola8Za 1ZrOX/09 08/06!10 Per Lvc $ 895.000 Tra>q,ISit ~ $ 50,000 ~9CRIPTlON OP OPERATIONS! LOCATIONS / VEHICLS;81 EXCLUSIONS ADDED eY ENDORSEMENT! SPECIAL PgpyIgIONS , Projects Keened, Caluseway Litt stat:ioa Replacdmeat[t J Project No: 7~3? 1'!se City of Coltyus Christi !.s z>t~ed as ~-dditioaal Insttx/ad +~ all Ge>aOr#1 Lxr;bility aad alZ Hato Liability policies. CERTIFICATE MOLDER rwwrr ~ .~r,.,.. 9HOUL0 ANY OF TN! ABOVE pE9CRI8ED POLICIES oe CANCELLED BEFORE T E EXPIRATIOI CYCC-C~ DATE TNlRlOf, THE 199UING INBURlR WILL ENDEAVOR TO MAIL 3O DAYS wR,TTFN NOTICE TO TN! CP,RTIPICATE HOLDER NAMED YO THE LEFT, DUTT FAILURE TO DO 80 SMALL City O~ COIC'jrtas Chridt3, / tIMPp9ENDODIIGATIDNORI,tAgII,RYOpA-ryKINOUPONYHEINSURER.ITSAGENT50R t~I,QlLnaarix><p 8erv4Lces /// ACtn: Caatra[ct 7ldmiaialtlratox~ aEVRCSE111TAtIaQy, P.O. SC}x 9277 ~-T SEMTATIYE Ca uls Christi T]C 78469-9x77 {20p9ro1? B~ 7988 2009 OR ORATION. All rightY rererved. 7fle ACORD name and Ipgp are reglstared merke of ACORD Dec 01 09 04:~~ip ;;habores Construction 3618527979 p.3 lMPQRTANT If the certificate holder is an AppITIQNAL INSURED, the policy(ies) must bo endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATIpN IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of insurance does not constitute a contract between the issuing insurer(s), authorized rQpresentatlve or producer, and the certiilCate holder, nor does it affirmatively or negatively amend, extend oralter the Coverage afforded by the policies listed thereon. D 26 (20091011 Dec 07 09 12:13p 3habores Construction 3618527979 p.2 COMMERCIAL G>/N1r1iAL STABILITY CG 20 1Q 10 O l THIS ENDOIZ5EMENT CktANGES TI•YE POLICY -PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWiVNX+:RS, )LESSr~S OIt CONTRACTORS -SCHEDULED 1€'E12SON OIt ORGANIZATION This endorscnnent modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCI~EDtJLE Name of Person or Organization: City of Corpus Christi / Uepartmcnt of Engineering Services ~/ Attn: Contract Administrator P. O. Box 92?'i Carpus Christi, ~'exas 78469-9277 (If no entry appears above, information renuired to complete this endorscxnent will be shown in the Declaration as applicable to this endorsement.) A. Section Il -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. li. With respect to the insttranec afforded to these additional insureds, the following exclusion is added: 2. Exclusivxxs This insurance does nos apply to "bodily iajury" or property damage" occurring after. (1) Ail work, including materials, parts or cqutprnent fumrshed in connection with such work, on the project (other than service, maintenance or repairs) to be performed by ar on behalf of the additional insureds) at the site of the covered operations has been completed; or (2) That portion of "'your work" out of which the itajury or damage arises leas bec~i put to its intended use by a~ly person or organization other than another contractor. or subcontractor engaged in performing operations for a principal as part of the same pro,~ect CG 20 l0 10 O1 Insured: Jhabores Construction Co., Inc. Effective; 08/06/ V Pat # 4TCn08577N958T1-C09 Randal M. Lcc Authorized Representative Iylanagirsg Partner Title: Dec 03 09 12:OOp Jhabores C.onstruc~ion 3615527979 p.4 /; ADDITIONAL INSURED 'This endorsement modifycs insu>rartcc provided under the following: BUSINESS AUTO COV]EItAGIv 1F0>EtM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM TE 99O1B This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: indorsement Effec[ivc Policv Number U8/U6109 B~18571N99i09CNS Nmned insured ~' / Jhabares Constructipn Co., Inc.. 1! Cauntcrsi~cd by (Authorized Represcntutiv~} The provisions and exclusions that apply to LIABILITY COVBItAGE also apply to this endorsement, Additioinai Insured: City of Corpus Christi beet. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 is an insured, but only with respect to legal responsibility for acts or arnissivns of a person for whom Liability Coverage is afforded under this policy. 'I'hc additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return prcmiurn and any dividend, if applicable, declared by us shall be paid to yau. Yau are authorised to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy, If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy, FORM TE 99 O1B - ADDITIONAL INSURED Texas Standard AutomabileEndorsement Prescribed by March 19,1992 ATTACYIMENT 2 2QF2 i~ec 03 09 12:OCp Jhabores Canstrudion 3818527979 p.3 COMMERCIAX. GENERAL LIABILITY CG 02 OS ()1 96 THIS ENDORSEMENx CkXANG>~S THI~ POLICY -PLEASE READ IT CAREFULLY TEXAS CHANGES -AMENDMENT OF CANCELLATION PRQVISIQNS OR COVERAGE CI'IANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LLtBILITY CQVEItAGE PART L1QUdR LIABILITY COVERAGE PART OWN1rRS AND CONTRACTORS PROTEC7`IVE I.Ir'1.BILITY COVERAGE PART t'O1r[,U'X'ION LCAt3tLITY COVERAGE PART PRODUCTS / COMPLETED OI'~A,TIONS LIABILITY COVERAGE PART RAILROAD PROTECTtvE LIABTLtTX COVERAGE PART In the event of cancellation or material Change that reduces or restricts the insurance afforded by this Cnverage Part, we a8ree to mail prior written notice of eataeellation or m:~terial change to: SCkIEDULE City of Corpus Christi Dept. Of Engineering Services Attn: Cvtatract Administrator F, O. Box 9277 Corpus Christi, TX 7S4e$9-9277 Number of days advance notice: T~ZRTY (30) j Named Insured: dhabores Construction Co., Inc, Policy Number: 4TC08577N958TLC09 Effective Datc of This Endorsement: 08/06/09 Authorized Represe ative; Name (Printed): lt. M. Lee Title (Printed): Managing paztner ATTACHMENT 3 CG0205 (01/y6) I dF ~ Dec 03 09 12:OOp Jhaborss Construction 3818527979 p.5 T)t•; 02 02A CANCELLATIQN PRO'V')<SION OR COVERAGE CHANGE ENDORSEMENT This endorsernettt nnodixies insurance provided under Lhe following: BUSINESS AUTO GUVERAGE FORM GARAGE (:AVERAGE FORM TRUCKERS COVERAGE FORM Tliis endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number 0806/09 BA8571 N99109CN5 Named Ensured ~ / Jhaborc~ Constn~ctian Co., I<nc. Counte~signcd by (Authorized Representative) THIRTY (30}days before this policy is eatzes:led or rrcaterially changod to reduce or restrict coverage we will mail notice oC the cancellation or change to: City of Corpus Christi j Dept. Of Enl;ineering Services ``// Attn: Contract Administrator P. O. Box 9277 Cotpus Christi, TX 78459-927? FORM TE 02 02A - CANCELLATION ~'ROVISION OR COVERAGE CHANGE ENDORSEMENT(' Texas Standard Autoraobilc Endorsement (Ed. Effective 3/9Z} ATTACHMENT 3 20F3 Name (Printed): R. M, L.ee Title (Printed): Mara in Partner Dec 03 09 12:00 Jhabores Construction 3615527979 p.8 WQRI~E)EL5 C4MPF,IVSATION A,ND EiVII'LOXERS LIAIiILiTY INSURANCE l"(?LICX' WC 42 06 px (FD. 7.85) TEXAS NOTICE OF MA't~RIAL CItANGE ENDORS~'.NIENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Pale. In d~c event of cartecllation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The nutnber of days advance notice is shown in the , Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not Warned in the Sehedurle. Schedule 1. Number of days advance notice; 30 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Sen~ices Attn: Contract Adminiitzator P O Box 9277 Corpus Christi, TX 78469-9277 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (Thr information below is rc`,quired only wl~ett this endoriemcnt.iti issued subsequent to preparation of the policy.) ; Endorsement Effective: 08/06709 Policy No, 4TEUB8579N82909 Endorsement No. 1 Insured Jhabores Construction Co., Inc, Insurartcc Compatxy Travelers Indcrnnity Countersigned By: WC 42 05 4l Name (Printed): (Ed. 7'84) Title (Printed): Premium $N!A ~~/ R. M. Lee Mann in Partrtcr ATTA,CI~IVT 3 30F3 Dec 03 09 12:44'p ;Jhabores Canstrudion 3615527979 p.7 GENERAL ENDORSEMENT Name of Person or urbanization insured Jhabores Construction Co.. Inc. Date this endorsement takes effect 12/41/09 Policy Number NIAXAS1M0010824 Natnc of Company issuing this endorsement Endortiement. Number l Policy Period 12101/09-10 Builders Risk / Installatitin Floater Max American Insurance Com an (We will not fill in the above unless we issue this endorseii-ent after we issue your policy) In consideration of no change in premium, add the I'vllowitxg as an t~dditiottal insured: City of Gorpus Christi; Department of Engineering Services Attn: Contract Adrninistrator P O Box 9277 Corpus Christi, TX 78~b9-9277 Should the above described policy be canccied or materially changed before the expiration date thereof, the issuing comptuty will mail 30 drys written notice to the above named. S igtiature: Authorized Agent I{K-CL00 ATTA,CIi11~1~NT 4 lai'1