Loading...
HomeMy WebLinkAboutC2010-214 - 4/27/2010 - Approved2010-214 M2010-091 04/27/10 F O R M S Jhabares Construction Co. S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D O F C O N T R A C T S A N D B O N D S F O R LOOPING ~ OF 1i-iATERLINES TO ELIMINATE DEAD ENDS Prepared By: i~ai~sma.th Engineering Ine. 4501 Gollihar Road Corpus Christi, Texas 78411 Telephone 361/814-9900 Fax 361/814--4401 FOR DEPARTEKENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 36]./$80-3500 ,~,`~~o°a,, 'Fax: 36I/$80-35Q1 ,-'~'(~ OF.~"~,~ ~1 'PRO~CT NO: 8598 :DRAWING NO : yif.TR ~4 0.1 ~* ~ *~o s~ A~~f[1R0 ~ACL~~l,4 ,1~. Cx .: +~~e~ss~~i~~ ~~ ~~~.. 3--0- la NA~SM13'H ENGZNEERZNG, INC. TBP.E FARM REGISTRATION NO. F-000355 (Revised 12/07/06) LOOPING OF WATERLINES TO ELIMINATE DEAD ENDS (Project No. 8598} Table of Contents (REVISED} NOTICE TO BIDDERS (Revised 7/5/04) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/04) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVT320NS 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 7/5/04} A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area. Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials ~~ ~:..,a r.FC;.... (NOT USED) A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification (NOT USED} A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A~-3 = =..,.... =` .=__ ,~,...,... ~ ....., a (NOT USED) A-24 Surety Bonds (NOT USED) (6/1.1/98) A-26 Supplemental Insurance Requirements (NOT VsED) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-3^ 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 A-35 City Water Facilities Special Requirements A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water furnished by the City" Rev . 8 / 0 3 ADDENDUM NO. 1 Page 1 of 4. ATTACHMENTNO.1 Page 1 of 4 A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-3-3-Ce~~-~•~•€•~•ea~~~~--~ee~~e¢-a~~~'irra~ (NDT USED? A-46 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory 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) A-46 Disposal of Highly Chlorinated Water (7/5/00) A-47 Pre-Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00} A-50 Amended Prosecution and Progress A-51 Dewatering A-52 Electrical Submittal of Bids A-53 Bid Evaluation A-54 Video Documentation A-55 Trench Safety A-56 Confined Space Entry Requirements A-57 Pavement Restoration and Project Clean Up A-58 Re-routing of Traffic During Construction A-59 Measurement and Payment of Subsidiary Items of Work A-b4 Restoration of Private Property A-61 Dewateriag/Well Pointing A-62 Access to Private Property A-63 Pipe Trench Seddiag and Backfill A-64 Information on Play and Profile Sheets A-55 Existing Pipe Materials A-b6 Stormwater Pollution Prevention A-b7 Dust Caatro~. A-68 Noise Control and Working Hour Restrictions A-69 Other Accessibilitiy Requirements A-70 Delivery Order Program PART A - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQ'CTIREMBNTS PART S - STANDARD SPECIFICATIONS 021 SITE PREPARATION 021020 Site Clearing & Stripping S5 02].040 Site Grading S6 021080 Removing Old Structures 855 022 EARTHWORK 022020 Excavation & 13ackfill for Utilities & Sewers S9 022022 Trench Safety for Excavations 022040 Street Excavation 810 022100 Select Material 815 022420 Silt Fence 597 023 FOUNDATIONS, BORINGS, PILES & CAISSONS 023020 Jacking, Baring, Tunneling 865 Rev . 8 / 0 3 ADDENDUM NO. 1 Page 2 of 4 AT"1'ACHIVIENTND.1 Page 2 of ~4 025 ROADWAY 0252......SUBGRADES AND BASES 025205 Removing and Replacing Pavement 854 025210 Lime Stabilization 826 025213 Asphalt Stabilized Base S2b 025222 Flexible Base High Strength S24A 0254......ASPEiALTS AND SURFACES 025404 Asphalts, Oils, & Emulsions 829 025412 Prime Coat 830 025428 Hot Mix Asphaltic Concrete Pavement 834 0256......CONCRETE WORT{ 025610 Concrete Curb & Gutter 852 025612 Concrete Sidewalks & Driveways 853 025614 Concrete Curb Ramps 852 0258......TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments 026 UTILITIES 02b2......GENERAL 026201 Waterline Riser Assembly 879 026202 Hydrostatic Testing of Pressure Systems 889 026206 Ductile Iron Pipe & Fittings 581 02b210 PVC Pipe - AWWA C900 & C905 883 0264......WATERLINES 026402 Water Pipe 888 026404 Water Service Lines 887 026409 Tapping Sleeves & Valves 884 026411 Gate Valves for Waterlines 885 026416 Fire Hydrants 886 026 SITE II 028020 028040 028200 028300 028320 4PROVEMENTS & LANDSCAPING Erosion Control by Sending 514 Erosion Control by Sodding S8 Mail Box Relocation Fence Relocation 812 Chain Link Fence 870 030 CONCRETE, GROUT 030020 Portland Cement Concrete 540 032020 Reinforcing Steel 842 (Includes Diagram) 037040 Epoxy Compounds 844 038000 Concrete Structures 541 PART T - TECHNICAL SPECIFICATIONS 009310 Composite Shell Cast-In-Place Tactile Warning Surface Unit Rev . 8 / 03 ADDENDUM NO. I Page 3 of 4 A'T'I'ACITMENT NO. 1 Page 3 of 4 LIST OE' DRASQTNGS - 1. TITLE SHEET 2. GENERAL NOTES 3. GENERAL NOTES AND MISCELLANEOUS DETAILS 4. SUMMARY OF QUANTITIES rJ. PROPOSED SITE PLAN $. SCENARIO ONE T. SCENARIO TWO S. SCENARIO THREE $. SCENARIO FOUR 1~.SCENARIO FIVE 11. SCENARIO ST.X 12.CTTY OF CORPUS CHRISTI - STANDARb DRIVEWAY DETAILS 13. CITY OF CORPUS CHRISTI - STANDARD DRIVEWAY DETAILS 14. CITY OF CORPUS CHRISTI - CURB, GUTTER, AND SIDEWALK DETAILS 1rJ.CITY OF CORPUS CHRISTI - CURB RAMP DETAILS 16. CITY OF CORPUS CHRISTI - - CURB RAMP DETAILS 1T. CITY OF CORPUS CHRISTI - CURB RAMP DETAILS 1S.CITY OF CORPUS CHRISTI - STORM WATER STANDARD DETAILS 1~.CITY OF CORPUS CHRISTI - STORM WATER STANDARD DETAILS 2O. CITY OF CORPUS CHRISTI - WATER STANDARD DETAILS Z1. CITY OF CORPUS CHRISTI - WATER STANDARD DETAILS ZZ.CITY OF CORPUS CHRISTI - WATER STANDARD DETAILS ~3.CTTY OF CORPUS CHRISTI - WATER STANDARD DETAILS 24.CTTY OF CORPUS CHRISTI - WATER STANDARD DETAILS ~r3.CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS ~6.CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS ~7.CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 2S. CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS Z9.CITX OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 30. TRAFFIC CONTROL PLAN 31. TRAFFIC CONTROL ALAN 32. TRAFFIC CONTROL PLAN 33. STORM WATER POLLUTION PREVENTION PLAN NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Rev. 8/03 Pa e 4 of 4 ADDENDUM NO. 1 5 ATTACHII2ENT NO. I Page 4 of 4 NOTICE TO BIDDERS NDTICS TO SIDDSRS Sealed proposals, addressed to the City of Corpus Christi, Texas for: LODPIPiG OF TrIATLR'I~YI+ISS TD EI,IMINATS DEAD ENDS {PROJF~CT NO. 8598) The project consists of looping dead end waterlines throughout the City of Corpus Christi Service Area. The scope of work includes multiple scenarios which may be required far looping an existing waterline. The plans also include options for installing various sizes of, lines, valves, fittings, fire hydrants, service connections, etc. The work also includes trench safety, well pointing, utility adjustments, traffic controls, storm water pollution prevention, and appurtenances in accordance with the plans, specifications, and contract documents. This project is set up as an INDEFINITE DELIVERY INDEFINITE QUAN'T'ITY {IDIQ) contract to be executed through multiple task orders (delivery orders).. The initial contract will be for one base year with a possible one-year extension. The. proposals will be received at the office of the City Secretary until 2:QO P.M. on Wednesday, April 7, 2010 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for ~Tednesday, Maro$ 3]., 2010 at 10:00 A,M. in the Sngiueering Services Department Maia Conference Room, which is located at City Hall, 3rd floor at 1201 Leopard Street, Corpus Christi, Texas. No additional or separate visitations will be conducted by the City. A bid bond in the amount of 5's 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/loo Dollars ($50.00) as a guarantee of their return in good condition. within two weeks of bid date . Documents can be obtained by mail upon receipt of an additional {$10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that-such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the, best interest of the public. /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 r NOTICE.. TO CONTRACTORS - A NOTICE TO CONTRACTORS -- A ~, INSURANCE REQUIREMENTS Revised March 2009 ~- A Certificate of Insurance indicating proof of coverage in the fa~.lowirrg amounts is required: x'YPE OIL TNSIIRANCB MZNIMiJM IN5i7RAl~FCS COVSRACE 30-Day .Notice of Cancellata.ou required on Bodily Iajuxy and Property Damage all certi£iaates P8R OCCIIRRBNCS / 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 AU'T'OMOBILE LIABILITY--OWNED NON-OWNED $1,OOD,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES f+7ITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF' THIS EXHIBIT EMPLOYERS` LIABILITY $500,000 EXCESS LIABILITY $1,000,006 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,400,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^. REQUIRED discharge; to include long-term envixanmental impact for the disposal of X NOT REQUIRET) contaminants BUILDERS'-RISK See Section B-6-ll~and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Sectiozi B-6-11 and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED Page 1 .of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS _ B WORKERS COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER IIO REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §1I0.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a} The following words and #erms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Cade, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to sel£ insure issued by the commission, or a workers' compensation coverage agreement {TWCC-$1, TWCC-82, TWCC-$3, ar TWCC-84j, showing statutory workers' compensation insurance coverage far the person's ar entity's employees (including those subject to a coverage agreement) providing services an a project, for the duration of the project. (2} Building or construction -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-$1, form TWCC-$2, form TWCC-$3, or form TWCC-$4, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project, (G} Duration of the project--includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the pxoject ("subcontractor" in §406.096 of the Act}--With the exception of persons excluded .under subsections (h) and (ij of this section, includes all persons or entities performing alI or part of the services the contractor has undertaken to perform an the project, regardless of whether that person contracted directly with the contractor and regazdless of whether that person has employees. Tlus includes but ~is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity .furnishing persons to perform services on the project. 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. rule 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 a self 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: (l) include in the•bid specifications, aI1 the provisions ofparagraph (7) 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 (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3} obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: ~(A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and -- (B} na Iaer than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the .coverage period ends during the duration of the project; (S) retain certificates of coverage on file for the duration of the project and for three years thereafter; {6} provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and - {7} use the language contained in the following Figure I for bid specifications and contracts, without any additional wards ar changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Gnat. hic Page 3 of 11 (d} A contractor shall: {l) provide coverage for its employees providing. services on a project, for the duration of the praj ect based on proper reporting of classif cation codes and payroll amounts and filing of any coverage agreements; {2) provide a certificate of coverage showing workers' compensation coverage to the govemmental 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 enfity: (A} a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and {B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown an 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 pxoject and for one year thereafter; {6) notify the ,governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed~by the Act or other commission rules. This notice must be printed with a title in at least 3Q point bald 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, Gmnhic __ . (8} contraotualIy require each person with whom it contracts to provide services on a project to: (A) pmvide coverage based on proper reporting of classification codes and payroll amounts and filing of nay coverage agreements for all of its employees providing services on the project, for the duration of the project; ~ ` (B) provide a certificate of coverage to 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 l (D} provide the contractor, prior to the end of the coverage period, a new certif cote of coverage showing extension of coverage, if the coverage period shaven on the current certificate of coverage ends during the duration of the project; (E} obtain from each other person with wham it contracts, and provide to the contractor: (i} a certif Cate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certif cafe 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 certif sates of coverage on file far-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 laaown, of any change that materially affects the provision of coverage of any person providing services on the project; and {H} contractually require each other person with whom it contracts, to perform as required by subpazagraphs (A}-(II) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall; {l} 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 f ling of any coverage agreements; (2} provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage far 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-Insurance Regulation, Providing false or misleading infarmatian may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other..civil actions," (4} provide the person for wham it is providing services on the project, prior to the end of the coverage period-shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certif cafe 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: . i_.... (A) a certif cafe of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certif cafe 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 1 l {5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; _ (7} notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affecfs the provision of coverage ofany person providing services an 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 on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C} include in alI contracts to provide services on the project the language in pazagraph (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 othex 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 certif cafe of coverage showing extension of the coverage period, if the coverage period shown an the current certificate of coverage ends during the duration of the contract; {F} retain all required certificate's of coverage on file far the duration of the project and for one year thereafter; . (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subpazagraph and subparagraphs (A)-{G) of this paragraph, with the certif cote of coverage to be provided to~the person for whomthey-are providing services: {f j If any provision of this rule or its application to any person or circumstance is held invalid, . the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule aze-- declared to be severable. (g) This rule is applicable for building ar 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 onto, on or after September 1,1994, which aze not required by law to b~e advertised for bid. Page G 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 insurance coverage pursuant to Texas Civil Statutes, " Article 6675c, §4(j}. (i} The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406A97(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 sale proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, ar renewed on or after January 1, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 571.5; aFnended to be effective November 6, 1995, 20 TexReg 8609 Page T of 11 T28S i 10.110(d)(7) "REQUIRED WORKERS' COMPENSATION CDYERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440 3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 Tzss i i o. x ~ o~~}~~} Article .Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (IWCC-81, TWCC- 82, TWCG83, ar T'WCC-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 arty such entity, ar employees of arty entity which furnishes persons to provide services on the project. "Services" include, without limitation, 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 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) far 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 project, the contractor must, prior to the end of the coverage period, file a new'certifrcate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on apraject, 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 cert f cafes 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 cert~cate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notes 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 a, f. j`ects the provision of coverage of any person providing services on.the project. LI. The contractor shald 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 verb coverage and report lack of coverage. I. 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 frting of any coverage agreements, .which meets the statutory requirements of Texas Labor Code, . Section 401.01.1(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 cert~cate 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 certif icate of coverage, prior to the other person beginning work on the project; and (b) a new cert ~cate 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 file for the duration of the project and for one year thereafter; (6) nat~ the governmental _eritity in writing by certified mail or personal delivery, .within 10 days after the person knew ar should have known, of any change that materially affects 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 certificate 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 fled with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Page i 0 of 1 I .Insurance Regulation. Providing false or misleading informatfon may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K ?"he contractor's 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. Page 11 of 11 PART A SPECIAL PROVISIONS LOOPING OF WATERLINES TO ELIMINATE DEAD ENDS (PROJECT NO.-8598) SECTION A - SPECIAL PROVISIONS A-1, Time and Place a£ Receivin Pro orals/Pre-Sid Meetin ._ sealed proposals will be received in conformity with the' official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2;00 ' PM on wedueada A ril 7, 2010. 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: BID PROPOSAL - LOOPING pE YJATERLINSS TO SLIDiINATB DEAD SNAS PR0.7ECT NO. 8598 ?+~Y Pra~osals ao_t physically iu possession of the City Secretary's Office at the time and date of bid o coin will be deemed late sad nonres nnsive. Late ra orals will be returned uno erred to the ro aser. The ro Deer is solel res onsible for the del~ai.ve to the Cit Secrets 's Office. Delive of an ra Deal.. b the x Deer, their a eat/re reseatative, U.S. Mail, ar other delive service, to the Cit address or office other than the Cit .secrets 's Office will be deemed aoa- res onaive if not in oasessioa of the City_Secretary's Office prior to the date and time o:E bid opening. A pre-bid meeting will be held on Taedneada March 31, 2010 beginning at 10:00 a.m. The pre-bid meeting will convene at En iaeerin Services Main Conference Room, 3ra Floor, Cit hall, 1201 Le and Street, Co us Christi, Texas , and will include a review of the project scope. All requests for interpretation shall be made in writing to the City or Engineer no later than 24 hours following pre-bid meeting. Inquiries made after this period will not be addressed. No additional or se crate visitations will be conducted b the Cit _ A-•2 pefiniti0II8 axed Abbreviations Section B•-1 of the General Provisions will govern. A-3 Descri tion of Prn'ect The project consists of looping dead end waterlines throughout the City of Corpus Christi Service Area. The scope of work includes multiple scenarios which may be required for looping an existing waterline. The plans also include options for installing various sizes of lines, valves, fittings, fire hydrants,. service connections, etc. The work also includes trench safety, well pointing, utility adjustments, traffic controls, storm water pollution prevention, and appurtenances in accordance with the plans, specifications, and contract documents. This project is set up as an INDEFINITE DELIVERY INDEFINITE QUANTITY.{IDIQ} contract to be executed through multiple task orders (delivexy orders}. The initial contract will be for one base year with a possible one-year extension. A-4 Method pf Award Bids will be evaluated based on the Total Evaluated Base Hid subject to the availability of funds. Section A - SF {Revised 9/18/00} Page 1 0~ z7 The City intends to award the contract to a single contractor within the available project funding. The City reserves the right to reject any or all hide, 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. The contractor is provided with six (fi) hypothetical scenarios and the total of these will be used fox BID EVALUATION PURPOSES ONLY. The actual contract award will be as follows: It is anticipated that the first year of the project will be awarded for approximately $604,444. Individual delivery orders with specific quantities, unit cost, cad durations will be issued from this base award; The contractor proposed unit costs as shown im the base bid section of the proposal, form will be used to determine the actual delivery order final price. The anticipated construction values shown above are based on current. anticipated budget allocations, tha Contractor will have as basis fax a cl.a~.m against the City if the actual amounts are less than the anticipated amounts. IIpon approval of the City engineer and approval by the Council, this contract may be renewable for one year subject to negotiation which, will take into account any change in industry indices. A~a__. Items to be Submitted with. Proposal The following items are required to be submitted with the proposal: ].. 5~ Bid Bond (Must reference Pro 'eat Name as identified is the Proposal) LOOPING OF WAT73RLIN8S TO ELIMINATE DEAD ENDS (PROJECT NO. 8598) (A Cashier's Check, certified check, inoaey order ar bank draft £rom any State ar National Bask will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages To minimize inconvenience to the ,general public and to minimize their exposure to' dangerous conditions, the Contractor wi11 be required to adhere to stringent schedules for construction. Substantial completion for individual work orders shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and verified and approved in writing by the City. The working time for completion of this Project shall be as specified in each Delivery Order to this contract and will typically be based on a production rate of approximately one {1) calendar day per 100 linear feet of waterline installed, three (3) calendar days per 100 linear feet of casing installed, three (3) calendar days per each connection made, one {1) calendar day per each fire hydrant installed, one (1) calendar day per five (5) service coxsx~ections installed, and one (1) calendar day per each, automatic flush valve. installed. Within 24 hours after receipt of written notice to proceed from the Director of Engineering Services or designee ("City Engineer") the Contractor sha~.1 mobilize,• place traffic controls, and commence work within ten (10) calendar days of this notice. Each Delivery Order will include a specific period of performance in Calendar Days. For each calendar day that any work remains incomplete after the time specified in Section A - SP (Revised 9/18/00) Page 2 of 27 -each Delivery Order for completion of the work, or after such time period as extended pursuant to other provisions of this contract, a $SOO.OO per Calendax Day. fee will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of 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 from the monthly pay estimate the amount of estimated liquidated damages due the City: A-7 Workers Compensation Insurance Coverage zf the Contractor's workers'. compensation insurance coverage for its employees working on the Project is terminated or canceled far any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore; for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the ,requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals. working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-$ Faxed Pro asals 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 H-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 an the proposal, failure to acknowledge xeceipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A_-10 Wage Rates (Revised 7/5/04} Labor preference and wage rates for Hen and Bea -H~, hwa Construatioa. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailin Wa a 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 {$50.00) per calendar day, {i or portion thereof, for each laborer, workman, or mechanic employed, if such person section A - SP (Revised 9/18/00 Page 3 of 27 is paid less than the specified rates far 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 an 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 {12) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section 8-1-1, Definition. of Terms, and Section B-7-6, Working Hours.} A-11 Coo esatioa with Public A extcies {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 at 1-80D-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 Naismith Engineering Inc. ARTURO ACi7NA JR., £'.E. 83.4-9900 (537-0495 cell} Traffic Engineer 826-3540 Police Department. 882-1911 Water Aivision 826-1880 (826-3140 after hours) Wastewater Department 826-1818 {826-3].40 after hours) Gas Department 885-6900 (885-6900 after hours) Streets & Solid Waste Services 826-2970 Storm Water Department 826-1881 (826-33.40 after hours) Parks & Recreation 826-3461 AEP AT&T/SBC 299-4833 {693-9444 after hours) Signal/Fiber Optic Locate 881-2513. 826-1946 (1-800-824-4424, 826-1960 after hours} Cablevision 857-5000 {857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3 524) Century Tel 225/23.4-1169 (225/229-3202 af ter hours) KMC (Fiber Optic) 813-1124 (Pager 888-1679) ChoiceCom (Fiber Optic}_ 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 53.2/935-0958 (Mobile) Brooks Fiber Optic (R?AN} 972/753-4355 A-12 MaiateaaACe of 3errraces The Contractor shall take all precautions in protecting existing utilities, both above and below ground. . .. r Tt iS the Contractor.'s sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services 'along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. Seotion A - SP Page 4 of 27 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 na increase in the Contract price. A11 such repairs must conform to the requirements of the company ar agency that owns the utilities. Where existing sewers are encountered and are interfered with (i..e. broken, cut, etc.}, flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. .Sewage or other liquid must not be pumped, bailed or flamed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other Liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments ar relocations of sewer service lines must be provided by the Contractor. A-13 Area Acceas aad Traffic Control. Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience ~o motorists. All weather access must be provided to all residents and businesses at all times during construction: The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of ,inclement weather. The Contractor will be required to schedule his operations so as to cause. minimum adverse impact on the accessibility of adjoining properties. This may include, but is net limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Carpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document ar.e available through the City~s Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. - pa~~e~s~-w~.ll be-m~ ode t-e ~~~~~td~~ :- All casts for traffic control plans, i.e. preparation of plans, approval and permit from the City, and implementation of the plan. on each site for the duration required will be included in the per day items as listed in the Proposal Farm. If the site needs any adjustments in the traffic control sign location, which may be required for safety of traffic-and pedestrians, no additional payment for the implementation and enforcement shall be made to the Contractor. A-14 Coustructioa E i mesh s i11a a and Traakia 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 jab-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, Pio visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-~.5 Sxcavatioa 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 Section A - SP (Revised 9/18/04) Page 5 of 27 must be free of debris, caliche, asphalt, concrete and any other material that detxacts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed _. unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "waterline°; therefore, no direct payment will be made to Contractor: A-16 nispoasl/salvage of Mater~,als Excess excavated material, broken. asphalt, concrete,' broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by: the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. _ A-I.7 Field Office (NOT II5LD) A-18 Schedule aad Se eace of Construction The Contractor shall submit to the City Engineer a work plan based only an calendar days. This plan, must detail the schedule of work and must be submitted to the City Engineer at least three {g) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week, 3. Submittal Dates: Indicate submittal dates required far alI submittals. 4- Re-Submission: Revise and resubmit as required by the City Engineer. 5. ~ P_eriodic U date: Submit Updated Construction Progress Schedule to show actual Progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contracti that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence and in such manner as shall be most conducive to economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Sectiom A-6' "Time of Completion/Liquidated Damageen and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of construction the work done under this Contract~so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. Section A - SP (R9visL@ 9/18/00) Page 5 of 27 C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services, - and street access with other Contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur- during the period of the contract. E. The Contractor shall provide temporary access to residential driveways whenever safely possible. Access to any residential driveway must not be blocked for more than five (5) calendar days (the City Engineer must be notified five calendar days in advance of any driveway closure). F. The Contractor must provide solid waste pickup services whenever access by the normal service is blocked by construction activities {the City Engineer must be notified five calendar days in advance of any solid waste pickup service area disruption}. G. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 A.Ni. or continue after 6:30 P.Ni. without prior approval from the City Engineer. A-~.9 Coastructioa Shaking. The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. en the-dra~aings~a}•1.1- be ~arevided bathe-A, E-ze~nst~ltan-t . The contractor shall furnish all lines, slopes and measurements necessary -for control of the work. e e f th ~ t~ t xp nse o 2 e n ae e~ If, for whatever reason, it is necessary to deviate from proposed line az~d 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 ar Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the ~; paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two {2) personnel far the purpose of assisting the measuring of the completed work. S. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey {R.P.L.S.} licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any .discrepancies shall be noted by the ~ Third Party Surveyor and certify compliance to any regulatory permits. ' SeCti.on A - SP (ltevfsed 9/18/00) Page 7 of 27 Following is the minimum schedule of documentation required: Water: ~ All top of valves box; ~ Valves vaults rim; ~ Casing elevations (top of pipe and flow line) {TXDOT and RR permits). See Special Provisions A-45."AS-Built Dixnamsions sad Drawings" for additional requirements.•- A-20 Testis and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that~any test fails,-that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. `The Contractor must provide all applicable certifications to the City Engineer. A-2~, Project Signs (Not Qsed) A-22 Miaorit /Miziorit Susineas 8n,te rise Partici atioa Polio {Revised to/9s} m 1. Policy It is the policy of the Gity of Corpus Ghrasti that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Carpus Christi in support of Equal Employment Opportunity goals a~zd objectives of the Affirmative Action Policy Statement of the' City dated October, 1989, and any amersdments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation Jay trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, coxporataom, association ar 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. Minorit Business Rate rase: A business enterprise that is owned and controlled by one nr more minority person{s)_ Minority persons include Hlacks, 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 Section A - SP (Revised 9/18/00} Page 6 of 27 enterprise, it must be awned 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 51.0"s of the assets or interest•in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0 or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Min____,ority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0$ of whose assets or interests in the corporate shares are owned by one or more women. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest~of the MBE as a member of the joint venture in the work to be performed by the joint venture. Far 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.O~S interest, shall be deemed equivalent to having minority participation in 25.0 of the work. Minority members of the joint venture dust have either financial, managerial, or. technicalskills in the work to be performed by the joint venture. 3. 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 8uainesB Enterprise {Percent) Participation (Percent) 45~s ~.5~ 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 nr from project to project for the sale purpose o£ meeting the Contractor's percentage is prohibited. Section A - SP {nevi&ed 9/18/00) Page 9 of 27 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 Gity 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 far 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 7Enspection Required {Devised 7/s/Oe) (I~OT ~SBD) - - ---___-- --s-~_..........,.~~,.~a--ter A-24 3ur_- etY 8on[Ys Paragraph two.{z} 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 ar who has an interest in any litigation against the City. All bands must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10~) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10~) of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured by .any reinsurer may not exceed ten percent {10~) of the.reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the 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 $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax 8xem~tion {NOT U5ED) f - Section A - SP (2tevised 9/18/QO) Page x0 of 27 Elie-7~eeetu}t,s ^-~-~e;~ae- I ..w.-, wl.... n.~ 3~T~e~~de-resa .. a. le-e~_r-t~~^_~tc_ tc _ ~r, _ =~-x __... = val. ~~ ---=`= =--~-•^• €~ee=ail-Sale$,~E3~e ie~e, a~~'-~a~ee apgli ea~le to t~•~•s-~re~e~~~- , , A~26_SuP~lemeatal Tasurance Requiremeats For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of .cancellation or material 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 a to: ].. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator I- 2. Address: F.O. Box 9277 Corpus Christi, 'texas 78469-9277. 3. Number of days advance notice: 30 ' The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30} calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30} calendar days after the date the City.Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides ~_; worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-li of the - Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in acCOrdance with Section B- r 5-1~. (a} of the Contract, the Contractor shall.obtain an endorsement to this coverage stating: Sect].oA A - Sp {Revised 4/18/UO? Page ii of 27 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 an account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, wkrich 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 Res ouaib~i.lit for Rama aClaims (NOT USED) A-28 Coasiderations for Contxact Award acid 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 concerningr 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 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which xelate 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 far the claim, and an explanation why the claim has not bean 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' Contractors 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 of recent experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close-out procedures. Section A - SP {Revised 9/18/Op) Page 12 of 27 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 t5) years of recent experience in oversight of projects of a similar size and complexity-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. (Forman cannot act as a superintendent without prior approval a£ 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. 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. k'urther, 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 8-7-13. A-30 Amended "Consideration of Contract" Re iresaeats Under "General Provisions and Requirements for Municipal Construction Contracts' Section B-3-]. Consideration of Contract add the following text: Within five (5) working days fallowing 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 tlie-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 o€ the work and dollar amount for each firm; and' substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MHE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses da not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may, contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. 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 an the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. Section A - 5P (Revised 9/IS/00} Page 13 of 27 In the event that a subcontractor previously listed and approved is sought to be substituted for ar 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. ~4'ith~Ln five (5} days fol~.owing bid opening, submit 3.n letter form, in£or~nation 3deatifying type of entity and state, i.e., Texas (or other state} Corporation or partnership, and naive(s) and Title (s} of individual(s) authorized to execute cantsacta on behalf of said entity. A-31 Amended Polic on Extra Work.aad 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,OOD.Da. The Contractor acknowledges that any change orders in an amount in excess of $25,g00.oQ must also be approved by the City Council. A-32 Amended "Execution of Contract" Re irements Under "General Provisions and Requirements for Municipal Construction Contracts" S- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the 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 sa will vat excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meetin referred to in S ecial Provision A-~.._. A-34 Precedence of Contract ~7ocuments Tn 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 Section A - SP (Revised 9/].8/00) Page I4 of 27 ! 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. Zn the event of a conflict between any of the Standard Spec~;fications with any other referenced specifications, such as the Texas Aepartment 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. lea-35 Cites Water Facilities: Special Requireraeuts , ,..w_- ,~` =~ hie--~~°~: w ~''~~~ aria w~3e- ~ ~ ' ~ ~ '~ 3 -- , E e ~~ 7~ ~ e-F,e~ ~e~ikt-a33~ ...we~ -°,w 2 ~ B. eration of Cit -Owned S i mex-t The Contractor shall not start, operate, or stop any pump, motor, valve, equipraeat, switch, breaker, control, or any other item related to City ~ water facility at nay time. All such items must be operated by an operator or other authorized maintenance employee of the City. Water r Department. ~- C. Protection of Water Quality 'The Gity must deliver water of .drinking quality to its customers at all times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with-the City water Department to protect the quality of the water. I D. Coaforrait with ANSI/NSF Sta~sdard 6~. All materials and equipment used in the repair, reassembly`,. transportation, reinstallation, and inspection of pumps, or any other. items, which could come into contact with potable water, must conform to American National Standards institute/National Sanitation Foundation {ANSI/NSF} Standard 61 as described in the Standard Specifications. ~ Such materials i~.clude all solvents, cleaners, lubricants,. gaskets, ~ thread co mpouads, coatings, 4s hydraulic equipment. These items must not be used unless they aoa£orm with ANBT/NSF Standard 61 and unless such -- items are ~.aspeated on the site by authorized City personnel i~ned3ately prior to use. , The Contractor shall provide the Engineer with copies of written proof of ANSI/NSF Standard 61 approval for all materials which could come into contact with potable water. E. Handlin and Die Deal of Trash ~ Ali trash generated by the Contractor or his employees, agents, or , subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work ~ areas clean at all times and remove all trash daily. Section A - SP {Revised 9/18/00 Page i5 of 27 ,and-#~3#v~dn~-ea~p~eree : a_..~.~ ~: __ G. Contractor sha11 provide telephones €or Contractor personrxel. ~~ -t &y~#~a~r~e-€e~~ent~aete~ use- H, Wor3txng hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. Z. Contractor-must not use any City facility xestrooms. Contractor must provide own sanitary facilities. • r ,_..ti...,~ _~ --_,_L _---- -- -- - - _'.. '.-'' "'Y-~+y-mx ' '_ ' ~_a~en~super~s'seap ge eeeasa}-~2 r r ~s~re-s~aee`i€•}ed er regsire~~~e--s~!__r~~._..~.....~.- ~_ . r €•e~ at--lea:-5~eax~- r r r r . he~e~~~~t~xn~kv~~ ~~e-~3eirT-dd9~3E-~6~ t~i9 ~1~~ e~ Se ~eB~- nt-raate~ s~-s~ee~ - ~raeze~ ~ section A - SP (Revised 9/18/00) Gage 16 of 27 I ~ ti. ~e~~~ed to s~sda the ~rcgr~r+ming-aeee~ed~nd-regairec~-tee .. an-eseample and-•fs--nc~-i~et~des~-te sh9~a-alb--sue the-r~g~~~a~~eet~ ~'he Corrzz•aeter will~r~vide ~ ... F,. Trenchin Re irements All trenching for this project at-ti~ B. N. 8~e-~rens T~7at•er=~'rAatment-~~ shall be performed using a backhoe ar hand-digging depending on the number of existing underground obstructions. No trenching machines shall be allowed on the project. E A-36 Other Submittals 1. Sho Drawin Submittal: The Contractor shall follow-the procedure outlined ~ below when processing Shop Drawing submittals: a, quantity: Contractor "shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles; In addition to the required copies, the Contractor shall also submit one (1y reproducible transparency far all shop drawings. c. Submittal Transmittal Forms: Contractor sha11 use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal. form. Resubmittals must have the original. submittal. number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor nr 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 GOI1BtruCt].pn 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 ail s~xbmittai forms. ~ 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 f promptly .report, thru Contractor, any inability to ,comply with jl provisions. Section A - SP (Revised 9/18/00} Page 17 of 27 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 Re air Re ort 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 e i ment will not be a roved for use on the project. A-37 Ameaded "Arran emer~t and Char a far water Furnished b the Cit " Under "General Provisions and Requirements for Municipal Construction Contracts", 8-6--15 Arran ement end Char a for Water Furnished b the Cit add the following: °The Contractor must comply with the City of Corpus Christi's Water Conservation and I]rought Contingency Flan 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 C easation Covers a €or Buildin or Construction Pro ect.s for Goverameat Entities The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occu sac and Final Acce tame {NOT IISSD) A-~40 Amendment to Section B-8-B: Partial. Estimates General Provisions and Requirements far Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to-the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for' the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, eaccept for repairs. The City Engineer will zzotify Contractor about ozone alert. ~€-a-dP~ay--sue~a~s ~h~s }s es~geri,eeeed,..~~ie-~ 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 jabs. A-43 Amehded Iademnif~.cation & Hold xarmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-27. Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: Section A - SP (Revised 9/i8/4Q} Page 18 of 27 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 ail damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor., supplier, materialman, or their officials, employees, agents, .or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. - The contractor shall hold the City, its officials, employees, attorneys, and agentsharmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Charge Orders Should a change orders} be required by the engineer, Contractor sha11 furnish the engineer a complete breakdown as to all prices charged for work of-the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-built Dimensiorss and Drawa.z~gs (7/5/00? (a) The Contractor sha11 employ the services nf.a Texas ,Registered Pub],ic Land Sux~reyor (RPLS) throughout the construction period to survey the as- built horizontal and vertical locations of all ..valves, fittings, hydrants, road/ditch crossings, etc. installed during the construction period. At the completion of the construction but prior to final payment the Contractor shall provide the Engineer with RPLS sealed drawings and an electronic survey point file of the as-built construction. The horizontal and vertical datum used for the survey shall be the same as the Project datum. The horizontal and vertical locations of all below grade construction must be surveyed and recorded prior to trench backfill. Payment for this work sha11 be considered subsidiary to other bid items. {b) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (c) Upon completion of each facility, the Contractor shall furnish the City with one set of. project drawings and specifications, marked with red pencil, showing all deviations from the original plans, including any substitutions for the materials originally specified. Any deviations from the original plans or substitutions far the saterials specified require prior approval from the Engineer. A-46 Disposal of Yiighly Chlorinated water (~/s/o0) The Contractor shall be responsible far the disposal, of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high ~.evels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It wilk be the Contractor's responsibility to compljr with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There -shall be no separate pay:. for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. Section A - sP (Revised 9/].8/06) Page 1.9 of 27 A-47 Pre-Coustructiaa Ex~al,oratory $xcavatioas {7/5/DO} Prior to any construction whatever an the project, Contractor-shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (YO+) ~of proposed pipelines of the praject,Contractor shall excavate and expose said exiting pipelines at a maximum of 30p-feet O.C, and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 304-feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of. the top of existing pipelines. Contractor shall perform no construction work oaf, the project until all exploratory eaccavatioaa have base made is their entirety, the resu].ta thereof reported to the 8ngiaesr sad until Contractor receives 8ngiaeer's approval o£ report. Exploratory excavations shall be considered subsidiary to the utility cost. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay} for exploratory excavations. A-4$ Overhead Electrical Wires (7/5/00} Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the constriction.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 ar 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 "]l3ainteaance Guaraat " {s/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", S- 8-11_Maintenance Guaranty, add the €ollowing; "The Contractor's guarantee is a separate, additional remedy available to benefit the City o€ Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Carpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 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 Section A - SP (Revised 9/iB/DO) Page 20 of 27 and the City requests remobilization at a late date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. A-51 Dewaterir~,g This item is considered subsidiary to the appropriate-bid items or shall be measured by the linear feet of trench as described in Section A-4 where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flaw is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flaw is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berms) prior to entering the storm water system. Sheet flaw and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private properly without permission. It is the intent that Contractor discharge groundwater primarily iato the existiag storm. water system, provided that the quality of groundwater is equal to or better than the receiving stream. Testing of 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 Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to sanitary sewer or wastewater plant, the casts for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark~Shell 857-1817 to obtain~a "iio cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required.-The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after Completion, allow to sit over night, record water level again, pump hale or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A-52 Electronic 3ubrnittal of Bids The following paragraph modifies Section B-2-7 "Preparation of Proposal", of the Part B - General Provisions and Requirements for Municipal Construction Contracts. The bidder has the option of submitting a computer-generated print-out, in lieu o£ the Proposal Form (Pages 1 through.~.6, inclusive). The print-out shall list all bid items contained on the Proposal Form (Pages 3 through. l3, inclusive?. The print-out shall be substantially in the dorm attached on the following page to these Special Conditions (Attachment No. Z). If the bidder chooses to submit a print-out, the print-out shall be accompanied by properly completed Proposal Form pages 1, 2, 14, 15,-and 16. In addition, the print-out proposal shall contain the fallowing statement and signature, after the last bid item: "(Bidder) herewith certifies that the unit prices shown on this print-nut for bid items (including any additive or deductive alternates) .contained an the Proposal Farm are the unit prices intended and that its bid will be tabulated using these unit prices and no. other information from this print-out. (Bidder) acknowledges and ~.- agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit ~ bid price (Column IV) shown on this print-out by the respective estimated quantities i shown on the Proposal Form (Column II) and then totaling the extended amounts. SeC~].On A - SP {Revzsed 9/18/00} Page 21 of 27 (Signature? {Title} (Date) A-53 Bid Evaluatiaa Bid evaluation will be based on the six hypothetical delivery order scenarios that make up the total. evaluated base hid. The sample delivery Orders {Drawing Sheets S through Z1) with accompanying Pricing Assessment are to be filled in by the prospective bidders using base bid unit prices as outlined in the proposal. The total cost of this Delivery Order Example with Pricing Assessment will determine the successful bidder(s), The cumulative total of all bid prices far all items contained in the contract will be considered as the Total."Evaluated" Base Bid for the contract. The actual award{s} will be as indicated in the Special Provisions A- 4 with the indefinite xiu~3aer of delivery and indefinite quantities issued under the Contract. A-54 Video Documentation As part of the project requir-ements, the Contractor shall perform televised inspections of the entire length of any improvements to any wastewater treatment lines for evaluation after rehabilitation work/construction contract is complete. All inspections shall be recorded in color, adequately lighted, an Digital video Disk {DVD}. .The specific findings and observations made during the video recording shall be documented on, the DvD by audio narration tied to the continuous footage documentation partrayed~on the screen. Specific requirements for the an-screen labeling during each line segment inspection set-up, video file labeling, and hard-copy Inspection Report foxmat are addressed in Attachment Y. The original and one .copy of each inspection video shall be forwarded to the Engineer for his and the City Wastewater Department concurrent review for approval, as each ins ection video is com feted. If the quality of the DVD's does not meet with the Engineer's/City's .approval, the Contractor shall repeat the video documenting process, at no increase in .contrast price, until the video i.s acceptable. Approved DvD's will not be returned to the Contractor. The Contractor shall also make and retain one direct copy of the original DVD recording of the results of the inspection. At the time of contract final inspection, the Contractor is to furnish the, City Wastewater Department the post- rehabilitation DVD's in an organized manner, properly labeled, and in a suitable three ring binder, the cost of which is included in the applicable-bid item in the proposal. The work and materials will be considered subsidiary to other items in the proposal. No separate payments will be made for the televising unless specificalljr listed in the bid proposal. A-55 Treaach safet If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements far trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid~for the item "Trench Safety" as shown in the proposal forms. A-55 Coafined space Satrv Racruirements~ Contractor will be required to comply with all OSHA regulations and guidelines as pertaining to identification and classification of confined spaces, and associated Section A = SP {Revised 3/7.6/00) Page 22 of 27 requirements for entry into these areas including compliance with DSHA Regulation (Standard 29 CFR} Permit Repaired Confined Spaces 1910.146. All personnel entering confined spaces shall be properly trained and certified. At any time, upon demand, the Contractor shall supply the Engineer with this certification information of any/all personnel who are doing confined space entry work. A-57 Pavement Restoration aad Pro'ect Clean II It is the intent of the plans and specifications that any and all areas within the limits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to construction. -Where asphaltic pavements are excavated or damaged, for Point Repairs, or Rehabilitation of Manholes, the replacement pavement shall as a minimum conform to the pavement restoration detail shown on the plans {refer to "Trench Backfill and Pavement Repair for Wastewater Lines" Detail for all pavement restoration}, xf the excavated or damaged pavement section exceeds these requirements, they shall be replaced with the same types and thicknesses of materials as the existing pavement. The Contractor is further advised that some pavements in the Flour Bluff portion of the Gity may have been constructed using a sand/cement base material, using the native sand, with an asphalt or multiple surface course treatments for the wearing surface. The reconstruction of these pavements shall be "in kind" with regard to the type and thickness of materials. For estimating and reconstruction purposes, any. street where sand/cement base exists, the same thickness will be required using native sand with twelve percent (12~} cement by weight. Where concrete pavements, sidewalks, curbs, etc., are excavated or damaged, the replacement shall as a minimum conform with the City standard details and standard specifications which are included as part of this Contract. If the excavated or damaged concrete section exceeds these requirements, they shall be xeplaced with. the same thickness of concrete and amount of reinforcing. steel as the existing structure(s). Restoration of -all improvements as described above shall be made within 5 working days of the completion of the manhole replacement, rehabilitation or gravity collection line replacement; and shall be in accordance with applicable City Standard Specifications, as determined by the Engineer. All lawns ar other grassed areas, concrete or asphalt driveway, vegetation area disturbed by construction operations for the items mentioned above sha11 be restored to its original condition unless directed otherwise by the Engineer. The Contractor .may be required to perform'"clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer. -Upon completion of construction, the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer. All project clean I" up sha11 be considered subsidiary to the various bid items. I All costs associated with pavement restoration shall be included in the amount bid ' far the item "Cut & Restore Pavement" as shown in the proposal forms. A-58 Re-routiz~ of Traffic duxia Coastruct3on The Traffic Control Plan for the work is included in the drawings for typical app3.ications. Should the Contractor desire to deviate from the plan, it is the responsibility of the Contractor to provide Traffic Control Plan to the City Traffic ~. Engineer for approval. The plans should be submitted for approval two weeks in advance prior to its implementation. The Traffic Control Plan submittals should be an the standard 22" x 34" plan sheets and should be readable, legible, clean, proportionate and if possible to scale.; and shall meet the City of Corpus Christi's l "Uniform Barricading Standards and Practices" for the City roads, and the requirements of the Texas Department of Transportation {TxDDT) for roads. under the jurisdiction of the TxDOT. Any additional cost incurred due to preparation of a revised Traffic Control Plan shall be the Contractor's responsibility. No t additional payment wi11 be made. The Contractor shall secure the necessary permit from the City's Traffic.,Department. Any cost associated with the implementation of the traffic control plan shall be included in the amount bid for the item "Signing and Traffic Control" as shown in the proposal forms. Additional in:forma~ion S@Ction A - SP {Revised 9/18/p0) Page 23 of 27 regarding approved traffic control devices and signing is available on TX}]OT's website (http://www.txdot.gov/publications/traffie.htm), as noted on Sheet 26 of 39 A-59 Meaauremeat and Pa eat at Svhsidia~~~ Items of Work ~~~ FJnless specifically included in the Proposal, the measurement and payment requirements indicated in the individual standard specifications for any work do not apply, and the cost of this item of work shall be included in the cost of the item of work to which it is subsidiary, A-6i} Restoration of Private Pro ert Many of the water lines that are to be improved are located within easements on private property. Also, the possibility exists that repairs may also occur within easements an private property. The Contractor shall confine his work to the easement area and will be required to restore any disturbed area to a condition equal to, or better than, existed prior to his construction. Restoration may include, but is not limited to: 1. Re-sodding existing lawns 2. Removing and replacing fences 3. Pruning damaged trees or shrubs Yn the event that a property owner has some type of structure {i.e. storage shed, playground equipment, etc.} within the required work area, the Contractor shall. coordinate with the property owner and a City representative for the removal or relocation of these items. Bid items have been included for sodding, tree. removal, and for fence removal and replacement. The removal of any tree, as lasted as a bid item, sha11 be limited to a tree trunk diameter of 4" or greater. If the tree is less than 4" it sha11 be considered pruning and a subsidiary item. The removal of any type of structure can involve a wide variety of workv The Contractor, along with the City representative, shall examine each situation on a case-by-case basis and, with the owner's input, determine the best course of action and the appropr~.ate cost to each party involved. A-61 Dewatering / We11 Pointing Because of the wide area covered by this project, no soils investigations or groundwater table levels were determined. Therefore, it is unknown if groundwater will, or will not, play a role in any required excavations for point repairs. Storm water ,that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction anal flow is.pumped to a location. that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berms} prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and ar settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the iateat that the Contractor discharge groundwater primarily a.ato the existing storm-water system, prava.ded that the quality of groundwater is equal to or better than the receiving stream, the 4sa Bay. Testing of groundwater quality is to be performed by the Ca.ty, at the City's coat, prior to commencing discharge and sha11 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, Tests 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 and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations. shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer Qn a case-by-case basis. Prior to pumping groundwater from the trench to the sanitary sewer system, the Contractor shall contact Mark Shell 857-181.7 to obtain a "no-costa permit from the Section A - SP tRevised 9/18/00) Page 24 0€ 27 City Wastewater Dept. The City will pay for any water quality testing ar water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench, recording the water level shortly after Completion, allowing to sit aver night, ~- ` recording the water level again, pumping the hole or trench dry to a holding tank or vacuum truck, then recording how long it takes to fill to the original level and overnight level. ' Dewatering shall be paid for if well pointing is required. A11 costs associated with Well Pointing shall be included in the amount bid for the item "Well Pointing" as shown in the proposal forms. A11 other forms of dewatering needed to keep the excavation dry, as approved by the Engineer, shall include all costs to provide a f dry foundation for the proposed improvements and shall be considered subsidiary to the various other bid items in the contract. In-any event,. the Contractor shall be required to take whatever steps are necessary to provide a stable trench bottom far the installation of any structures or pipes. A-62 Access to Private Property As previously stated, some of the work may require access to easements through private property. In most cases, the private property is single-family residential lots that are developped. The Contractor shalt coordinate a13~ access with the property owner and will work closel~r with the owner and a City representative for all construction operations. The Contractor shall be required to video record the•conditions that exist on the property with a City representative present. prior to performing any construction operations. If, in the course of work, it is necessary to temporarily remove any fences, the Contractor shall provide temporary fencing so that the property owner's property is secure at all times. A-63 Pi a Trench Beddin and Backfill The Sanitar3r Sewer Standard Details indicate *(asterisks} for project specific requirements. For this project the requirements are: 1. Bottom of Trench Above Groundwater Table a. Bedding - Depth Over l0' - Crushed Stone Depth Under 10•.- Sand b. Backfill - Paved Areas - Cement Stabilized Sand Unpaved Areas- Clean Excavated Material 2. Bottom of Trench Below Groundwater Table a. Bedding - All Depths - Crushed Stone on a stabilized trench bottom . b. Backfill - Same as above. The type and depths of crushed stone bedding shall be specified on the Standard Detail Sheets. A-64 Iaformation an Plan aad Profile Sheets The subsequent Delivery Orders of this ID/IQ contract will contain plan and profile sheets which will show as much information as is currently available. The amount of -; information available varies on each line to be rehabilitated. It is the Contractor's responsibility to verify the information shown and to conduct his/her own investigations as to the accuracy/completeness of the information provided. A-65 Brisling Pipe Materials The existing pipe materials are predominately Asbestos Cement Pipe (ACP). However, -~it can be anticipated that other types of pipe materials (Ductile or Cast Iron or PVC} will be present within the systems. The subsequent Delivery Orders of this ID/TQ contract will contain plan and profile sheets which will show known locations ,~ where pipe material is known, but there may be other existing locations where pipe material is unknown. It can also be anticipated that pipe sizes will change somewhere in a system other than at a.manhole. Section A - SP (Revised 9/8/60) Page 25 of 27 It shall also be the Contractor's responsibility to verify all pipe sizes. '~ A-56 Stormwater Pollution Prevention Due to the type and location o€ this project, stormwater pollution prevention is critical, and improper implementation can have a negative impact on the adjoining street and private property. Strict compliance to all storm water pollution prevention items shown on the plans shall be enforced. All costs associated with meeting storm water pollution prevention requirements shall be included in the amount bid far the items "Erosion Control - Block Sodding", "Erosion Control - Spot Sodding", "Erosion Control - Silt Fence and/or Silt Barrier", and "Construction Exit". In addition, if during the course of the project other minor storm water pollution prevention items are required to limit or control soil erosion or transport of soil, then the Contractor shall implement these measures at no increase in the contract price. A-57 Dust Goatrol The Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When necessary, dusty materials in piles or in transit shall be covered to prevent blowing dust, frem dust. Monthly payment will be withheld if this prevision is net followed. A-68 Noise Control and Nlorkiu Hour Restrictions 'The Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be. equipped with practical sound-muffling devices, and operated in a manner to cause the least amount of noise consistent with efficient performances of the Work. Decibel levels are not to exceed one hundred (100) decibels. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 a.m. or continue after &:30 p.m. on weekdays, and shall not commence before 8:p0 a.m. or continue after 5:00 p.m. on Saturday without prior approval from the Engineer. A-69 Other Accessibility Recruiremeats The Contractor shall provide assistance and is required to ensure that disruption of community services to residents (i.e. US Postal Service, RTA Gare 8, Meals on Wheels, Emergency Services, etc.) does~not occur during construction.- Requisite assistance and/or coordination during construction is considered subsidiary to the work. A-70 Relive Order Pro ram The contractor is provided hypothetical scenarios to establish the unit cost cad application. These scenarios will be the basis for each'of the Base Bids and will be used for EVALUATION PIIR,POSES ONLY. The actual contract award will be as follows: 1. Ease Bid will be awarded for aQproximately $500,000 based oa available funds, Iada.vidual delivery orders with specific quantities, unit cost, cad duxatiaas will be a~ssued from this base award; The contractor Proposed unit cast will be used to determine the actual delivery order final Brice. IIpon approval of the City Engineer and notice to Council, this contract may be renewable for one year with economic adjustments which take into account amy change in construction costs Section A - SP (Revised 9/ZB/00) Page 26 of 27 3IIBMITTAL TRANSMITTAL FORM PROJECT: LOOPING OF WATERLIN'73S TO ELIMINAT$ DSAD ENDS (PROJI3CR' N0. 8598) d~R: CITY OF CORPUS CHRISTI ffi+iGINEER/ARCHITECT : Naa.Bmith Exsgineering Imc . CONTitACTOR SUBMITTAL DAT$: BUBMITTAI, Ni7M8gR: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP {Revised 9/i8/00} Page 27 of 27 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 27TH day of APRIL, 2010, by and betw~:en 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 $600 000.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: LOOPING OF WATERLINES TO ELIMINATE DEAD ENDS PROJECT NO. 8598 (TOTAL AMOUNT AWARDED NOT TO EXCEED: $fi00,000.00) 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 jab. 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 apart hereof. Agreement Page 1 of 2 The Contractor will commence work within ten (10) calendar days from date they receive written work order and each individual work order will be completed as outlined in Special Provision A-6 of the contract documents. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTE City Secretary CITY OF ORPUS C ST By: Juan Perales, Jr.,P.E. Assistant City Manager Engineering/Development Services APPROVED AS TO GAL FO By: Asst. ity Attorney By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Jh s Construct on Co. Inc. By: ~ ~ irJ ~ l1 L .V . BoX G AA 6~~83 J e ~ ~t a ~ ° ' (Address) ° ~ =.. CORPUS CHRISTI, TX 78466 `," f ~- (City? (State) (ZiP) =- 361/8~2-8$58 * 361/852-7979'~r'4A" (Phone ) ( Fax ) va~° •, s? ~~ I ~~D~ t .l~UTt~U6t~x~:b =~. ~1' CE)UPIGIL..~~ ~~~ Agreement ~~ Page 2 o f 2 SECRf~TAR••~.~- P R O P O S A L F O R M D I S C L O S U R E S TAT E M E N T F O R LOOPING OF gPATLRLINES TO EL=D~INATE DEAD ENDS {PROJECT NO. 8598) DEPARTMENT OF EI~GINEERIiVCY SERVICES CITY OF CORPUS CFIRISTT, TEXAS ADDENDUM NO 1 PROPOSAL FORM (REVISEI?) PaT3'ACHMENT Nb 2 P2.g'~ 1 of I7 Page 1 at x7 P R O P O S A L Place : ~ ~4t2,a 5 e T3ate : ~ ~. ~ Z o ~ D Proposal of ~] 1~1~R~b2~.5 \ ~r~ b ~ . ~o .. l n_C- a Corporation organized and existing under the laws of the State of ~~ AS OR a Partnership or TOt The City o£ Corpus Christi, Texas Gentlemen: zadividual doing business as The undexsigned hereby proposes to furnish all labar and materials, tools, axxd necessary equipment, and to perform the work required for: LOOPING OF tV'ATSRLINPS TO ELIMINATE DEAD ENnS (PROJECT N0. 8598) It is the intent of the City to award subsequent Delivery Orders for the zndeEinite Delivery/Indefinite Quantity (Ib/IQ) Contract for a span of one year with the option to extend the contract an additional increment of one year. The Delivery orders will be awarded in a timely fashion to be decided by the City. The working time for cornpl.etion of the project shall be specified in the Delivery order to this contract and will be based on a production rate of approximately one (1) calendar day per loo linear feet of waterline installed, three (3) calendar days .per 100 linear feet of casing installed, three (3) calendar days pex each connection made, one (1.) calendar day per each fire hydrant installed, one (1) calendar day per five (5} service connections installed, and one {1} calendar day per each autamati.c Mush valve installed. Specific duration, allowed is defined by spec if~.c work assigned and described by appropriate category of work (see Special provision A-S). Future Delivery Orders to be awarded subsec,(uent to this Indefinite Ae].ivery/indefinite Quantity contract, at the locations set out by the future Delivery Orders, plans and specifications and ix~ strict accordance with the contract documents for the following prices, to-wit: ADD~I~DTJM NO ~ PI20POSAL FOR[ {REVISED} A'TTACFIM~NT NO 2 Page 2 of 17 Page 2 0~ 17 8AS8 SID L I2 II2 tV V S~R QTY & DBSCRTPTION ZJNZT PRICE TOTAL BRxCE TTB~dd UNIT IN FI4~S 1 1 LF 12" C••900 8VC WATERLINB, complete is $ ~•oC ~ ~S o d pleas per LF 2 1 LF B" C- 900 PVC Ti~AT$RLINB, complete is $ rj,~ • pp $ 2 $ . ao place per LF 3 1 L8 6" C-900 8VC a1ATLRI,INE, complete is $ Z~, pa $ 25• ~st.+ place pex L1± 4 ~, I,g s" OVCTYLE 2RON ~TATERIaINE, complete is $ 1A$.oa $ 14a'.ao plane par i~F 5 1 LF '~'~ C-900 PVC NA'1'E1tLINE, aomplete is $ ZB,aa $ a•~•• n e p18Ce pe7C LF' 6 1 L~ '~" DIICTILE IRON 47ATERLINB, Complete is $ ~;e.~~ $ l 3 0• n e pleas per LF 7 1 LF 4" POL7t8TxYLR~ OPATBRLINE, complete is $ f$°I,co ~; 1$~.cst~ place per Lld' & 1 LF 2 " POLYETHYLENE WATERL3NE, aomplete ixi $ l ~1 • ae $ 1$'7. o0 place par L8` 9 1 LF CiJ',T 00'P SECTION O1'' 12" L3N8 (PVC, AG, ~ 100 •oo ~ l O d . tx o ~'PC.), complete is plane per LF XO 1 LF Ci3T OUT SECTION 05' 8" LINE (PVC, AC, $ gp ,oo $ go . 0 4 ffiTC.) , complete is plane per L11' 11 1 LF CQT Oi1T 814CTION OF 6" LINE (PVC, AC, can $ ~' o0 S ~b• ETC.), aamplete is place per L~' 12 1 LF GIIT OcT SECTION OF ~4" LIEE (PVC, AC, $ ']o,oo $ '70• ~o ETC.). complete is plane per LF' 1.3 1 LF Ct3T bVT SEC'1'ION 01f 2" LINE (PVC, AC, ~ ~b•ca $ a •ce ETC.}, aomplete in place par LF 14 1 EA Za" D.T.N.J. f32iT8 VALVE, aomplete is $3Zs-~D.t,o $ $e.~Co.oa place per 8A 15 ], gA $ ~r n • I • td • J. GATE VALVE, complete is $ 11 Z4. oa !`~ l t Z4.a o plane per EA 16 1 ~ 6° D.I.M.J. GATE VALVE, complete is ~~` ;~.:' ~ plane per EA 17 3. EA 'i" a•I•M•d. GATE VALVE, aompleie is $ 13.00 $ 783.ao pleas per EA 18 1 15A 2" b • I •M. J. L~ATiP VALVE, complete is $ S V ~,~ $ S7 5, oa place pex SA 19 1 EA 2" SRA89 BALL VALVE, Complete ist place $~~•~ $ ~~~°o- per EA 20 ~. EA 12" X 12" D.Z.M. S. T88, aomplete is \10~1.c0 $ $ )104. co place per SA T-~ 2t. 1 EA ia~r X $" ~.I.M.J. TEE, Complete 3]1 place Q ~ -10.80 $ ~iba•ao per EA 22 1 EA 12" X 6" D. I . ad. J. TJS13, complete im plane $ g bl .OCR $ gCT. O O per EA 23 1 EA 12" X ~" D.I.M. J. TF.I3, Complete isi, p~.aoe $ ~.op $ 1,06 per EA ADDENDUM NO 1 PROPABAL FORM (REVISED } ~ ATTACFIMBNT N'O a Page 3 of 17 Page 3 oY 17 I It - zTY acv v SIA ' ' TX & DS$CRIBTION UNIx pRyCL TOTAL PRICK TN FIAORES .[ ~ I UNIT 24 1 NA sr D.T.M. J. TES, campleCe is place x ~ 2 . ca $ S~S• ate per EA 25 1 ~i 8" XB" D.I.M. J. TP+E, template is place ~ .~$~.Qe ~ d-'~.0~ per EPi 26 1 EA 8" X 4" D.I.M. J. TP,$, eamplete is pleas ~ ,rj7 .a0 ~. ~1$•OCs - pax EA 27 1 g~ Aet IZ•I.1ld.J. TRR, complete is plane p ~ ~If~~ea~ ~ L1lsZ•b0 ex g 28 1 ~ 6" X 4" D.I.N.r7'. TEL, complete is place $ A36•~ ~ 4 3b•a~ per SA 2s 1 ~ 4" X ~" D..'C.N.J. TEE, c0mmplete is plane r ~ 4~ 6. cc 4~{s.0~ ~ per sA 30 ~. $~, 12" D• I.M. J. CROSS, aampiate is place ~ 13eo. ao $ 13ao . ao par EA 8'~ a.Z.M.J. CR088, complete is ple~cs par ~ ~IbO•aC $ cioe• 60 3~, ~, gA SA 32 1 EA 8" D.I.nS.J. CROSS, complete is plats per ~ ~~ CO $ ~ O•p6 EA , 33 1 8A 4" D•I•M•J• CROSS, compleba is place per ~~O ~ ~a•o 4 SA 34 1 gA 12"X 8" D.I,M.J. REDUCER, complete is ~ x.00 ~_,'7oa•oo place per 8P, ~ 35 1 ~ 12 "X 6" D. I.D~.3. REDVCBR, complete is ~ a1~j• GO ~ 41~• b0 place per FA 1 EA 12"X 4r' D.Z.M. J. REDUCER, coanplet® is \ ot~ $ ~ $ ~ .DO 35 place per SA .` ' 37 1 g,A 8 "X 6" D ~ T . M. J . REDUCER, aompleto in ~ ~g} • ~ $. 3L~'7. OCR plena per 8A 8"X ~k" D.I.bd.J. RBDVCER, con~plste is ~- ~(~•~ ~ 4toO.OD 3$ ~, gA pleas psx EA 6"X ~" D.Z.bs.J. REDq'CER, complete .in $ Q'ZS:taO S Az.a^ DO 39 1 L3A place par 8A 6"X 2" D.T.nQ.J. RLDVCER, complete is ~ q~p•O0 S 4~p Ao 40 1 BA place per ffiA 1 EA 4"X 2" D.I.N.J. REDUCER, complete is $ GI,O•~ $ ~\p~ 4l . pleas per EA ,,,,,. 42 1 gA 12" X ~.2" D.I.M. J. TAPPING SLEEVE, ~ ~oZ40.db ~ bZ4~•oo templets ft~ Plana par 8A 4 3 1 EZ# 12 n X $" D . T . M . J. TAPPINGI $LSI+xVE r $ ~ ~ D• Dp ~ 4~; O.06 complete is pleas per EA EA I2" X 6" D.T.~d.J. TAPPING 8Y~8E'VE, $ Q~S~.OO ~ 46aO.0 44 ~. complete is pleas per SA 45 1 EA 7.2" K 4" D.I.D~.d. TAPPZN(~ .gLEEVB, $ 7D.C~ $ ~170•C]Q eompl®te is place per EI- h6 EA ~ 8u X 8rr D'I•M.a7. TAPPING SLEEV73, $ ~6-~.L~ $ ~~~~•(r!O . complete in place per EA 8" X6" D. T.M.J.TAPPING SLE}9VS, oor~ipletA ~ .31d~.Ob ~ ~~, dD ~T 1 EA is place per 8A PROPOSAL FORM IR~VISED} page 4 pf 17 An~~r~nu~n r~0 i ATTACI3M~NT 1Q0 2 Page ~ of 17 z zz zII zv v SID IT$Dd TY & UNIT DSSCRIPTIDN UNIT PRICS TOTAL PRICE Z1+1 PI6URS8 4$ 1 EA 8" X ~4" D.I.M.3. TAPPING SI,PCEVE, $ g •a $ 25jp.ad complete is place per SA 49 ~, R8, 6" X 6° D.I.~d.J. TARPIN(3 SL88VE, $ "j 7,•ts'~ $ ~~2•Ss4 Complete is place per EA 50 1 F,I- 6" x 4" a.I.M. J. I'APPII~G SLLSVS. $ Z~i~~t~ Zgc~.o[•~ $ - aamplete is plats per 35A 51 1 EA 12" l1.I.~d. J. 90 DSQ SLND, complete in $~ $ ~ •~ place per ffiA 12" D.Z.~[.J. 45 DSG S$ND, apmplete is plac® per EA 53 1 SA 12" n.I.M.r7, 22.5 D8G BEND, complete im $ `f7D•oe $ 1'~n•00 place par SA 54 1 SA 12" D.I .M.3. 11.25 DHG Sffi1D, complete is $ ~.5b• Ga - $ "7 j D • d4 place per EA _ 55 1 EA 8" D. I.M.3. 90 DSC~ BEND, complete is $ ~ od $_~~~ O_~ lOlaGe per SJ# 56 1 EA 8" D.I.M.J. 45 DSG~ SEND. Gon~plete is $ {O~SO•C~d $ {aCXa.do place per SA 57 ~, g„A 8" n.I.~d.J. 22.5 DY~G BEND, camplate in $ ~~;.~© $ 3~. b0 place pex SA 5B 1 8A B" D.I.M.J. 3.1.25 D8® BEND, complete is $~~ $ ~ea•~ place pex ~A 59 1 SA $" D.T.M.d. 90 DSG BSND. complete is $ $ ~~•~ place per SA 60 1 EA 6" n.z.M.J. 45 D8G REND, complete is $ 35S ,t,o $ ~'~,t~ti place per SA 61 gA ~ 6" D.I.M,J. 22.5 aEG sBND, GOmp~,ete is $ wag ,oo $ 2Sg .ao , place pex 8A 52 1 SA 6 ° D.I .M.3. 11.25 D8C4 HFNn, complete is $ ~ ~~' ~~ $ , place per EA $3 1 EA 4" D.I.M. J. 40 D8G SEND, complete is $ ,31j.Qp $ ~~j a'o place per SA. 64 1 EA 4" D.Y.M.3. 45 DES3 88NDr cOmpXete in ~„ Q~~ ~~ $ ~1,~.~•~p place per 8A -~`'°~ 65 1 SA 4" n.I.M.J. 22.5 D8G BEND, complete is gs'Ci•OO $ $ ~ap• place pex-EA 66 1 EA 4" D.I.~d.J. 11.25 DEG SffiU'D, complete 1a g- a $ ~ • Q g~~•db $ place per 8A 67 1 SA 12" D.I.13.J. PLUG {TAPPED W/2" PIPE $ ~Z~,bd $ LIZ`S'- OO THREADS, complete is place p®r EA - 8" D.I.M..7. PLUG (TAPPSn QP/2" PILsB $ ~VO•C~O $ 46~•Cab 6B 1 8A TRRFJ-DS, complete is place per 8A 9 le 1 6" D.I .I~4. J. PLUG {TAPP9GD 9P/2" PIPE ~ 3~r UO 00 $ '~~~ 6 S - THREADS, complete is place pex EA _ . 70 1 gA 2" BRASS F3TTINC,48, complete 3a place per $ ~.~ $ ~ •~ Ek 71 1 BA 12" D.i.ifi.s. ADAPTBR {12" MIDI?. complete $ Z27'Z•L70 $ ZZ'~Z.Oa is place pex EA Ann~rmt~M rro 1 P120POSAL FORM. (12EVISED?~ ATTACHMENT 1Q0 2 page 5 of 17 page S ox 17 `x II III 2v V SID TY & DESCRIPTION UNIT PRICE TOTAL BRxCE Zx,~ ~2,~ IN FIGIIRiB 72 1 8A S° n•I•nd.J. ADAPTOR (12" ri~2F!}, coanp~.eta $ Za b.vo $ Zo56.t3o iz~ pleas per SA 73 1 EA S~} D.I.DS.J. ADAPTOR {12" TdIN}, compiatia $Zdeea.aa $ aoab• op i.xL place pex SA 74 1 EA 4" D.2.Td.J. ADAPTOR I12" DsYN} - cosr~lexe $ 1~ $ 15So • c~ D is place per 8A 75 1 LF 12" D.I.,P.B.IC P.S. 8IP8 WITIi 2-3/4" aiA $ IQO.ob $ Idlb•bd STAXNL$8S STBEI~ '1'RR$AD$D RODS AND NUTS 76 ~, rg 8" D.I. -P.~C.7L p.E. PIPE KITH Z-3/4" DIA $ 1~•~•d,~ $ 1'ZA •6 d STA23QI.E88 6TffiffiL THREADED RODS AND N[1TS 77 1 LF 6" D. I. ,P.B.S P.E. PIPE WIT~I 2-8/4" DIA $ Casa-txa $ ~aro.OU STAINLESS STEflCL THREADED RODS AND NUTS 78 1 LF 4" D.I.-P.B.]C P.E. PIPE WITH I-3/4" DIA $ 1 ~•~ $ 1~Q.00 STAINLESS BTEEL THREADED ROIfS ANTI NUTS 79 1 EA RBCONNSCT HATER BSRVICE II~ETER, cc~+nplete $ 3250 • as $ 32.rC~" ~ iax ple~ae psr 8A 8Q 1 8A NE9P WAT8R SERVICE bdETER, aomplet:e is $ •~ $ ~©•4p place per EA 8l l ~ FxRB HYDRANT ASSEHHLY, cos~glete ix~ place $ (~~•C~ $ ~~.~ pes 8A ~ B2 l Ep, RECONNECR' FIRE HYDRANT ASSED~SLY, $ z 1 ~i,CD $ 21~y$. Cs0 complete is place per 8A ~ $3 1 $A AUTOMATIC FLUSH IiY~RANT AS$SEdBLY, $ S31 ~ Od $ ~ 3i 5~• DO complete is pleas par EA SORING AND SNCA$ING OF WATERLINE UNDS~t STliTB ~1 04 ~ ~ 84 1 LF RTGH4PAY R.O.W. {24" DIA) , aomglete is place • (sd $ $ • - par LF 85 1 LP' BORING AND RNCABING OF WATBRLIIIE UNDER STATE HIaHiPAY R.O.W. (1B" DIA) . complete ix~, pleas $ 214 •pp $ ~.1q,Qt~ ex LF BORING AND SNCAS3NG OF ti9'ATBRLINB UNDER STATE ,,, ~~ ~ ~ 00 86 1 LF HIGHWAY R. O . [~. (1~! ° DxA) . complete is pleas . C~ !~ $ • 6x' LF SORIN6 AND EATCASINC~ OF WATERLINE UNDER STATE f q Q 140 p 87 l LF IIIGHGPAY R.O.W. {10" DIA) , complete is place . DO $ . 0 $ pe7r LF $8 1 LF BORING AND 8NCA8IN3 OF WATERLINE VNDRR RAILROAD R.O.W. (ao" DIA), aompletie in place $ ,~1• DO ~ 3~°-'i• ~?C~ per LF BORING AND 14NCASING pF WATERLINE UNDER ~ ~ 89 1 LF RAILROAD R.O.N. I16" DTA), complete is place 14 • ~O $ $ { ~ . ~ ~ per L~` 80RINS AND ENCASING OF WATBRLIISB UNDYkR ~~ ~ b~ ~ ~ ~' 9b 1 LF RAILROAD R.O.W. (12" DIA) , COSGp1etB is place $ . $ + • por LF BORING Ab1D SNCASxNf3 OF WATERLINE UNDER " ~ 17 CO ~~ n 91 ~. LF DTA} , complete ix~ place RAILROAD R.O.W. (la $ D - O $ • per LF 92 l Ls ALLOFFAATC7S FOR RAILROAD PERMIT ABPLICATION $~,• D40.00 $1, 000.04 AND $UBDSIT'PAL, aamglata is place per L8 SORINA AND abICAaINCi Off' WATLRLIIIR UNDER ~~ 0~ ~7 93 1 LF DRAINAGE DITC1~ {a4" DTA} , oomplste 3n place • ~O S $ . er LF BORING AND ENCA$INfd OF WAT8RLT31E UNDER 2~ 4 [~ ZI ~ [gi 94 ~. LP` DRAINAGE DITCR (15" DIA) , complete is place . $ $_ • p per LF PROPDSAE, FORi41 {REVISED) Page 6 of l7 ADDBNDUfH I~Q 1 ATTACFCly18N'F PTO 2 P&ge 6 Ot 17 x xi III x'v V SxD TQ Y & DESCRIPTION ETNTT PRICE TOTAL PRZCS TTEbS i~'NIT IN FIGOR88 95 1 LF SORINfl AND SNCASINa OF WAx'RRLINS 1ITi~1'DER DRAZNAaB DITCH (12" DiA) , complete in place $ (3'$•b0 $, { 3 $ . 00 per LF soaaxa AND sNaASar~a as n~ATSSLa~e v~msa 1 ~ ~. ~ (?D d 96 1 LF DRAINAGE DZTCIi (10" DIA) , complete is plane $ • b $ per LF 97 1 LS ALLO~PANCE P'OR LITILTTY ADJUSTad14NTS, $x5,044.00 X25,000.00 complete fa plane per LS 98 1 LF TRENCH SAFETY, camp].wte ixs place per LF ~ .'So ~ ~ ~„Q 99 1 LF ALL POIN'1'INfi (PER LINEAR FEET OF ~ ZS ~ Ob ~ '2 5 3 - d o TRENCH), complete is place pex LF 100 1 SF CONCRBTS SID~ALxC DEl[OT~2TION/RISPLACffiHENT, complete is $ ~ • SG $ `7 . ~ O place er 5F x01 1 Lg C[iRe ~ C;[JTTER DEEOLITTOIQ/REPLACBDSENT, ~ ~1s. 06 $ ~5 • b4 aompiete in place per i,F 102 1 LF VALLEY GUTTER nS~dOLZTION/RBPLACs86EY3T, ~ (~. ab ~ ~+-~. bb complete is place per LF 143 1 ~ CORE RAMP DB~dOI,ITION/FEPLACB~dENT, ~ ~j ~~-~ $ ,~'~a 6,~ campiete is place per SA 10~ ~. AC S$&DaNG, complete is place per AC $ La 4.04 $ q D• DC 1D5 1 SY BODING, complete is place per 8Y ~ 1~S•od $ 13.b D 106 3 SY CDT AIr1D RSSTORB PAVEMffiNT (ALLEY) , ~ ~ . 6d $ $p, 6 O Case-plete iss place gar SY 107 1 8Y Ci3T AND RBSTOR8 FAV~dBNT (STRSBT) . ~ (~~ pd ~ fps• e.~Ca complete is place per SY 108 1 SY CrTT AND R8$TORE ASPHALT DRIVENAY, $ ~~.O,C ~~~ complete is place pex SY 149 1 SF CL1T AND RESTORE COIQCRETE I)RIVE4QAY, ~ z~,p . ae ~ ~ip • d o c~leta is plane per 8F 110 1 gY C[IT AND R88TORE EASE NATSRxAL nRIVBNAY, $ ~ .~ ~ 33 _ b~ complete is place per SY 111 1 DAY SIGNING & TRAFFIC COI3TROL (TYPE A) . ~ y tj. o ~ ~ 1 1~ 6 a Co~lete is place par DAY 112 1 DAY gTGNINO & T1tAFFIC CONTROL (TYPE 8) , ~ 3pp , e,a $ 30~ • 60_ complete is place per T3AY 113 1 DAY SIGNING & TRAFFIC i"CN'•E'ROL (TYFB C) r ~ .3 Cm • GO $ 3 d 0 . e 0 complete fa plane per DAY ~- 114 1 DAY SIGNING & TRAFFIC CONTROL (TYPE D) , ~ boa .cscs $ 3oCa-ae~ catnplete is glace par DAY 115 1 DAY BRING & TRAFFIC CONTROL (TYPE E) r ~ '~,JrO $ gS•.~"~ complete is place par DAY 1 16 1 DAY SIGNINCv & TRAFFIC GONTROI. (TYPE F) , ~ ° $ ~0 dO . cosgpiete is glace per DAY 117 1 DAY SIGNING & TRAFFIC CONTROL (TYPE G) , ~ ?.~84 ,~ ~ ~~ ,~6 complete 3a glace pex DAY SIGNING & TRAFFIC CONTROT, (TYPE H) , 300.00 ~ $ 3ap~ Od 118 1 DAY Complete its place per DAY PROPOSAT.~ FORM (REVISED) P~g~ 7 Of 17 ADDENDL7f7 1Q0 1 AT'!.'ACH[~ik,NT NO 2 Page 7 Ot 17 r II III xv v BTD QTY & DBSCRIFTION pNTT PRICE ~ TQ'PAL PRICE IN FIA[1RES TTEH UT~IT 1 DAY STCiNING & TRAFB`TC CONTROTa (TYPE I) , ~ ~ r• ~ 1~.9 complete 3a place per DAY ~` 9TQNTNf2 & TRAFFIC CONTROL (TYPffi J'? , ~ 3~y ,aQ ~ '? op . c.o 120 1 DAY complete is place per DAY 121 1 DAY SLING & TRAP'P`TG CONTROL (TYPE K1 , $ ~ aa. ba ~ ~ op • Dp complete ~.7ri place per DAY 122 1 DAY STQNINf3 & TRAFFIC CONTROL (TYPE L) , ~ Z.Q~ • b~ ~ Z~ , b'a, complete ~.a place per DAY F RBNOVAL & REPLAC~BNT OF CHAIN LINK ~ 66 ~ ~ ~Cf, [9b ~ 123 1 L FBNCINGf. con~pleCe is place per LS ~ ^ RSROVAL & RRPLAC~NT Oi~ HOOD FSNCINa, ~ ~ Za-~G $ 12a •ae5 124 1 LF aomplate is pleas per LF REMOVAL & RSPLACSMBNT OF AaASONRY ~ ~b6• C~~ $ S~'~ • ~ ~ 125 ~, ~,~ FENCINCr complete is place pex LF 126 1 EA RffiHOVAL & RP.'pLACSE6ENT O$ TRALfFTC SIONr ~ \2o~.e~ }` 1 Z~ • s4 campiete is place per RA ALL NffiATSER ACC8i3S ALLAY) , complete 3.a ~ ~~. ~ ~ ~ 4,y, [s0 127 1 SY pleas per d~Y SY 2 ~ ALL WEATHER ACCRSi3 (R8$ZD~NTIAL) , 7j, b0 ~ $ 1.~. bd 1 . 8 complete is place per SY AC'T' WSATHffiR ACC68S (COMHERCTAL), ~ ~2.ba $ ~3~•dC~ 129 1 SY complabe is pleas per SY TRffi8 REMOVAL (UP TO S" DIA. TRUNK) , $ g~~ .vp e~©•6'4 $ 130 ~, gA complete ~.a place per EA ,, A TREE R~dO'iYAL (C~RBATER THAN 8" DIA. ~ ~\50d~~~ ~ ~J^CC3.6b 131 1 E TRUNK), cos plate 3a place per SA 1~ROSION CONTROL - SILT 8']6IQCE OR SILT ~ ~. d 6 ~ (¢. d ~ 132 1 LF SARRIffiR, complete fa pleas ger LF EROSION CONTROL - ROCK FILTER DAM. ~ ~04.b~ ~ ~'~ b4 . tip 133 1 ~ aompleke is pleas per SA A BROSZON CONTROL - CURB INI,BT PROTBCTIONr $ ~~0- CO ~ 7 ~ .6 134 ~, g complete is place per ~- MOBILI9GATTON/BONDS/INSURIlNCE ($0 TO ~ I O~o.caa ~ 1 ~~• ea d 135 1 LS $25,000). complete is pleas Psr LS MOBILISATION/aONDS/INSURANCE 0$25, 000 TO $ ~~•~4 ~ ~~d, a,~ 136 1 =,a X50,000), complete is pleas par LS MOBILISATION/BONDS/INSURANCE ($50, 000 TO ~daa-no ~ ~ 4e,~,a •G6 137 1 LS $100,000), complete is place pax y8 M08ILZZATION/BONAB/IN$IIRi-NCYy (OVER ~ ~~~ ~ (~ ~ ,~-~ 138 1 LS $100, 000) , complete its place per L39 * COEFFICIENT TO 8E APPLIED TO ALL UNIT PRICES FOR "LDdBRdENCY DELIVERY ORDERS" fFOR HID ITED~9 ABOVE) .~ PROPOSAL FpR~1 (REVISED) Page B of T7 ADDENDUM N4 1 ATTF1CIiMTN7` NO 2 Page S Of 17 WORK ORDER EXAMPLE PRICING ASSESSMENT BASE BID{. PART A_.- SCENARIO NO.l x II III IV V BID xTEM TY & UNIT DESCRIPTION ~TNIT PRICE TOTAL PRICE IN F3C(3URES 2 1045 LF 8" C-900 PVC WATERLINE, complete in ' $ ~~~ ~ $ place per LF 3 45 LF 6" C-900 PVC WATERLINE, complete in $.~ , ~ ~ $ ~~ V place per LF 98 1090 LF TRENCH aAFETY, complete in place per LF $ •~v $ ~~~QU 35 ~, Ep, 8 ° D, 3:. M. J . GATE VALVE, complete in $ ~ . ~ ~ $ a ~,(~ place per EA 55 1 EA 8 `~ D • I • M • J . 90 DEG BIdND, complete in $ ~~~, ~ ~ $ ~°~~" ~ d place per EA 37 3 EA 8"X $" D.I.M.J. REDUCER, com lets in p $ ~ ' ®~ $ . ~~ place per EA 24 1 EA 8 " X $ t' D . I . M . J. TEE, complete In plane $ ~ • ~~} $ ~ ~. ~ , (,~ g,~ per EA 57 1 EA 8" D.I.M.~'. 22.5 DEG BEND, complete in $ ~ ~ ~ $~~ ~ ~~ place per EA 58 1 EA 8° D.I.M.J. 11.25 DEG SEND, complete ir1 $ ~ .~ $ ~. plane per FA 72 i EA 8" D.I.M.J. ADAPTOR (32" MIN), complete $~~ ~d $ ~~ ~ ~' in place per EA 16 2 E74 B" D.3:,M.J'. C,ATE vAL+VE, complete in $ $ ~ ~ ~(~ ` p3ace per EA 27 1 EA 6" X 5" D.I. M.J. TAPPING SLEEVE, $ ~ ~ ~ ~ $ ~~~ ® (~ complete in place per EA 63 } EA 6" D.I.M.J. 22.a DSG BEND, complete in $ ~ ~ $ ~~ ~v ~ . pleas per EA 62 1 EA 6" D.I.M.J. 11.25 DEG BEND, complete in $ 1 ® $ ~ GIB_~~ 1 ~ plane per EA .--- .° 73 2 EA S" D.r.M.J. ADAPTOR (12" MIN), aomplete $ ,- $ ~ in place per EA 82 1 EA REECONNECT FIRE HYDRANT ASSED98LY, $~ ~ $ ~ 1 ~ ~(~ ~°Y complete in place per EA ~ 107 .278 SY CUT AND RESTORE PAVEMENT ISTREET), $ ~ $'~ ~°, ~t complete in place per SY 108 115 SY CUT AND RESTORE ASPHALT DRIVEWAY, $ ~ $ '°.~ ~ ~ complete in place per SY 122 11 DAY SIGNING & TRAFFIC CONTROL (TYPE L), $- 2 ~~~4 e $ complete ixf. place per DAY 132 570 LF EROSION CONTROL - SILT FENCE OR SILT $ ~~ ~ $ ~ ~~ ,~ ~ BARRIER, aomplete in place per LF 104 0.7.3 AC SEEDa:NG, complete a.n place per AC $ ~. ~O $ .~~ 137 1 I.,S MOBILIZATION/BONDS/INSURANCE ($50,000 TO $ '~ $ ~ U $200,.000} , complete in place per I,S BDB-TOTAL, PART A - gCgNARIO NU.1 $ ~~ ~• ADDEIJDLIM NQ 1 PROPOSAL FOF2M IREVZSED) ATT,ACIiM~NT NO 2 Page 9 of 17 Page 9 of 17 BASE BID, PART 8 - SCENARIO N0.2 I II III IV V F3ID QTY & DESCRIPTION UNIT PRICE TOTAL PRICE ITEM UNIT IN FIGURES 2 870 LF 8" C-909 PVC WATERLINE, complete in $ ~ ~ $ ~~~~ place per LF 3 179 LF 5" C-900 PVC WATERLINE, camglete in ' $ ~ ® $ place per ~.~ 98 10+0 LF TRENCkI SAFETY, Complete in place per LF $ ~ ~ $ ~~ ~ (~ 15 3 EA 8" D.Z.M.J. GATE VALVE, complete in $ ~~ $ ~ ~. plane per EA ~~ ~ EA 8" D.I.M.. J. TAPPING SLEEVE, complete in $ ~/~ ICY P ~ ~~ $ ~ ~ ` place per EA 55 2 EA 8t' D.I.M.J. 90 DEG BEND, complete in $ ~ ~ $ ~ ®~ place per EA 25 1 EA 8" % 6" D.I.M.J. TEE, complete in place $ ~'~~ $ ~~~ per EA 72 2 EA 8" D.T.~d.J. ADAPTOR (12" D6IIQ) , complete $ ~~~ r ~ ~` , ~. • U - in place per EA 16 3 EA 6" D. I.M.J. GATE VALVE, complete in $ '~ ~ ~~ $ e place pex EA 73 2 EA ~~~ D•T.D~.J. ADAPTOR (12~~ DdIN) , complete $ - $ ® ~ - in place per EA 107 465 SY GUT AND RESTORE PAVEMENT (STYtEET), S ~ ~ ~ $ ~ ~ complete in place per SY 315 11 DAY SIGNING & TRAFFIC CONTROL (TYPE E), $ ~ ~ $ '~ complete in place per DAY 132 3.04 LP' EROSION CDNTRDL - SILT FENCE OR SILT $ ~ ~ ~ $ r FARRIER, complete in place per LF 144 .45 AC SEEDING, complete in place per AC $ (] $ ~'°°i~' ~~ 137 1 LS MOBILIZATION/BONDS/INSURANCE ($50,040 TD $ ~~-- ~ $ $140,004), complete in place per I,S . SVS-TOTAL, PART H - SCENARIO N0.2 $ ~• PRDPOSAI, FORM (REVISE)D) Page 10 of 17 ADDENDUM NTO 1 PiTTI~iCHMF..~1T I30 2 Page 1D of 17 BASE STD, PART C - SCENARIO N0.3 I II Izz ~ Iv . v STD QTY ~ Dk",SCRxP'FTON UNIT P)trCE TOTAL PRICES IN FIGURES ITEM UNIT 2 225 LF 8n C-900 PVC WATERLINE, complete iri ~ + ~ $ ~ place per LE' 98 225 LF TRENCH SAFETY, complete ixi plane per LF ~ t ~ ~ .__. $ 85 100 LF BORING AND ENCASINC3 QE' 9R,ATSRLINE UNDER STATE HIf3IigrAY R.O.W. (16" 3?IA) , complete fn place $ ~~~.,,~ $ ~ ~~~, ~~ eY LF BORTf1'G AND ENCASING OF WATERLINE UNDER ~~ $ ~ ~' ®~ 89 100 LF RAILROAD R.0.9Q, (ib" I3TA) , complete in place $ per IoF 92 1 LS ALLOWANCE FOR RAILROAD PERMIT APPLICATION $900.00 $500.00 AND SUBMITTAL, complete ~.n place per LS 6 2 EA 8" D.I.M.J. TAPPING SLEEVE, complete in ~' ~ $ 4 place per EA 15 2 EA 8° D.I.M.J. GATE VALVE, camp~.ete in ~ ~ place per EA EA ~ 8" D.I.M.J. 90 DEG FEND, complete in~' ~ ~ $ . ~ ' pleas per EA 2 2 EA 8" ri•I•N•J. AflATiTOR {1aN MI1~T) . Complete e~i „~ $~ ~~~ ~ 7 in place per EA ~ . CONCRETE SIDEWALK + $ 100 100 SF' DEMOLITION/REPLACEMENT, complete in $ a place er SF ' SIGNING AND T12AF'E'IC CONTROL (TYPE I ) , ~ ~ $ ~ 119 2 DAY complete in place par DAY " 2 EROSION CONTROL - SILT FENCE OR $ILT ~ ' ~ ~~~ ~, ~~ I32 00 LF BARRIER, complete in place per LF 104 .04 AC SEEDING, complete in place per AC $ , (~ ~ +~ 1 6 1 LS MOBILIZATION/90NDS/TNSUitANTCL ($25,080 TO ~ ~ + 9 $50,000), complete in place per LS SOTS-TOTAL, SARI' C - SCENARIO N0.3 $ ~Z ~ ~ O PROPOSA'C, FORM {REVISED) Page 11 of 17 ADDENDi7Nf NO 1 A'£TACHMENT NO 2 Page 11 oL 3.7 sAS~ BID, PART' D - scENAR.7:o Na. ~ I zz III Iv V BID QTY & DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES ITEM UNIT 3 8695 LF 6" c-900 PVC WATERLINE, Complete in $?~ v~ $~ ~~~,~~ place per LF 5 625 LF '~~~ C-904 PVC WATERLINE, complete in $ ~~ _ ®ip~ ~ ' ~! °~ $ ~ ~ , ~ p~.ace per LF 98 9 32 0 LF TRENCH SAFETY, complete in place per LF ~° $ ti °~ ~ ~ 4 } $ ~ 1®~~ . ~~ SOR7:NG AND ENCASING OF WATERLINE UNYISR ~ ~ ~ ~ 95 250 LF DRAINAGE DITCH {12° DTA), Complete in place $ $ , er 7GF 35 1 EA 12"X6" D.I.M.J. REDUCER, camplete,in ® $~ ~ ~ $~~ place per BA "` 71 1 EA 12'r D';' AD71pTOR (12" MIN) , complete in $ ~® ~ •- place per EA 3 A g'~ D.I.M.J. 90 DEG SEND, complete in $ ~~ ~ $ 59 E place per EA 60 4 EA 6'! D.I.M.J. ~5 DEG BEND, complete in $ f 1~ $~~~ place per BA "' 28 1 EA 6"X4" D.I.M.J. TEE, complete in place $ ~ $ ~ per EA 77 40 LF 6n D.x.,P.E.X P.E. PIPE WITH 2-3/4" DIA $ ~~ ~ $ STAINLESS STEEL Ti~READED RODS AND NUTS EA 6'r D•I• ADAPTOR (1,2" MIN) . complete zxs. $~~~ S ~ . b 78 - 1 place per EA 63 1 EA 4" D.I.M.J. 94 DEG BEND, complete in $ $ place per EA 74 2 EA 4" D.T.ffi.J. ADAPTOR (3.~lN MIN) , complete $ # ~ $ ~ ~ ~- in place per EA 111 22 DAY SIL3NI~IG & TRAFFIC CONTROL (TYPE A) , $ ~ e ~ $ ~ ~ ~' complete in place pex DAY 10 40 SY CUT AND RESTORE PAVEMENT (STREET), $ ~ ~ $ ~ --~ , ~ 7 complete ixx place per SY 108 55 5Y CUT AND RESTORE ASPHALT DRIVEWAY, $~ $ , ~ complete in place per SY 7 10 85 SY CUT AND RESTORE BASE MATERIAL DRIVEWAY, $ ~ ~ ~ $ ~ ~ ~ . complete in place per SY 0 S EROf3ION CONTROL - SILT FENCE OR SILT $ ~ $ ~ ~, 132 L 280 BARRIER, complete in place per I,F ib~4 0.65 AC SEEDING, complete in place per AC $ , $} $~~ ~ 138 1 LS MOBILIZATION/BONDS/INSURANCE (OVER ~ ~, $ $ ~~~~, ~ $100,000), complete in place per I,5 SVS-TOTAL. PART D - SC8'NARTO N0.4 ~~~'~• e PROPOSAL FORNj (REVISED) Page 12 of 17 ~~ ADDENDUM NO I ATTACHMENT NO 2 Page 12 nt 17 F3ASE BID, PART E - SCENARID N0.5 I SID ITEM 5 II QTY & UNIT 450 LF III DESCRIPTION '~" C-J00 PVC WATERLINE, complete in place per LF TV UNIT PRICE $ ~ ~ . ~l~ ..~_~~ V TOTAL PRICE IN F>:C3URES $ - ~ 98 350 LF TRENCF3 SAFETY, complete in place per' I.~F $ ~ ~(~ $ ~ 12" X 4" D.I.M.J. REDUCER, complete in $ $ ~ 36 ~, P:A place per EA `~~~ D.I.M..7. 90 DEG BEND, complete in place $ ~~~ °~O $ ~ ~ ~ 63 1 EA per EA 12 ~~ X ~'~ D . I . T4 . ~7' . TAPPING SADDLE, complete $ ~ ~ $~ • (~ 45 1 EA i~ place per EA BORING AND ENCASING 4F E4ATERLYNE iJ~7DER DRAINAGE $ ~ ~ yy ~, ~ $ ~ p j $7 1.00 LF DrTCH (10° DIA), complete 3n place ger LF --- CUT AND RESTORE ASPHALT DRI'tTEWAX, complete $ ~ $ ~ `"~ 1.08 35 SY in place per SY EROS ION CONTROL - SILT FENCE OFL SILT ~ $ $ ~°'~ ~ ~ ,~ 132 450 LF DARRIER, complete in place per LF _ 104 O.lOAC SEEDING, complete ir. place per AC $ ~ ~ $ ' SIG=NING & TRAFFIC CONTROL (TYPE ]:) , ~ $ ~ ~ ~(~ $ 1.7.9 4 DAY complete in plane per DAY MOBILIZATION/BONDS/INS[7RANCE ($25,000 TO $ ~~~~ $ , 136 1 LS $50,000), complete in place per LS SUS-TOTAL. PART 8 - SCENARIO N0.5 $~~ ~ ~ BASE BID, PART F - SCENARIO N4.6 I II III IV V BID QTY & DESCRIPTION Ui3IT pglCt; TOTAL PRICE 7:N FTC~URES ITEM UNIT A[3TOMATIC FLUSH HYDRANT ASSEMBLY, $ { ~ $ , ~ (~ 83 1 EA complete in place per kaA CC7T AND RESTORE ASPHALT DRIVEWAY, $ ~ ~ $ 1D8 15 SY complete in place per SY /+ SIGNING & TRAFFIC CONTROL (TYPE E) , k AsA~. "'` ~ ~ ' ~ $ , (~ 115 2 DAY complete in place per DAY ~ r J MOBILIZATION/BODII3S/INSURANCE ($0 TO ~ ~ $ ~ ~~~~ ~~ 1.35 1 I,S $25,OD0), complete in place per LS SUB-TOTAL, PART F - 9L"~ARTa N0.6 $ '~ ADpENDUIN No ~ PROPOSAL FOR141 (REV'ISED) ATTACHMENT NO 2 Page 13 of 17 Page 13 0~ 17 BID SUMMA~tY PART A . SCENARIO N0.1 $ ~ ~ ~ . ~~.~ PART B . SCENARIO N0.2 $ PART C . SCENARIO N0.3 $ ~ a a ~~ _- __ PART D . SCENARIO N0.4 $ ~ ~ ~ 1 ~ ~ • ~ PART E. SCENARIO N0.5 $ ~ ~I ~ `"1 PART F . SCENARIO NO . ~ $ ~ ~) ~ ~ ' 'TOTAL "EVALUATEA" BASE BID: $ ~ `~ ,~ tSUM O PARTS A~F, SCENARIOS 1-6) ADDENDUM N'f] 1 PROFOSAT, F013M (12EVISEI7? ATTACHMENT NO 2 Page 14 0~ 17 page 1~ o~ 17 The undersigned hereby declares that he has visited the site and bias carefully examined the plane, specifications and contract documents relating to the work covered by hi;s bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we wi7.1 within ten (10) calendar days execute the formal contract and will deliver a Performance Sond (as required} for the faithful performance of this contract and a Payment sond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5~ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Mix-ority/Miaority Husiaees Saterprise Participatiaa: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MgE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of 8igaed sets of naaumeata: The contract and all bonds wall be prepared in not less than four counterpart (original signed} sets. Tame of Co~letioat The working time for completion of the Project shall be as specified in each Work Order to this contract and. will be based on a production rate of approximately one (1) calendar day per 100 linear feet of waterline installed, three (3) calendar days per 100 linear feet of casing installed, three (3) calendar days per each connection made, one (1) calendar day per each fire hydrant installed, one (1} calendar day per five (5} service connections installed, and one (13 calendar day per each automatic flu$h valve installed. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this; proposal, in strict accordance w3.th the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number}: ~~ Respectfully aubma.tted: Name : 5..,~ ~..~,~,~ ~ ~ ~.._ (SEAL - Xf' BIDDER IS a Corporation) By: NOTE: no not detach hid from other papers. Fi11 in with ink and submit complete with attached papers. (xteviged Auc,~xet 20003 AUDENDL7M NO 1 PROPQSAL FORM (REVISED} ATTACHMBNT NO 2 Pages 1S of 17 Page 15 0# 17 Address: iP.o. evx) istreet) Q c_ ~T'h .~l Sg ~~ (City) tState) {zip? Telephone: 3(c\- ~5~ gr s2~ . P E R F O R M A N C E B O N D BOND NO. TXC84911 STATE OF TEXAS § COUNTY OF NUECES ~ HNOW ALL SY THESE PRESENTS: THAT Jhabores Construction Co., Inc. of NUECES County, Texas, hereinafter called "Principal", and MEF2CHANTS BONDYNG COMPANY(ML3'1'i7AT,) a corporation organized under the laws of the State of zowA , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Carpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of STX HUNDRED THOUSAND AND NO/100($fi00,000.00) 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 27TH of APRIL 20 10, a copy of which is hereto attached and made a part hereof, for the construction of: LOOPING OF WATERLINES TO ELIMINATE DEAD ENDS PROJECT NO. 8598 (TOTAL AMOUNT AWARDED NOT TO EXCEED: $600,000.00) 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/ar 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 F[]gTHER, 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 arisin out of such curet chi '~ g y p, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. ZN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 4~,~ day of ~~Y _ 20~^. PRINCIPAL ONSTRUC~'ION C°Q. , INC. BV: Print Name & Title SURETY MERCHANTS BONDING COMPANY (MUTUAL} By: Attorney- fact MARY ELLEN MOORS (Print Name} ~~p ,.' - ~ .i i - The Resident Agent of the Surety in Nueaes Cqun .~ ~ Texas'~,J : for delivery of notice and service of process zs: ~>~ ~- :~ '; .s ~ ~4enCY• SWAI~T~~2, ,~ G_ORDON INSURANCE AGENCY „ .. (.i. , COnt@.Ct Person . MARY ELLEN MOORS ---~ ET~,j ' `{ `,~~ ~'_ ~~' r~~~C Ci~74x1+.',.~ Address: P.o. Box s7o ~-~ CORPUS CHRISTI TEXAS 78403 Phone Number: 361-883-1711 {NOTE: Date of Performance Bond must not be prior to date of contract){Revised 3/08) Performance Bond i Page 2 of 2 :~ P A Y M E N T B O N D STATE OF TEXAS § COUNTY OF NUECE3 § SAND NO. TXC$4911 IQ~?OW ALL BY THESE PRESENTS THAT Jhabores Construction Co. Inc. of NUECES County, Texas, hereinafter called "Principal", and MExcz3ANTS 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, f 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 SIX `~ HUNDRED THOUSAND AND NO/x.00($600,000.00) DOLLARS, lawful money of l the CTnited 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 27TH day APRIL 20 10 , a copy a£ which is f hereto attached and made a part hereof, for the construction af: I~ LOOPING OF WATERLINES TO ELIMINATE DEAD ENDS PROJECT NO. 8598 (TOTAL AMOUNT AWARDED NOT TO EXCEED: $600,000.00) 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 band, 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, ar to the work performed thereunder, or the plans, Cj 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. f Payment Bond Page 1 of 2 i { This bond is given ~,II - Vernon's Civil Statutes the State of Texas . Th as used herein are in Article. to meet the requirements of Article 5160, of Texas, and other applicable statutes of ~ terms "Claimant", "Labor" and "Material", accordance with and as defined in said The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to wham 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 4TH day of MAY 20 10_ PRINCIPAI~ CONSTRUaTION COQ.. TNC. By: -~l`I~PiS 1 (Print Name & Title} (~ Attorney i -fact l MARY ELLEi3 MOORE (Print Name) fr; - r_~ ;,r ;_ ,~~ `~ ~~ The Resident Agent of the Surety in Nueces Court =.. Tea~~s, ~~ fob deZitrery of ,notice and service of process is: ~~ `~ ~' ~' n <. ~~, ~~, Agency: SWP,NTNE 0 ON INSURANCE AGENCY ' "'~, ~ ~; ~~`~4 3'~ l Contact Person: MARY ELLEN MOORE ,,'~,~,~,• I J Address: P.o. sox 870 J CORPUS CHRISTI TEXAS 78403 ff Phone Number: 361--883-1711 I ~ (NOTE: date of Payment Bond must not be prior to date of contract) (Revzsed 3/08) Payment Hond Page 2 of 2 SURETY ,_,_,MERCHANTS BONDING COMPANY(MUTUAL) s~c~~ CERTIFICATE OF LIABILITY INSURANCE OPID POSA~~~I*~°~~ 3HACOCI 05/05/1A THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO REGHTS UPON THE CERTIFICATE S,tiPaataer 6 Gordan Ins Agcy-CC HOLDER. THIS CERTIFICATE DOEi NOT AMEND, EXTEND OR PO Sox B70 ALTER THE COVERAGE AFFORl4ED BY THE POL4CIES BELOW. Cargus Christi '1'}C 7$403-0870 Phoae:361-883-17].1 Fax:381-B44-0101 INSIIRERSAFFORDINGCOVERAGE NAlC# INSURED INSURER A' TriYlit'y Lloyds Ins CO 41262 INSURER B: Tr$V@i$rs Prop CaS Ins Co 36161 Jhabores Constructiaa Co. Iac Rock HHyydro Lxaavatioa, LLB INSURER C: Travales~ Indsaeilty ao of cr 25682 P D BGX 60¢89 Cor us Christi 'P3i 78466 INSURER D: p kNSURER E' COVERAGE TFIE POLICEES OF fNSURANCE IISTED I3EIrOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTAND3NG fWY REOUIREMENi, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT 70 WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, 'THE INSURANCE AFFORDED E3Y THE POLICIES DESCRIBED E~IEREIN IS 5UBJECTTO ALL THE TERMS, F,CCLUSiONS AND CONDITIONS OF SUCH P01,ICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLA4MS. LTR NS 1YPE OF ENSURA E POLICY NUMBER DATE {MMfD01YYYY) DATES SMMIpDIYYYY} LIMITS GENERAL LIABILrrY EACH OCCURRENCE $ 1 , OOO , 000 A X COMMERCIAL GENERAL LIABILITY 4'~.'C085773~i958'1'LC09 08/06/09 OB/08/10 PREIMISES{Eecccurenca} $300,000 CLAIMS MADE ~ OCCUR MED EXP (Any one person) $ la^ , 0 0 0 ~ PERSONAL & ADV INJURY $ ~ , O D O , O O O GENERAL AGGREGATE $ 2 , OOO ~ OOO GEN'L AGGREGATE LIMITAPPLIES PER: PRODUCTS- COMP/OP AGG $ '2 , OOO ~ OOO POLICY X j~Caj LOC Hen. 1,000+000 pUT gMOBlLE LIABELEiY COM8INEDSINGLELIMIT 1 0 00 $ ~ ANY AUTO 8AB571N98109CN3 08/06/09 OB/O6/10 {Ee accident} g , 00, 0 ALL OWNED AUTOS ~ BODILY INJURV SCHEDULED AUTOS {Per person} $ x HIRED A11T05 BODILY INJURY X NON-OWNED AUTOS [Per accitlenp $ PROPERTY DAMAGE [Per eccidenty $ GARAGE LU4BILTTY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN ~` AGC $ AUTO ONLY: AGG $ EXCESS 1 UMBRELLA LIABILITY EACH OCCURRENCE $ 8 , OO D , OO 0 C }[ OCCUR ~cLAIMSMADE 4TSMC[J254 6 386 13TC3'0 9 08/06/0,9 OB/O /1O AGGREGATE $5,000,000 ~ DEDUCTIBLE $ X RETENTION $ 9.O , O Q O $ O AND ER$ COMPENSATION EMPLOYERS' LUIBILITY X TORY LIMITS ER C D?~GUTIVE ~ C~~ ~ ~ C 4TLV8B579N82309 OB/06/09 OB/D6/1O E.L.FI1CHACCIDENT $ 1,000,000 OFFI DE EMBE Fa ( (Mendetory In NH) ~ E.L. DISEASE - EA EMPLOYEE $ 1, OOO , 000 SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ t , 000 , 0 QO OTHER DESCRIPi'[ON OF OP TIONB !LOCATIONS! VEHICLES! EXCLUSIDN$ ApDF~ BY ENI]GRSEMENT 1 SPECULL PROVISIONS Project: Looping o~ ~atesliaes to Llimiaate Dead Lads - Pso3,ect No. 8598 The City of Corpus Christi is clamed as Additional Iasurad on all General Liability and all Auto Liability policies. CERTIFICATE HOLDER CANCELLATION 8HOULD ANY OF THE ABOVE OESCRIBEp POLICIES BE CANCELLED BEFORE T~1E ExPIRATiDN CTCC-CO DATE THEREOF, THE fBBUING INSUREeR WILL ENp>=AVORTO MAIL $0 y/DAYB WRITTEN NOTICE 7'O TE1E CERTIFICATE HOLDER NAMED Tp THE LEFT, BUT FAILURE TD DD 9D SHALL City O~ Corpus Chris t1 ~ IMPOSE ND OI3LItiRTEON OR LG4BILirY OF ANY KINp UPON THE INSURER, tTS AGENTS OR L:lgiaeering services Contract Admi alStrai ar REPRESENTATIVES. , : P.O. Sox 8277 ENrATn1E f / o us Christi TX 78489-9277 I ACORO 25 (2009101) ®7988 20x9 ACORD'CiSRpORATION. pll rights reserved. The ACORD name and Ingo are registered marks of ACORD IMPORTANT If the certificate holder is an AD©ITIONAL INSURED, the poiicy(ies) must be endorsed. A s#atement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBRf.3GATION 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 certifcate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it afFrmatively or negatively amend, extend or alter the coverage afforded by the policies fisted thereon. zs ~zoosro~ S COMMERCIAL GENERAL LIABILITY cc ?o to la aI THIS ENDORSEMENT CHANGES THE POLICY -PLEASE READ IT CAREFULLY ~1.DDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: ~ COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Corpus Christi Department of Engineering Services ~. Attn: Contract Administrator P. O. Box 9277 Corpus Christi, Texas 78469-9277 (if no entry appears above, information required to complete this endorsement will be shown"in the Declaration as applicable to this endorsement.) A. Section II -Who Is An Insured is amended to inciude as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or property damage" occurring after: (1 } All work, including materials, parts or equipment famished in connection with such work, pn the project (other than service, maintenance or repairs) to be performed by or 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 injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project cG zo to to of Insured: ,Ihabores Construction Ca., Inc. Effective: 081061 Randal M. Lee Authorized Representative of # 4TC ~~'S~LC09 -~- ~. ~~ Marra in Partner Title: TE 99 O1B ADDITIONAL INSURED This endorsement modifies insurance provided under the following: SINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective .~ ' v umber d8/06/09 ~ BA8571 N99109CNS Named Insured Jhabares Construction Co., Inc. -~- Countersigned by (Authorized Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corgus Christi f ~ ~~ Dept. Of Engineering Services ~°~"' ` Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 7$4b9-9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom liability Coverage is afforded under this policy. The additional insured is not required. to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 O1B - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19,1992 ATTACHMENT 2 20F2 COMMERCIAL GENERAL LIABILITY CG 02 OS O1 96 THIS ENDORSEMENT CHANGES THE POLICY -PLEASE READ IT CAREFULLY XAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART •• OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS 1 COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE Corpus Chnstz, TX 78469-9277 Number of days advance notice: THIRTY (30) Clty O~ CArpi15 ChrlStl Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Named Insured: .Ihabores Policy Number;,~•°"4TC08577N958TLC09 Effective 17~i Endorsement: 08/06/09 Title (Printed) Mara in Partner ATTACHMENT 3 CG0205 (01!96) I QF 3 Name (Printed): R. M. Lee TE d2 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM ~ GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 'cv um OS/Ob/09 BA8571 N99I09CNS Named Insured .ihabores Construction Co., Inc. Countersigned by (Authorized Representative} THIRTY (30}days before this policy is canceled ar materially changed to reduce or restrict coverage ~ we will mail notice of the cancellation or change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 FORM TE 02 D2A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective 3192) ATTACHMENT 3 ZOF3 Name (Printed): R. M. Lee Title (Printed): Managing Partner WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC ~2 Ob Ol. (ED. 7-85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule L . Number of days advance notice: 30 2. Notice will be mailed to: ~' City of Corpus Christi Department of Engineering Services Attn: Contract Administrator f P O Box 9277 Corpus Christi, TX 784b9-9277 r'' This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) _ ~~.~... Endorsement Effective: 08/06/09 Policy 4TEUB8S79N82309 dorsement No. Insured .lhabores Construction Co., Inc. Premium $N/A Insurance Company Travelers Indemnity WC 4206 O1 Countersigned B y: Name (Pri ): R. M. I.ee {Ed. 7-84) Title (Printed): Marra in Partner ATTACHMENT 3 30F3