Loading...
HomeMy WebLinkAboutC2010-216 - 5/18/2010 - Approved• ~ 2010-216 M2010-109 05/18/10 J• S. Haren Company S P E C I A L P R O V I S I O N S S P E C I F I CAT I O N S A N D F O R M S O F C O N T R A C T S AND B O N D S F O R OSO in~ATER RECLAMATION PLANT LIFT STATION PUMP REPLACEMENT engineers ' architects ~ contractors TBPE FIRM ND. F'-366 801 Navigat:ian, Suite 300 Corpus Christi, Texas Phone: 361.-883-1984 Fax: 361-883-198& Clty Of FOR _~~ Cvrpus ~^ ~l+~s~~ ir1ASTEf+~ATER DEPARTMENT ~~r CITY OF CORPUS CHRISTI, TEXAS Phone: 363./826-1800 Fax: 361/826-3.715 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 36]./826-3500 Fax: 361/626-3503. '~ PRQJECT NO: E144I4 ~ V' DRAWING NO: STL 1.89 i ~~~~ -~~'~~' ~1 ~.• '• ~ *~: .* ~ :'' 1 N....u..........~~ B~RT.ON / w~.unM ~°.G ..............., i ~:~ ~ _ , 9938 f ~ ~~ tf'.•.t/CENgEO ~~Wi -'~iONA r~//~ D (Revised 7/5/00} OSO WATER RECLAMATION PLANT LIFT STATION PUMP REPLACEMENT PROJECT NO. E10014 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRAC'T'ORS - A .(Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B {Revised 7/5/00) Worker's Compensation Coverage ~'or Building or Cons'~ruction .Projects For &overnment Entities i PART A - SPECIAL PROVISIONS i A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting j A-2 Definitions and Abbreviations 1 A-3 Description of Project A-4 Method of Award i A-5 Items to be Submitted with .Proposal A-b Time of Completion/Liquidated Damages ~ A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates {Revised 7/5/00) 1 A-11 Cooperation with Public Agencies {revised 7/5/00} A-12 Maintenance of Services A 13 ~l~ee~eees-surd '£~a€€ie---Ce~~e~{NOT USED) A-14 Construction Equipment Spillage and Tracking A 15---~ea~tr~~~=:u--Rem (NOT USED) A-16 Disposal/Salvage of Materials i A-I~ F'xeld~€fiee (NOT USED} A-16 Schedule and Sequence of Construction A 1} Be~rs~~~te~}~e~-P~e~eet ~aya~~ ~L~= (NOfi USED) I~-~8 ~r~cts_inr~,^.__,a r~r~.~;~~._~`'.___ (NOT USED) ~4-~'-.l P~~e~eet~~(NOT USED) A-22 Minority/Minority Business Enterprise Participat~.on Policy (Revised 10/98) s` A-23 Inspection Required (Revised 7/5/00} A-24 Surety Bonds - A ~5 °-'_== '"~_= L'=_=~p,__=: NO LONGER APPLICABLE (6/11/98} A-26 Supplemental Insurance Requirements I1-~7~ ~es~~sibili~F €e~' Daarag2 Ela~ts-(NOfi USED) A-2$ Considerations for Contract Award and Execution - A-29 Contractor's Field Administration Staff A-30 Amended "Canside~cation of Contract" Requirements . A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract".Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents r _. ° 5 n: + n~.. `., n~ i ; ~ , c,.. ~ t n,. _ ~. ~ ,. (NO'S.' USED} A-36 Other Submittals {Revised 9/18/00} ~~ , ~r (NOT usED) A-3B Worker's Compensation Coverage for Building or Construction Projects for Government Entities ~-3~9---Ge~ti~~iea~~e--o€--8ee~pa~~~~"i~xs~ ~4eeep~an~ (NOT USED) Table of Contents Page 1 of 2 A-40 Amendment to Section B-B-6: Partial Estimates A-¢]. BLe~te~~(NOT USED) A-92 05HA 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) 4~-B}•spesal-e-~ ~)igh~5~Gh~e~inated Wate~~,'§,'~.;-(NOT U5ED} (NOT USED) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress A-51 Computer Generated Proposals A-52 Confined 5gace Entry Requirements ATTACHMENTS 1 ~- Electronic Bid PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS (NOT II$ED) PART T - TECHNICAL SPECIFICATIDNS Section 000500 Mobilization Section T-0264].1 Gate Valves Section T-099020 Painting Section T-151600 Rotating Assemblies for Wastewater PART W - DRAWINGS 1. Cover Sheet 2. General Notes, Legend and Quantities 3 Site Plan 4. Existing Lift Station No. i Demolition 5. Lift Station No. 1 Pump Improvements 6. Existing Lift Station No. 2 Demolition 7. Lift Station No. 2 P~np Improvements PART X - PHOTOGRAPHS NOTICE AGREEr4ENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents Page 2 of 2 ~' r;~ .~ NOTICE TO BIDDERS NOTICE TO BIDDERS '~ Sealed proposals, addressed to the City of Corpus Christi, Texas for: Ou~O WA'I'E~t 1x~c-r.n,~amr(~ PIAN1' LIFT STATIC E'LMP REPLACES41L+1T; ' P}~7F,GT NO. E10014; consists of the complete removal and replacement of each rotating assembly for each of the six {6) pumps at the Oso 'Water Reclamation Plant influent Lift Stations No. 1 & 2. -The existing pumps consist of one {1) 75 HP, three {3) 125 HP, and two {2) 5a HP pumps. A11 existing motors, volutes, drive shafts, and pump base supports will be reused. In addition, this project will also include discharge valve replacements, potential by-pass pumping,-and intense coordination with plant 'personnel. to minimize project impacts on plant operations, in accordance with the plans, specifications,-and contract documents. Sids will be received at the office of the City Secretary until 2:00 p.m. on Wednesda rz1 2$ 20].0, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m. Tuesda A ril 20 2010 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A site visit will follow the pre-bid meeting. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bands for cant-racts over $25,000.00 will result in forfeiture of the 5g 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 E'ifty and no/100 ~ Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. bocuments 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. CITX QF CORPUS CHRISTI, TEXAS /s/ Fete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary - ~. Revised 7/5/00 _ ; NOTICE TO CONTRACTORS - A -, NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance ind.ica-ting proof of coverage in the following azrtounts is required: TYPE OF iNSi7RANCE MINIM<]NF INSURANCE COVERAGE 30-Day Natxce of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,Op0,D00 COMBINED SINGLE LIMIT I. Commercial Form 2. Premises -Operations 3. Explosion and Co1lalase Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 5. Contractual Liability. "7. B~coad Fo~cm Properly Damage 8. Independent Contractors 9. Personal Injury AUTOMDBILE LIABILITY--OWNED NON-OWNED $1,000,OtID COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPIi 22 DF THIS EXHIBIT EMPLOYERS' LIABILxT'SC $500,000 EXCESS LIABILITY $1,OOD,000 COMBINED SINGLE LIMIfi PROFESSIONAL POLLUTIDN LIABILITY/ $2,000,000 COMBINED SINGLE LiMiT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden. & accidental ^ REQUIRED discharge; to include long-term environmental impact for the disposal of X NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental. Insurance Requirements ^ REQUIRED X NOT REQUIRED ..Page 1 of 2 The City o~ .Corpus Christi must be named as an additional insured on all coverages except worker's compensation liabi.~ity coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall, obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30J days prior written notice of cance~.lation. of or material chance on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in secta.on S-6-ll or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have. any questions regarding insurance requirements, please contact the Contract Administrator at 826-3500. Page 2 of 2 r 3 4i } NOTICE TO CONTRACTORS - B ~, I ,s ~. i'. .3 r~ ,r- 4 } ~~ 1 j I '.. NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 1 I Texas Administrative Code TITLE 2S INSURANCE PST ~ TEXAS DEPARTMENT OF INSURANCE, DNISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §1.].0.110 Reporting Requirements for Building or Construction Projects far Governmental Entities (a} The following words and terms, 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 Lobar Cade, if so defined. (1) Certificate afcoverage (certificate)--A copy ofa certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-$1, TWCC-82, TWCG83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, far the duration of the project. (2} Building orconstruction--Has the meaning defined in the Texas Labor Code, §406.096{e}(1). {3) Contractor--A person bidding-for or awarded a building or constructiazz project by a governmental entity. (4} Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Cade, §401.011(44}. (5} Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or farm TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties far purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labar Code, Chapter 446, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers" compensation coverage for persons providing services on the project. (6) Duration 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 project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons ar 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 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 or, 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: (1) include in the bid specifications, all the provisions of paragraph (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: j {A) before the end of the current coverage period, if the contractor's current certificate of s coverage shows that the coverage period ends during the duration of the project; and (B) no later 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; (5) 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 f for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific' document in which they are contained or to impose stricter standards of documentation: Attached . Graphic Page3of11 (d) A contractor shall: (I}provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work an the project; (3} provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of caverage ends during the duration of the project; {~l) obtain from each person providing services on a project, and provide to the governmental entity: {A) a certificate of coverage, prior to that person beginning worl~ an the project, so the governmental entity will have on file certificates of coverage showing coverage far all persons providing services on the project; and (S} na later #han seven days after receipt by the contractor, a new certificate of caverage 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 requixed certificates of caverage on file for the duration of the project and far one year thereafter; (f}notify the governmental entity in writing by certified mail or personal delivery, within ten days a$er the contractor la~ew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; ('~ post a notice an each project site informing ail 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 3D point bald type and text in at least 19 point normal type, and shall be in bath English and Spanish and any other language common to the worker population. The tent for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: At#ached Graphic (8) contractually require each person with whom it contracts to provide services on a project ta: {A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements far 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 l l {D} provide the contractor, prior to-the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; {E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension ofthe coverage period, ifthe coverage period shown on the current certificate of coverage ends during the duration of the project; {P) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; {G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known,. of any change that materially affects the provision of coverage of any person providing services on the project; and (I~ contractually require each other person with whom it contracts, to perform as required by subparagraphs {A)-{H} of this paragraph, with the certificate of coverage to be provided to the person far whom they are providing services. {e} A person providing services on a project, other than a contractor, shall: {1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage 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 #o 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 for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (~l) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension ', of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A} a certif cote of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown an the current certificate of coverage ends during the duration ofthe project; PageSofll (6) retain. all required certificates of coverage on file far the duration of the project and for one year thereafter; (7} notify the governmental entity in writing by certif ed mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and {S) 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 all contracts to provide services on the project the language in paragraph (3) of this subsection; (D} provide, prior to the end of the coverage period, a new certifca#e 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 other person under contract to it to provide services on the project, and provide as required by its contract: (i} a certificate of coverage, prior to the other person beginning work on the project; and (ii} prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required. certificates of coverage on f le for the duration of the project and for one year thereafter; (G) notify the go~iernmental 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 subparagraph and subparagraphs (A}-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are prodding services. (f) 7f any provision of this rule or its application to any person or circunnstance is held invalid, the invalidity does not affect other provisions ar applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for-bid by a governmental entity on or after. September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page6of11 (h) The coverage requirement in this rate 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 caverage requirement.in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20}. This subsection applies only to sole proprietary, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September i, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 TZ85110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons ...providing, hauling, or delivering equipment or materials, or providing lobar or transportation ar other service related to the project, regardless of the identity of their employer or status as an employes. " "Call the Texas Workers' Compensation Commission at 5.12-440-37&9 to receive information on .the legal requirementfor coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page S of 11 T28S1 i 0.110(c)(7) Article .Workers' Compensation Insurance Coverage. A. Definitions: Certifacate of coverage ("certificate')-A copy ofa certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-8I, TWCC- 82, TWCG83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person`s or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor`s/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.09b) -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, or employees of any entity which furnishes persons to provide services on the ' project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing 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 f deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classifrcation codes and payroll amounts and filing of arty coverage agreements, which meets the statutory requirements ~ of Texas Labor Code, Section 40.1.011(44} for all employees of the contractor providing services on the project, for the duration of the project. I 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 cert~cate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1} a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on~le certificates of coverage showing coverage for adl persons providing services on the project; and (2) no later than seven days a, flex receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 4 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 not the governmental entity in writing by certified mail or personal delivery, within IO days after the contractor knew or should have known, of arty change that materially affects the provision of coverage of any person providing services on the project. H. The: contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informr'ng all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services an a project, to: (1) provide coverage, based on proper reporting of class cation codes and payroll amounts and filing of arty coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (~) 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 an the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current cent f cafe of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereajer; (d) notify the governmental entity in writing by cert~ed mail or personal delivery, within 10 days after the person knew or should have known, of arty change that materially affects the provision of coverage of arty 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 wham 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 an the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Fage 1 D of 11 ,~ ,. ~~ r ~ Insurance Regulation. Providing false or misleading information may subject the contractor. to administrative penalties, criminal penalties, civil penalties, or other civil actions. - ~ ~ K The 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. _~ ,~ ~~ "l l i i ... I 1~' ~ J. 7 1 Page 11 of 1 ]. PART A _ SPECIAL PROVISIONS ' ~~ OSO WATER RECLAMATIOI3 PLANT LIFT STATION PUMP REPLACEMENT PRO,SECT N0. E10014 SECTION A ., SPECIAL PROVISIONS A-1 Time and Place of Receivin Pro osals/Pre-Bid Meetin Sealed proposals will be received- in conformity with the official advertisement inviting bids for the project, Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 .m. Wednesda ril 2B 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: BTD PROPOSAL - OSO WATER RECLAMAfiION PLANT LIFT STATION PUMP REPLACEMENT; PROJECT NO. E10014 PIo additional or se crate visitations will be conducted b the Cit . A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Descri tion of Pro ' ect OSO WATER RECLAi+~,TION PLANT ,LIFT' STATION PC~+~lP REPT.ACQ~1.+1T; PRCk1ECT NO. E10014; consists of the complete removal and replacement of eac rotating assembly for each of the six (6} pumps at the Oso Water Reclamation Plant influent Lift Stations ~To. 1 & 2. The existing pumps consist of one (1} 75 HP, three (3) 125 fiP, and two (2} 50 HP pumps. All existing motors, volutes, drive shafts, and pump base supports will be reused. In addition, this project will, also include discharge valve replacements, potential by-pass pumping, and intense coordination with plant personnel to minimize project impacts on plant operations, in accordance with the plans, specifications, and contract documents. A-4 Method of Award The bads will be evaluated based vn the following priority order, subject to the availability of funding: 1. fiotal Sase Bid 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, as most advantageous to the City and in the best interest of the public. Section A - 8P (Revised 12/15/04) Page ~. of 24 A pre-bid meeting is scheduled for 10:00 a.m., Tuesday, .April 20, 2010 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas. A site visit will follow the pre-bid meeting. A-5 Items to be Submitted with Pr osal The following items are required to be submitted with the proposal: 1. 5~C Bid Hoad (Must reference OSO WATER RECLAMATION PLANT LIFT STATION PUMP REPLrACEMNI~7T; PROJECT NO. E10014; as identified in the Proposal} (A Cashier's Gheak, certified check, money order or bank draft from say State or National Bank will also be acceptable.} 2. Disclosure of Interests Statement 3. Documentati.aa ae required by Spacial Provision Paragraphs A-28, A-29 & A-30. A-6 Time o£ Co lotion/I,i idated Rama es The working time for completion of the Project will Ise 126 calendar days. The Contractor shall commence work within ten (lo) calendar days after receipt of written natice from the Director of Engineering Services or designee ("City Engineer"} to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.(}(? per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer} may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. .A-7 ~lorkers Com ensation is~suraaae Covers e °4 If the Contractor's workers' compensation insurance coverage for its employees working on the L~roject is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the . requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation o.f 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 natice 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 an 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. Sectipn A - 3P (Revised 12/5/04} page 2 of 24 '`~ A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in ~~ accordance with Section B-2 of the General Provisions. A-9 Acknow3.edgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provzded in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of L' non-receipt, could have an adverse et'fect .when determining the lowest responsible bidden. A-10 Wa a Rates (Revised 7/5/00) r ~ Labor preference and wage rates for Heavy Con9tr~action. l~ ease of eeTT~~•~.e~ art; n; *m ~ Prevailin Wa a Scales The Cozpus CEzristi City Council has deternlixied the general prevailing mirsirmun hourly wage rates for Nueces County, Texas as set out in Fart C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and m~r,~,,; cs eng~loyed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00} per calendar day, or portion thereof, for each laborer, worl~an, or mechanic Toyed, if such person is paid less than the specified rates for the classifiratian of work performed. The Contractor and each subcontractor mast keep an accurate recoxrl showing the names and classifications of all laborers, wor)anen, and m~rhan;cs 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 k~gineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These doc~mnents will also be subanitted to the City Engineer biweekly. {See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper fore and content of the payroll. sul~nittals.} One and one-half {1~} times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and fox all hours worked on Sundays or holidays. (See Section-B-l-1, Definition of Terns, and Section 8-7-6, Working Hours.} i A-11 Cooperation with Public Ac~rx~.es (Revised 7/5/00) . i ~~ 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 (98) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using DIG TESS 1-600-349-8377, the Lane Star Notification Company at 1-800-669- 8344, and the Southwestern Bell Locate Group at 1-800-828-5127. For the Contractor's convenience, the following telephone numbers are listed. ' City Engineer Project Engineer LNV W. Ir~gan Burton, P.E 'Traffic Engineering Police Llepartrment 4 Water ~~nt Wastewater Departrnent Gas Department 826-3500 883-19$4 826-3540 886-2600 826-1881 626-1800 885-6900 683-1986 (fax} (826-3140 after hours) (826-3140 after hours) (885-6900 after hours) Section A - sP (Revised 12/15/D4) Page 3 of 24 StorFn Water Department 826-7.875 {826-3140 after hours) Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1940 (826-1970 after hours) A E P 299-4833 (693-9494 after hours} S B C 881-2511 {1-800-824-4424, after hours) City Street Div. far Traffic Signal/Fiber Optic Locate 826-3547 Cablevi-sion 657-50fl0 (857-5060 after hours} ACSI (Fiber Optic) 887-9200 {Pager 800-724-3624) EQKC (Fiber Optic} 813-1124 (Pager 888--204-1679} ChoiceCom {Faber Optic} 881-5767 {Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0956 (Mobile) Brooks Fiber Optic {1~AN} 972-753-4355 A-12 Maintenance of Services The Contractor. shall take: all precautions in protecting existing utilities, bath above and below ground. The Drawings show as much. information as can be reasonably obtained from existing as--built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, t_h_e accuracy and completeness of such information is not aranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his. operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his. responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown. in the drawings, the Contractor shall make the necessary repairs to place the utilities bank in service to construct the work as intended at no increase in the Contract price. A11 such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc,}, flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary Bumping 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 or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffa.c Control (NOT USED] ~~;e-~e~~ae~e~-w}1~--~e-~e•r~•ui~ed ~~e-se~e~le h}s efre~~t}ass--s~e-a~s ~a-ewe mi~r~~~se--}e~-•--e~r the-seees~eib~~x~~ef ~~e-p~a~r~-a~ae~~~~te~s---~~ ~a.~.s; -Ee~t~et~}ee e€ ~emge~a~~.•~~£i9~et~: s Section A - SP (Revised 12/I5/04) Pag® 4 0£ 24 _~ F' ~$' f ~ A-14 Construction E i ment S ills a and Trackin The Contractor shall keep the adjoining streets free of tracked and/or ~i spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials: Such work must be completed without any ~~ increase in the Contract price. ~ Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible. material that could be washed-into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals (IdOT USED) ~~ ~~ ~~ .~ ~e~ti~~-~~di.~=t-m~~-b~€~:pe_e.£ aebr }s, ealieh~,--aepha~l~-eer:exe~e--a~r~ ~, ~ ~e~te~-ed unle~s~s~he~iv~ise Bret-e s: i ~~ ~~ I A-16 Ais osal/SaZva a of Materials The City requires that the impeller and other rotating assembly parts replaced on this project be collected by the Contractor for inspection and passible salvage, by City Wastewater personnel. The City will designate a location on plant property for the disposition, of those items by the Contractor. Excess excavated material, broken asphalt, concrete, brokexa culverts, mechanical equipment, and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office (AFOT USED) a n A-18 Schedule and Sequence o£ Construction The Contractor shall submit to the City. Engineer a work plan based only an ~rnT•F*~mAg days. This plan- must detail the schedule of work and must he submitted to the City Engineer at least three (3} working days prior to the pre-construction meeting. secta,on A - SP (Revised 1.2/15/04) Pages 5 0£ ,24 The plan must andicate 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: Shaw complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of eaeh•week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual~~~progress of each stage by percentage against initial Schedule. The detailed updated construction progress schedule shall be submitted with the monthly pay request. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. 'Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due to the Contractor the amount of liquidated damages due to the City from the monthly-pay estimate. Days Allocation for Rain The contractor shall anticipate the following number of work .days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of raa.n measured by the National Weather Service at the nearest location is 0.50 inch or greater. No extension of time will be considered until. the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detra.ntental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 pays June 9 Days October 4 Days March 2 Days July 3 Days NovemYier 3 Days April 3 Days August 9 Days December 3 Days Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. Certifa.cate of Completion The requirements to issue the Contractor a Certa.ficate of Gompletion are the following (Proleat Acceptance Procedures Check List}: (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections/notes-Engineering Services to coordinate As-Built plan preparation with A/E Consultant). {2} .Inspector prepares final quantities, contractor evaluation form, and project summary. {3) Inspector/Engineer verifies that all submittals, payrolls, Inspection Reports, As-Builts, 0&M manuals (in electronic format as required) , ¢CAaI~~~~entazrmr and ether Field Information are complete. Section A - SP (Revised 12/xS/04) Page 6 pf 24 'I {4) Contractor reviews and agrees to final quantities or differences i agreed upon by Contractor and Inspector. [5) ~'a.nal estimate reviewed by City Construction Engineer. ~ {6} City Construction Engineer submits to Engineering Administrative Asst., the, final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7} Final payment checklist: (a} Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractar has ~ actually subcontracted through end of project -(d} 1-~ CDBC p~~~-eet-~--a~l €eder-al--fe~~~s-ea~F.leted-awe) ~t-ed [S} Final Acceptance Memorandum prepared by Administrative Assistant -? (9) Administrative Asst. reviews for completeness, funding ! availability, prepares financial paperwork f (10) Administrative Asst. submits to director of Engineering Services/Operating Department Head for approval and forwarding to i Asst. City Manager ~! (11) Final Acceptance memo returned from Asst. City Manager (12) Authorization fox payment (Af'P) prepared and submitted to Accounting Departz~ent ~ (13} Contractor receives final payment after City Council {if required or Asst. City Manager accepts project. (14} Administrative Asst. sends letter to Contractor informing him or her when one-year warranty date begins (Acceptance Memorandum). City acceptance of the project will be described in an Acceptance Meneorandam to the Contractar. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor. ~; A-19 Construction Project La~rout and Control (NOT IISEDj -- .. ~ega=rea ~oeenst~r~et a=gse~eet ~9a•j•~,~••-•-ee~zt~~~l~s-a•~zwe---f~~be~ r , of thi:~-•natu~~- eh ~t ') i d € . p~•e~*~ded-~y~~ie-Cite-e~-Ec~ne~tlt ta~ es ~egtt ~e e~~ a~r~p~•~~-eel ~x~i~ree~. ~aj-eet-~~aye~t- ~~~:~1~1••--be i r e6ir'EE~~~~~ '~3r-~vv i~ r pA~~r-~-e~-be~reh-ma•~k--t~te~e~tr~ac~$~ s~i~ll~~eyide the ~r~~~e~-Cens~l~~a~• ~~~ee•~•--E~ieee~ 4-Sys-•--Fre~iee se t~z'r~alte~~~e ea`r~t~~~~l-pe~zs-ears-be es~~ab~~i~s~ed=bathe---~it~~er Curs-nlt-a~-P~ejeet Engineeras-~e•ee-s~ga~r~~a~-tee prs~••ea•~~~a.~ee~~-t•~re-e~r~e~se ©•f-the ~,.,..~r..r~-,.n. ~-f~~fe~-w~ra~e~e~-~Qass~~it is~ee • ,made-~e-p~epe~=l~e~ee~t-e tire-wee--k easa~-~te dev , the-Cent~aet• iate-f~•em~s er•-sli~l~l-e~ ~=egas~ed-lime--a~rc~ t~a~i~-a~~~~l-af• - weed--eee¢s~s~itate a-~e~is~ie~ta -th e-dr-a~x~zgs, t he C~~t~~•e~t e~-s-ha~l1~~~9-rde 3eetion A - SP (Revised 12/15/04) Page 7 0£ 24 =~ [s-~RFi~~~-E?.#'!ap .C17~~~- ~~a ~s~ or r .~ci-.... -- _ ~==tee-a3~~ ~ra~3~e~s~ ~a~-~a€~k~eles-~e~ .. ? t - r r •-~~~~-e~~~ ~e~t~~~s a~-~et•~-a€ ~ax~e~~,~~~~~~~~•e~€~eaee ~~~•~ a~~ ~t~t~~~ ~~esa ~}tee .. .-~~s~'~~-s•x~e•s~~-s~~•r•~~e~-e~-a-~~^~t~rt~:~; . ~~.~ee~ e~e~~~~s e~ a 2991.._~t-e~~~a~ ~~~~~~--r~~e~~e~G'~: ~r .-~47-~. °£9~s•'.{#3~'~~--@B~i~~~e~s-ia3'~~3~~3c~ .,~; l ' ~' _-- V~i~s-~~i~s ~f~; +-~~~-~=i~t~~'i~tye~'~ e~s~r~~e~s~cu"rxzre~-; +-~~ Y - in Gr y ~e GZ 2r[~a S Lm. j' S']=!'"~[[L~Y lx F~y~GT~ •----~a•s~~g~~ey~~~e~s~~s~-e~~x~a~~ ~~a~r ~i~re~--(.~~„r,~~I~R~•~r: A-20 Testing and Certification (NOT USED) a.maa.~ A-21 Project Signs (NOT USED) ,. ~e~-~B-B~~e~-eel-s~~~3 ~e-b^ ~..~~~, , ~a ~,.. ~~~ ,....,~_....~._, .. `.y.y ... .~Y Section A .. SP (Revised 12/15/04) Page 8 0£ 24 :~.-22 Minority/Minority Business Bntezprzse Participation Policy (Revised 3.0/98) 1. Policy It is the policy of the City of Carpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi iza support of Equal Employment Opportunity goals and objectives of the Affirnzative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both. for minority and female participation by trade and for Minority Business Enterprise. } 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing ! work, labor-; services, supplies, equipment, materials or any camlaination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by~one or more minority person{s}. Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians ar Pacific Sslanders. For the purposes of this section, women are also f; 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 hereinaft~:r set forth: 1. owned (a) For. a sole proprietorship to be deemed a minority ~ business enterprise, it must be owned by a minority person. {b) For an enterprise doing business as a partnership, at 5 least 51.4 of the assets or interest in the partnership property must. be owned by one or more j minority person(s). {c) For an enterprise doing business as a corporation, at least 51.4s of the assets or ,interest in the corporate i shares. must be owned by dne or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority persons}. 3. 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. cl. Minority: See definition under Minority Business Enterprise. section A - SP (Revised 12/15/04} Page 4 of 24 e_ Female Owned Business Ente rise: 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. f. Joint .Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degzee to which a joint venture may satisfy the. stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is-to perform 50.0 of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having ciiinority participation in 25.0 of the work. Minority members of the joint venture must have either financial, .managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals .for participation by minorities and Minority Business Enterprises expressed in percentage terms far the Contractor's aggregate .work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (percent} 45 $ 15 `•k b. These goals are applicable to all the construction work {regardless of federal participation} performed in the Contract, includ~.ng approved change orders. The hours of minority employment must be substantially uniform throughqut the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of [+4BE participation, substantiated by copies of paid invoices, shall toe submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer.. The Contractor is to indicate the percent of minority and female ..participation, by trade, which has been utilized on the Project, Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. Section A - sP (Revised 12/X5/D4) Page ZD oR 2~# A-23 Inspection Required (Revised 7/5/00} The Contractor shall assure the appropriate building inspections by the ~. Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection_ ~€ter the•~~b~lgi~ ie . Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to xead as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on, any bonds or who has an interest in any litigation against the City. All bonds must be issued by an' approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent {10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City .A.ttorney 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 reinsurex(s) authorized to do business in the~5tate 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_ Fox contracts in excess of $100,000 the bond must be executed by a Surety company that as 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 irx the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption {I40T USED) 1- c°cc l ~-L:.........F . .e. e6a~~3~ 9~ 8~~-c--u sic s:ceu ccactcv x-- . r , ' r ~ ~ r . 8eCt3on A - SP fRevi.eed 12/I5/D4) Page 11 of 24 r ~*~~~a}~--€er--al~~-~~~s, Ease}se, and~#se Takes-~pplteable ~~ ~-'~: ~ n issues-a-resale-eerti€ieate to hise~. A-Z6 Su lemental Tiisurance Ra iremeata For each insurance coverage provided in accordance with Section 8-6-1I of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material chan e to: Z. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P.Q. Sox 9277 Corpus Christi, Texas 78469-9277 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 (3D} calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (3D) 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-S-1Z 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 8-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, ar any death at any time resulting from such injury, or any damage to any groperty., which may arise or which may be alleged to have arisen. out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, ox employees or any person indemnified hereunder. Section A - SP (Revised 12/18/04) Page 12 of 24 A-27 Responsi3~ility for Damage Claims -(NOT iTSED) n n _~ . A-28 Considerations for Contract Award. and Execution To allow the City Engineer to determine that the bidder is able to perform its. obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning; J.. 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 £or services or materials supplied which relate to any of its projects begun within the preceding two {2) years. The bidder shall speca.fy the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety {90} days prior to the Clty Engineer`s .request, signed and dated by the bidder`s owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Aci~_*+~ stration Staff The Contractor shall employ for this Project, as its field adm~.nistration staff, superintendents and foremen who are careful and competent and acceptable to the Caty Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (~) years recent .experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that wank is being performed. Section A - SP __ (Revised 12/15/04) Page 13 0£ 24 2. Foremen, if utilized, shall have at least five (5) years recast experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions nr replacements thereto,-must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field admiaiatxation staff is a prerequisite to the City Eagiaeer's obligation to execute a contrast for this Project. If such approval is not obtained, -the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the teen of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-I3. A-30 Asnendad "Consideration of Contract" Re irements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: All biddexs (see Special Provision Paragraph A-5.3), must submit to the City Engineer the following information, with its Proposal Form: ].. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major' component of the work; 4. A schedule .of anticipated monthly payments for the Project duration.. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications .by federal agencies or signed affidavits from the MBE firms, that such VIBE firms meet the guidelines contained herein. ,Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, tv the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting ouch 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. Z£ the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. 3eatioa A - SP (Revised 7,2/15/Oq) Pegs 14 of 24 In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engi_neez retains the xight to approve any substitute ar 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. Aocumentation required pursuant to the Special Provisions A-28 and A-29 concerning Consi_dera~ions for Contract Award and Execution and the Contractor`s Field Administration Staff. 10. Submit in letter form, information identifying type of entity and state, i.e., Texas [or other state) Corporation or Partnership, and name(s) and Title(s) of individual (s} authorized to execute contracts on behalf of said erxtity. A-31 Am~ed Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Miuiicipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: ~~ ~: j. Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the. Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer ~~ may authorize change orders which do not exceed $25,000.00. .The Contractor { ~: acknowledges that any change orders in an amount in excess of $25,OOO.QO must also be approved by the City Council. A-32 Amended 'Tution of Contract*' fs Under "General Provisions and Requirements for I~~n.icipal Constriction Contracts" $-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time priox 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 Gity obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts tp the Contractor. i A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will. not excuse a bidder of his obligation to carry out the provisions of this Contx'act. Contractor is reminded to attend the Pre-Hid Meeting referred to in Special Provision A-1. section A - SB (Revised 12/15/04) Page 15 of 24 A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda. issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given tQ the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas bepartment of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTN! 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 y Provisions, in that order. , A-35 City Water E'aci7:ities: Special Recruirements (NQfi USED) r ~ r~ia cc ~ ~---8epa-~-~~ en~P~~se~ •1 --~~ ~I~ ~ e . -- s te~-r~ent~~~e-tee-Su€ et~ ~ r , f ...... ..y ..Y ..u ~~..z. s~he~-~~e~s wk~~e#~~eza~ld-ee~ae--i ~ t - n e ee~ -ae.-~i~izh~e~•a~le-wate ~~st ~ , 3t -e ~ - --- -aa ~~~3~9 ~ EIS' ~1yE~~ci~~ 8 @F~#}~~1~E~?!~ :•-~---~~1G9e- ~E7&3 t~33~ES3 &k~r-~~e~9~1°e -~~5~iee•~EE(~A--~ ~ ~~ ~ ` ' ~ l 3 2- ~ ~irc 6i~~~~-- -F - --.i Section A - SP (Revised 12/15/04) Page 16 of 24 ZL~~~X=a.4~~~PAP.~~~.P~-~~L'~.k,a r'..i`..r~~. ..~ rQe ~e~' e~ ~~s e~~~e~ee~s-ar~e~~•:~-dam ~~ee~~~e-~e~s; ~t~s~-~e-ee~~ei~e r ~~a~ ~~ ~ a~ a~~ ~~~es-••a~ ~Y}e-~ra-t~ a3~ ~~~es----a~t~-~e~s~e--a~~~~ ~~~-a~s~i • ~-~e~c~}~~e~e~~e-~tet ~e €e~ ~~ ~ c ~~ e~~~s~e- . ., r . }~A .~°•vrsiiaccPi~~--F >i es-~5~- ~36~ ~ ~~ ~ ~ ~ ~ ~ ~ ea~- r es ~~a~~e~ -eens~~x~~ s~r ., ~-: 4T. l ~n~ s,Fe~-~ ~e--~~--ee~~r~e~-~ e~€r~~e~~~~g a ~~ ee~~~a~-s3:r ~~e~~~ i r r r r . r ~ ~~ese r ; ~; ,...}; .. . ~ ~ l ..er.r7. ..~ L... -. L.7 .. ~.. .,]n ..~..., a.. 1-5. ,-. F..1 l .. C r ~e~~a~-wa~e~ a~~ ~ras~ev~~e~ rte:=±=s . a-~-~arw~~-.eaF~t -ae -~e a~~ ~ ~ ~~~ - E ~ g e ~ s -- e~ i ~~~~ee --- r--., ---- ~ae~--e~-•.._a~-~eas~~ ~e~e~e €e~- a~ ~eas~ _-~,-~ee~~ $eCtion A - SP (Revised i2/i5/04} Page Z7 of 29 4 ~ye lo- s a ~ e ie-te~'e~ P f i ~ E i . ~ y ~ r ~ee e e~ -~ ~g ~3ee~! a-Ce~a~ i pe~fe~t-~~ie--r~ca~ ~ die e~ le s e~s ~ ~egr~~~ed b s~el-a~~h ~ i this ..~,.,.. x. ~_~: ___ ~ t 3 h ~„ ~~~~~~.., , . . g y ~ s ~e~-e E 4d ~e ave- a~~-k3£1~~e3~le~i~~ ee~f~~aa~e~-$~•opQse se~~ri~ee €$E~~~f~ ~3C~~~32-S~ d ~~•~ tie-C ~r~Fd~~~t~~t •4 eB B~ ~ 99 ~~~e~-E~63Fkgl3~~e~-S~~+c~=~ t~aE~. a~lee-9~ the--£'~e7ee ~i'-3~ ~rnQ t-s~}te ~e~ 1 7 ' F ~ .. •-7 i. .. ~-..: ~. ~?a~~faet~re~ to f ?~~}ex -- Ar~e~r ~ tie--~a~~iat~ ee a~ t#e --~ -9 ~ae~~i~eal-e~~e~~~ Wt~e•~ P7 ~t W e '~-~ l 5 a - . . •e~~e~~s- a~e~- ~•r••eat~tez~~ i~s~e~-•-i~-~e~ded to sf3e~t-a 11 f' th ~ d ~ - e e-~~q~ ~e -s i ee~s-:-~-~ n , , ~. w,.~ ~,, ; ~~ a~_.,-.=-ter=t- ~~~ e~ of A-36 ether Submittals 1. Shop Drawing 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 (ly reproducible transparency far all shop drawings. c. Submittal Transmittal. Forms: Cantractor shall use the Submittal Transmittal. Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Cantractor must identify the Cantractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(sa, and specification Section number, as appropriate, on each submittal dorm. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimens~.ons, adjacent construction worts, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. 3entian A - SE (Revised 12/1s/aa) Page 18 of 24 '~ e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to .identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. T 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 re~riewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thxu Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City EngineerTs selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3} copies of all shop test data, and repair report, and all on-site test data with5.n the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project.. ~~ A-37 Amended "ham ~,~„t and Chare~a for Water E'~ixnished..by the Cityu {NOT USED) ~~ .. -- ..__.. + a - :~ ~~ ~~ the-~Fej-eet site ~h_ ~,..,} ~ +. ~ •~ ~~ ~41?'Y ~-eeiI~CLa TS T~ A-38 Workers Cora nsation Coverer a for Buildin ox Construction Pro'ects far Government Entit~.es The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. ` A-39 Certificate of Occupancy and Einal Acceptance (NOT USED) Section A - $P (Revised 12/15/04} Page 19 of 24 -, A-40 Amendment to Section 5-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-5: Partial Estimates is amended to provide that approximate estimates from which partial payments wi11 be calculated wi11 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 works~.te. A-41 Ozone Advisory (HOT USEb) ~a~€y--Eo~~a~~e~ abe•~-a~r~e---ale~t•: ~~~ ~e~ay~sueh-a~s-his--~•s-e~~ex=i•e~e~e~-s- AF1mr~r~.n.cs~i-~..-f ..+ .+-c.., __ :.c. as.,, ...w ....a ~~.._ r" ....... `. `. ..... ....... ........ .. t-.~y.~v sic - ~ - - A-42 OSHA Rules & Regulations It is the responsibility of the Cantractor(s} to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal .Construction Contracts" B-fi-2Z Indemnification ~ Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall. indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability ,whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, ar their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man, A-44 Ctxan a Orders Should a change orders} be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor`s- costs and breakdowns, cost of materials and equipment, wage rates, etc.}. This breakdown information shall be submitted by contractor as a basis for the price of the change order. Section A - SP {Revised I2/15/D4} Page 20 of 24 A-45 As-Built Dimensions.and Drawings (7/5!00) (a) Contractor shall make appropriate daily measurements of facilities _ constructed and keep accuxate records of location {hoz~izontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-fauilt dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutionslfield changes. {2} Changes in equipment and dimensions due to substitutions. (3} "Nameplate".data on all installed equipment. (4) Deletions, additions, and changes to scope of work. {5} Any other changes made. A-46 Dis osal a£ Hi hl Chlorinated wrater (7 /5/Op) (NOT USED) F.. ~. .-7, ., ,~ . i..i ui..sN "'..emu ~. ~ ..F . - .+.-. -,+...-7 -.~-..... . A-47 Pre-Construati,on Exploratory Excavations {7/5/00) {NOT i7SED) ~~~€ee~ ~a~imu~t~~ ,~ s~ ... -.+: ...C +i. .. +.. .. F ..+: ..l Section A - SP (Revised 12/15/04) Page 21 oP 24 A-48 Overhead Electrical Wires (7/5/00} Contractor. shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction .route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators. of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. . Some overhead lines are shown in the construction plans, while others are not. It sha13. be the Contractor's sole responsibility to provide-for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guarant ie/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-ll Maintenance Guarant ,.add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Gantractor or any other individual or entity." A-5b Amended Prosecution and Pro Tess Under "General Provisions and Requirements far Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: °Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment far demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract." A-51 Computer Generated Proposals The following paragraph modifies 8-2-7 Pre oration of Pro oral, of the General Provisions: "The bidder has the option of submitting a computer-generated print-out, in lieu of, the Eroposal {SHEETS 1-6), INCLUSIVE. The print-out will list all bid items (including .any additive ar deductive alternates) contained on Proposal Sheet 3. If the Contractor chooses to submit a print-out; the print-out shall be accompanied by properly completed proposal pages 1, 2, 4, 5 and 6. A sample print-out is shown in Attachment 1. In addition, the print-out .will contain the following statement and signature, after the last bid item: seotian A - sp {Revised ].2/15/D4) Page 22 0~ 24 3 ~~ (Contractor} herewith certifies that the unit prices shown on this print-out for bid items (including any additive or deductive alternates.} contained in this proposal are the unit prices and no other Information from print-out. L~ (Contractor) acknowledges and agrees that the Total Sid Amount shown will be read as xts Total Bid and further agrees that the official Total Bid amount will -~ be determined by multiplying the unit bid price (Column IV) shown in this print-out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. 1 (Signature} 1 (Title) (Date) A-52 Confined 8 aoe Ent Re irements Contractor will be required to comply with all OSHA regulations and guidelines as pertaining to identification and classification of confined spaces, and associated requirements for entry into these areas, including compliance with OSHA Regulation (Standard 29 CFR} Permit Required 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. section A - sP (Revised 12/15/04) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT: OSO WATER RECLAMA"~ION PLANT LIFT STATION PUMP REPLACEMENT; PROJECT. NO. ElU(314; DRAWING NO. STL 189 OWNER: CITY OF' CORPUS CfiRISTI ENGINEER: LNV, W. LOGAN BURTON, P.E. CONTRACTOR: SUBMITTAL DAfiE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL 5ectipa A - SP (Rsviaed 12/Y5/D4) Pages 2d of 24 _~ {3 ~i i i SAMPLE COMPUTI=R PRWT -OUT PRO.IECT TITLE DATE {YOUR COMPANY'S NAME HERE) I II II! 1V V Bid Item Qty. Units item Descri~tian Unit Price In Figures Bid Item Ext, Qty x Unit Price Al 34475 SY Street Excavation $ - $ A2 5,033 SY 6" Cement Stabilized Salvaged Base A3 etc. etc. etc. Sub-Total Base Bid "A" Items (Items Al-A21): Sub-Total Base Bid "B" Items (items B1-B21}: Sub-Total Base Bid "C" Items (Items C1-C21}: Sub-Total Base Bid "D" Items (ItemsDl-D21}: Total Base Bid: ATTACHIVIENT '1 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NiJECES ~ ~ THIS AGREEMENT is entered into this 18TH day of MAY, 2010, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and J.S. Har®xx Company termed in 1 'the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $447 000.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: -~ OSO WATER RECLAMATION PLANT LIFT STATION PUMP REPLACEMENT ~ ~ PROJECT NO.E10014 (TOTAL RASE BID: $47,000.00) 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 job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bands, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. GSO WA'1'F:R ~Te'CT.Al~!-TION PST LIFT STAT20bY p~ RENT PItoCTEC2 i4Q. R1C014 ~ ~xa Y ~x _~= arr v szfl 4xlt ~ rnmtzT r~trcE ~t~ iTE'M Z'1'E1l UNIT I3R~lI8TICQ7 S[Q La'I6I7RRP JiSIC2Q Ai MobiA7-xation/ Qaraobiliaat~on, complete .ln , 1 LS place per lump sum. ~ ~~.,,:'~ $•-.(`•~:,.~•. `. g,2, Ramose and AeplaCe Retati>zg Assembly - 75HP , l ~ imp, aompleeta x~ place per each. ~ ~ UL=;~ _ 5`~. ~. C, ~- ~, 3 EA Ramawe etas Replace Rotating Assembly - I25Np ' ~ Pun~~ Comgl.ete in place pas eaoh. ,r~ ~r,. ~-~ ' J~ ,.,-~ ~ A4 . Rettaas a and Replace Rvtetiaig Assembly - 50H~ 1.~~~ Qc' L. C~~?~ ~ ~ c'` 2 EA gyp, coasplete in place pez each. °y $ A5. 1 EA Re>no~•e and Raplaae 2Q~i~ach gzscuaa~ taste Valve , aompiete itt place pas aaoh. ,~ $ tS A6. Ramose end Rep~.ace 29-i:7eh eats Gate 1 EA Va1vE~~, cax~plat! in place per each. /r ,'f~~ S ~r~L+--~ ~---~ ~~~= =d loos 1~ ~ A7. val~a, ss~alu~asa: A1aad fps boYt/st ]. aCA accar~,aaiy spa i RYC spool Sa~iavat ~. as :mow t a - . co~l~~ i'~ r.~r.r~~~ 5 n ~,: ~ ~ \,. ~~w ~ saa. sew ,~a~ A8. ~,r„~~ ;~~s rs; ~S a. 8A SAOaaz#O+>1~Y aatsi ~ a food ~i ~ ~~ gyn., ~ s°~~ ~ 1~,1 aaaa,~s a: P'NC taaee]l p~iaios; ~t~ ~~' ~tidd~el amp r ~ ~ ~,~; ,~~,,_ F S ~ ~7.~0~ 7aaa: ~. _ . ~°"~ aAd ,~a..~, Z~ i~,~,,h snc::an ~ t~ A18. Vpl~a, fidol~.~: hl~srd llap~i bolt/~eAeti ~1 aadarsaer9 sacs: PVC spool A~~: ea~if. r itapd-]ate _a~ trap, a ^ its ~ ~~s Sass aaRis. ~ .,~~. ,,~ $ •~~•, 'PU'i7~'[+ gAet't HIa (*'1S~G !li T~ 1134) : S R~AS+Oat 3 IIDp~1DYM MO. ~ trapvse~I. e+oeA 1ANN~ NII. ~ Page T og Q ~ ~ ~ ~ The Contractor will commence work within ten t10) calendar days f"rom date they receive written work order and wi11 complete same within 154 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Carpus Christi, Texas on the date shown above. -- ATTEST. City Secretary APPRO D.AS~TO LEGAL FO By: Asst . City Att~,o~~n, ey d ~ •~..~ ..~.... A[~~'llORlx~ c~~~c~~ _~~1« 1~~ CITY OF C RPUS CHRIST `~ B y : ~-+~ Juan Perales, J ., P.E. Assistant City onager Engineering/Development Services By: Pete Anaya, P.E. Director of Engineering Services ~~ORE7ARY A;;~E~T-:-. {I~; Corpora~ta~on~~)~; n ) 'J~ ~,~N~?te: Tf Person signing for 'ccrpora~ioa is not Presfd~nt, attach copy of autriorisation ~~. ~Qtir~~r~9~~ ~? ~o i ~. .~ s ~~~~ ' ' ~~~~i~~~~i5-I~IiUIHI~~~~~ 1 CONTRACTOR J.3. Harea Com an By: J S ~C~r~e. r~ ~~ ----- Title: ~'•!(l~~'~' P.O. Sox 450 (Address) Athens, TN X7371 {City) {State){ZIP) 423/745-5000 * 423/745-5252 { Phone ) ( E'ax ) i~R0P05AL FORM say ]$O WATER RECL~TICN PLI~T LIFT ST1e1TION PL~l~P REPLACF.~NT PROJECT NO. E10014 OF~PARTt+~A]T OF' ~i~GIN6E1iTNC SERVIICES CITY OAF CDRP~S CfbAxS'fZ. TEl~RS ~v~~o~ a ~ ~ao~ouM No. a ~tt.~na+t ~w~.: P.~ ~~ PagO ! ai 6 ~~ ~ ~~ -I ,~ pRO~C?sAL Place: ~ ~C t~~, "" n~t~: ~ ~ ~ ate, CHIC? , Proposal of __ ~ ~ '~ - a Cvrparata.on organized and existing under the laws o~ Che .tote of OR a Pa~•tnership or Individual doing bus~.ness as i I TO: Ths City [,tf Cosgue Chx'isti, Tors Gentlemen: The ~~nders~.gnod hereby proposes to furn~,sh all labor and materials. Ca018, and necessary equipment, and to per~azm the work required fos: OSO H1-TB.~t RECL~TICt? PLA1-1'1' LIF.~ S'~ATIO~ P~ ttm~.AC~1T ~o~cz ao. s~.ooi~ at the Xocaticris set out by t1~e plans anc~ speai~icatians and i.n strict accv~:dance with the contract documents fox the fcllawing prices, to-wit: ~s~p+ 3 Prepaaal Rbrin Fege 2 0~ R AOO~WY! N~D.3 Ate~rnaa! Na Z Page ~ ot~ osw wa~~:~ ~~za~Ta~ err ~.z~~ s~rax aE~t,~-cs~~t~~ ~o~aT ~o, ~~ooia ~ ~xn ~ yT TII N V aIn QTX s CI~IT BRIGR 8I~ IT~t t'1Rtt uara~ a~St~tipTxO~ 7.IQ ~'id~s ~N$xo8i p,i Mabl~ization/ ~emobiliaati.wn, complete lri , 1 ~~ p1eCe par lump sum. 5 $.~ (~ ~ . ,~ ~Z, Ramona ,ifid liepisoe Ratating Assembly - 75HP , 1 ~ Pump, complete in place per each. .`.~ ~L.}u`J _ g`.~ 7. ~.`~,~ `-' A3, RsA-aye cad RepZaae Rotating Assembly - 125Rp 3 ~~' PLtln~i, cpmp3.ete in piece pez eaph. ~ ~ . ~~ p19. Remote and Replace Rotating Ass~nbly - 50HP ~j~~t7Cl: ~~'~'r~~`~ 2 EA complete in peace pez each. pum °-. ~ ~.~~.•~ g, A5. Ree-o~r and Replace 20~ineh ~ Gage 1 ER Veive , ce~plete st1 place per aACh . S 15 A6. Romo~~e and Replace 24-inch ~ Gate i EA Valvc,, Complete isx piece per each. !r ~-~~`. S ~'~JL_, ~a _d Zsor ~5-der ~az~ ~ A7. yal~,r, fnal~Q: H1st-d t ots bold ]. gA acc~asoxv sets; PyG s~aeS_F~!~i ~,,,. aeoe .nab . ~+e ~$ 1 sae . ~, ~,.~. ~ i ~ +,.y~, _i ` ~O*~ i~M R ~ ~~ Y~L c~ YR:~% eland , _ ~ ~ g pMr ate. r ,.,~ ~. - ~ S ~~'C . ~'~ ~ ~ 20"ia°t ~.~ A9. ~~• fr...l~sefi~; ~,~,ud ~ifle~sp 17a1~ r/a~t 1 ~ aexasao~' ems: P1liC ei ' ~ t OO11pL~~i s~'~ ear p~1~/ ~ d +~.~?,n lf~'l ~ i'" r );~,~ ~' ~ ~. 1 - ____'' A10. v~.4, ~= blind llana~; ~t i 751 aaoesdes~r sets= p'YC r~wl ~: aa4spi#a~ s st~nad by su® ~~, a ate sm ~A1 per es~ • ~ . ~;;` g , ~ _ .. .~, ~~-~~~~u 3 ADp~1DYM RIO. ~ l~o~t N~-. R ~evpvs~3. ~+era cage 3 a~ s Pik! ~ ~ B The ~~ndersigned k:ereby declares that he has aisited the site and has carefully examined the p18ns, specifications and contract documents relating t© the wor covered by h3.s bid or bides that: he agrees to do the work, and that na representations made by the City are in any sense a warranty but are mere estimates far the guidance of thg Contractor. t7pon r~otigicatian of award a# contract, we will within ten {],0) caler..dar days execute th® formal contract and will deliver a Performance Band (as required) fox the faithful ~erformarLCe of this aantract and a payment Hond (as required) to insure payment for aAl labor and material9. The bid bond attached to this proposal, iz~ the amount of 5~ of the highest amount bid, i€ to become the property of the Gity of Corpus Christi in the ever-C the contract and bonds are not executed within the t:ltns above get forth as liquidated damages for the delay and additional work caused thereby. ]~iaority/parity Snsiaaas $nterpr~.ed Partieapation The apparent low bidder shall, within five days of reeeipt of bids, submit to the City Engineer, a.n writing, the names and addresses of 1'~ISE firms participating in the contract and a description of the work to be performed and its dolXax value for bid evaluation purpose. >6~vimb~~s of 8igraed Setar of DoGe~a'ts: Tht contract and all bonds wxl.3 be prepared in not less than four ca~antergart (original signed) sets. Time of Coepletian: The undersigned agrees to ca~+plets the wor}c within 15~ ,...,ender d~ra from the date designated by a Turk Qrdex. The ~.xndersigned further declares that he will. pzovide all necessary tools and apparatus, do all the work arLd f~LrLxish all materials }nd do everything required to carry out the above mentioned wo7Ck Covered by this proposal., isl atr~.ct accordance w~.th the contract documents and the requirements pertaining thereto, for tt,e sum or sums above set forth. Rece:.,pt f e fol ow~,ng addenda is ac}CL~owledged (addenda number°) : .,,,,~C1~, ~~~ `rnt~~e --- _ _ _ - -- _~ Respectful y submitted: Rome: 8y: (SEAL - TF S1D1:)EA ~S a Corpa:.:ation) Address: (Ci Telephane;,~ BPS: Oa sfOt Q9LdCh 1.rid LlaR OlR4S ~apQZS• Fill in vfCA l~:~k and sUlaloft Complete +d.sh ettAChed i•sapers. sEV~slOet 3 *r.~aL e+ns'm pae~ ~ eC 6 d. >9~ax) iStreet te) {Eip} t1~~eed Augast 2064! ~~ Iv ~ ~J~~.~` AODEi~YM lid. ~ All~aelfmlllt NQ. 2 IP~~~~ ~~~~'~' ~~~~~~~'~ ~~~~••~~~~ THF~~' Executed in Four priginal Counterparts ~~®~~~ ~~~ ~~~~~.,~~ ~~ Bond No.: sb00'1000456 ,~,5 T'HES~ e"'R~I~J~I ~HA~~E~ I~.! ~~~~ (~F~~1~l~~ ~~~3~~~. ~ ~ ~ ~ ~ ~ .~! ^ s• as r~ pp S~A,T,~ D~ ~ ~ CUUNTY 4~' W~CES ~ W ALL BY THESE PRB~N~Sti T8~`iT _• J.9 Haman Cflw~aany o~ 'M'C:MIkIN Cqurityr Te~rz:aesseer hereinafter ca~.led "~'ri.ncipc~Z",. Arad Uuico Casualty Company ,,, „ • ,,,,_ r a carporatx~rn tirgan~.zed under the laws rif t•he Sate o£ Delaware f end ciu~.3r auth~ari:zed to do bua~.a~xess ~.ra the State of Teof Texas, ~,ez-e~na~ter cared "$urety", are held and firmly bc~urid unto the C~.ty o~ Corpu$ ~hrist:i, a _~nun~.~ipai corparatica~ o:f Wueces Countyr Texasr hereinafter ca~.J.ed "C;i.tyr'", and uza.ta all persons, firms and cvrporat~.on€s stipp~.y~,ng l.~kior and zna~Lera.als ixa • pxosecat~:on of Yae woxk ref~;arred to ~:n. the attached na~at:ract, in the penal sum of BUR ~~ FORAY-S~VBN._ _ THQ't3~1 ANt3. _~C)1~.1~'~.I<~4~7, ~~10 _D(1) 1~flLLARS, T.at~f~~. moxre.Y of the ~n3~'i~d States,. ~~. be paid in Nueces Crautaty. =.Ce~as, for the ~Sayittez~t of ~rh~.ch ~€.un. vrel~. and truly to be made we 7aind au.r~e~,ves, aux 17~ia"~r e~ecutoxs, ad~~.a~zst>Vatt~aAs and successors, ~vint,ly and sev~:ial~.yr tirtrtly jay these Areserata: THE C~DITI0~1 OF ~`&~S O~L~L~A'TxON ~S SX3CH Tom: Whereas, the p~ixa.oipa.~ ~rxst~red into a oeact.a_n contract wig the t:ity o~ Co~p~ua GYaristi.r dated the ~:BTS -day 14~AY 24 1~ , a copy r~~ whioh is hereto attached aa~d ~acio as park heraaf, fir the. can~st.ruct.ion of: OSO WATT RLC~AT~~I' FLANT ~TFT S~ATIt]N P RE&x,ACSMENT JSCT ~fO. 5~:~~~•4 ~~C#~A~ H~18~ VIII : X44'7 r I~t~C? . At3). NOW; THE~tBFDRE, if the p,rincipaJ. shah. f~ithfc3.].~r perform. its d~tias and me.ke prcampt payment to a1~. persons, fixms•- subccantractorsr corporator_s and claimants supgtyin~ J_abor and matarial ,ln the. pa"QS~cutiora o~ the work prr~vided for ,~.n sai.d contract and ~.ny .and all duly authorized mad,ik~.cat,ion df saxd c.~ntra~t thet may he~einaftax b~ made, nat~:oe of which modification to t.h~ sur~t~ 3c h~r~17y ~xpr:~~~~y sera"a:u~dr then this ob.~igta~.~.or~ shall be •vod atherWse ~'a ;re?~s:~;n. in :Full forOe and effect. ~ROSi~DEn L'€~,~2•'~'ABRr that. i.f any legal aatior~ be filed ~zpor this k7asidr venue shall 1i+a in i~ueces Coa,nty, mexs,s. And that said surety for value xeceived kaereby stipu7.ates that no change;, exterrs~.on~ of t~.xne, a].terati,on ni addition to the terms cif the contraot, Or to the work performed thereunder, or 4he glda~sr s~aec~.fa.cati©n~, c~raw~.~zgsr etc. , accompanying th.e same shal,~. zra anywise affect its obligation do th3.e bend, and it does hereby wai~re notice. n~ any such change. extension of ta~ane, a3te~-atic~n ox' addzL-ian t:o the teritas of the contract, or 'to the ra'vxk to he pertQrrneci thereunder. i?ay~ent Aoncl P~a~e 1 0~ 2 Th.~.s h~ud ~.s gi:v~n i:o me~~r t,h~ re:qu.r~:men~s o.~ 1~~fole li~.6G, 'Ve,rnc~n `~ ~~-~i~. ~~atutes ~~ ~e~as, and oi~~s~ a~}~~.icabl.e 9~a~u~.e's of t~~ Sta~:e of ~ex~~ . The terms TM:C~a~mar~1", "Lobar" and "Mater.~~tl", as used ~i~rei:~ are in aGCOrdanee wa.th. and as de~i.nad in sa~.d Ar~:;~ci~. ' The €~ndersign~d agerl: ~s hereby desiguazad by the ~u.~ety t-s~:rein s4 the ~gen~ fi~sid~rlt ~n Nuc-~ces Cat~nt~r to whom. any r~quisit~ not:i.~es may be cl~liver~d and an who>:u sez~v'ce a,~ pr~c~ss m,ay be had in matt~r:s atc~.s~:ng out. a>"' such sux'et.~rshipf as ~~'avie#ed by Rr1:. '7. ~,9-3.r Vernan''s `T~~as Tnsuranaa ~cde, ~N Wr~E~~ '~EREbF, this ~nstruznent is ex~culred ~.n 4 cdpi~s. each vn~ C~~ which sha7.~. b~ d'eemaa an arigi~za~,, this tk~~ 24th day a~ .. __ - .May. ~^, ~4 10 . PRI3~iGZPAI. J.S.. H.aren Company .i,S. Haren, President -Print ~arnc~ ~ T.i1r1a) ~o ~~ ~~~ .L .. --~I;~ ....:P~ A,geuc,~r: Snelling Professional Services . ~o~[s'~ Pse3s! : Gina T ler Adr~.7e~s~ r 535D S. Ste les Ste. 110 Cor us Christi, TX 78411 ,Z`~,tt~?,x.Te NiIllAltber': 361 9D6-1213 (Nt}TE: naf:e Ot* Payment' Bond Faust uaC ~e prtaz ro date a` ovx~Czactl (Atevxsed 3JOtt~ Payment Sond Pale 2 0~ 2 sv~Tx . Ullica Casualty Company ' ~ff~i~1L ~dP~l•Tf=3~ID7' ~s~®lli~f~~ TH~~ Executed in Four Original Counterparts f~~D~~D ~Cf~ffm ~f~fC~f~l~L CC1f~Tf~,~D`T Bond No.: sb00'i000456 ,^-. '~ ~DDI~1©~,~~„ ~'~~f1~i1,1 f~fGLl,ID~ ~'~~~~ P~f~~ffJNf Df~4~~Ca~5 f ~ R s ~ ]Et M ~, N G ~ H ~. rr A Yf~~3~ Gi~~f'~t~~ t~~D~i~~. 5~.'A'1"L bF T~CAS ~ K~70Ti~ 1~iLL $Y ~1"~~5~ FRSSENTa ; CQt7~I~'Y t7F N~cES ~ ~$AT ~ 3.5. $a~e>rs of ~' County, Tennessee here~.na~t~r c~3.led "Px~:nci.pal"', -ard~uuico Casualcampany ~. , a corp~rat~on argan~.zed ui~de~ the ~,a~as o~ the Sate of Toeiaware , ~Ad Ci71,a,;~T 311.~h[5:~,~,.~,~f1 'G¢ d0 xT1tS7.r1.ESS 1:Z1 tY3~ ~c~.tfi' d~ '1`e.Xc~Sr laexe~icaaf~e.x ca~.1~d "Sur:~ty!'; are he~.d ~n~l fr~nl.y bound unta the City of Cc~rpu~ Cfirst, a inuriiai.pal aorpa~atic~n o~ Nueces County, Texas, hexs:r_after called "city,', in the penal. Burn of )E'OVR ~1~7~p PbRT3C SEV$N '7,'RO~~AND ~1+TA ~/ZpQ I~+~~T,~~~3.~ii~~ 1~OLIJA~S, .Z.awfu.i. mone~r -~ - iaf the tThited States, to,,,k~e pa:~d in ~ue~~s Courit.y, Texas, fox t?te pay~n,~rt~. of ~b3ch :~~xrtt we.I.I and ts~l.~r to be sn.ad~ we bird ~ur~c3~r~s, tour he~.rs, executsars, ~rdrr>:inistratcrs ~:ntl successors, joint7.y anti severaz.~y, f~.rml,y by these presents ~E L'aN~?~~~CP7" {~" T$~S FSLIC-~A~~t3kl ~S 5tU'CI~ THA.~': Wi~~ereas, th€~ principal entered into a.- certain contract with the C~.ty of Goxpus Chra.st~., dated the ~ of MAY.. , 2'0 ~~ a. capy of wi~ia:~t i~s hereto attached and Made a paxt .h~~eQfr fir the cc>nstruct~on of: oso ~~R R~~r~raTrc~ gx.ANx zr~ ~~xaN ~~ ~g~Nz ~~o~c~- Na,Ea~ao~.a t~QT~ sAS~: srn: ~~~~~o~~.~~} NC~+I', TARE, i~ the pxa.nCipal. shall fa~.thful:.ly ~e~fo:rrn said work in acccar~anc~ w~.th the p3ans, spee3_a~i~ations ~ and cor~trac~ documents., incliaciinq any- changesr extensions, or guaranties, and ~.f the principal: shall- repair andlo~ replace: al.l defects due to facz? ty materia.Is andf.or wnrlc~nar~sh~:p ghat ~ppe~~ wii:,hin a par:~od of one (~) . year from. the date ~~ compl~ta~rn a>EZd acceptance of a,anpsovements b'y the City, ~Lhen ~h~s o3~l.igatiob sha~.l be vo~_c3; otherw~.se to :rearj.ain zn £uil, ~a~c~ ~rscl ~~~~c~ _ - FRE~V~DF~i ~'gRTNER, that if ariy Zega1 action be filed can this bond, venue sha11 lie ire ~ueces ~ Cau>lxtyr Texas. And that said surety far val.t~e xece~.ved hereby stipu~.ates that nv change, extension O~ t~-me a..lt~ratiari flr a.dditicn to the tents of tt~e contract, or to the woxk perfo~aned tk1eX'k''uI]df.'JCr~ px the ~siansr specifications, drawings, etc., aacompanyin~j the same sna3~1 in anywa:se affect its csbligation oaa th~.s bond, and zt does I7ereby wa~.v'e natiGe of any such change, extension af' timer al.te.ration or add~.tion tr7 tote terms c~ the Coi~;t.raGt r yr #;o the work to be per~o~med ~:~iereunder. Per~orm~nCe Band . Pa~+v 1 0~ ~ ~hi.s band ~.s given. 'CD mae#: the x'equiremer_ts v~ Ar't<,~clc 5~.6t?, Vernon ~ s trvi]. S#ratutes ~~ Texas, and ath$r apps i.cab~.e sta#ru~es v~ 1~he S~~,te a~ ~'es, ~ . The undersa.gn~d agent i~ ~he~eby tt~signated by the Surety her~~.n ~s the Agent ktesiclenl; ~.n Nue~es Cotut~y to whom any requisite not~.ces may be delivered and'. an ~*hc3~n. sQrvic$ v~ pra~~ss zna.y be hid ~.n mattexs ar~:t~ing out of su.cn suretyship, as pro~rideci by ,~x~t. 7.:1.9-1, Vex~r~t-~l's Texas Ir~~urance Code. . ~1*~ WI'~N1~SS W81$i~BdF.r 1`hi~ ns.trumentr ws executed in 4 copes, each ane of which slaal.~, i5ra de.emad an ~ariginal, this the 24th day o~ _nnay..-.. .-,____., 2~l ~o ~?.Ft7.N~~FAZ J.S. Hann Com an 8y~ J.S. Haren, President a,,`~~a++++i11~~R~~~ ~~'~`, J ~* tPs-r.~. Name & ~'i~:~.e) ~~ ~. ~ ~~' ~,~ ~ d ~~`°~ir ~~IIi~~~eG~~` C rin Name & Tit e fp~1r!!gll61tt1i111++~ 8'C~kE~'"JC U41ico Casual Compan~r 1625 Eye Street NW, W shing#on~, DC 2l?006 ~'~1~'Get=?,A~~s~'.~S~~-'~~~'e:~,'!-` '~~~*,s~'tz~ls~~'v.. ='g.~t~_~'~ ,Agr~pC~f"J Snelling Professional Services +Cc~s~taQi± P~r,~czu: Gina Tyler ~~s: 535a S. Staples, Ste. 110 Gorpus Christi, TX 78411 lp~e7a~ ~~~ (361) 906-1213 y Cra rd omey-In-Fact A.t'tror ~,~aet Jeremy awf rd ~Pr$nt Nairie~ f-N'OT,E: Mate ai` Pes~ai~nance Scrnci west n~Y. 37~ pr..iot tR date df c~~tt:raat:l ~RP.71~SP_d 3r+48} i?ertarmanae B~nc3 gaga z of 2 PROOUeeR {865) 691-4847 FAX: (855) 694--4847 TIS 2nlsuranc@ Services, Inc. 1900 Winston Road, Suite 100 P.O. Box 10328 .,. Knaxva.lle TN 37939-0328 Y INSURANCE 5i2iiao° o' THIS CERTIFICATE IS ISSUED A$ A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI$ CERTIFICATE DOES NDT AMEND, EXTEND Ott ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, INSURERS AFFORDING GOVERAGE NAIC # INSURERA:UniQn Standard InsuranC@ INSURER a: American Interstate INSURER C: INSURER D: INSURER E: LIT INSURED J. S. Haren Company P. O. Hox 450 123 Washington Avenue Athens TN 37371-0450 THE POLICIES OF INSURANCE LISTED 6~LOW HAVE BEEN ISSUED TO THE ENSURED NAMED ABOVE FOR TH£ PDLII REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS 1 THE: fNSURANCE AFFORDED BY THE POLICIES DESCRfHED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLL wn_n_ocn_ert ~ uu~~...,,.r..,., ..... .....~ ,.__.. ___.._ GENERAL LIABILITY ~/ X COMMERCIAL GSNERAL LIABILITY A CLAIMS MADE ~ OCCUR CPA 4344222 4/6/2010 4/6/2011 X Intl x, C, Il Intl Prem Ops; Sroad Form X Cgntractual Liah. Property Damage; Indep GEN'LAGGREGATELIMITAPPLIE5PER: Contractor AUTOMOBILE LIABILITY , / X ANY AUTO y A ALL OWNED AUTOS CPA 4344222 4/6/2010 4/6/2011 X SCHEDULED AUTOS X HIRED AUTOS X NON-0WNEDAUTO5 GARAGE LUBILITY ANY AUTO EXCESSlUfiABRELLA LFABILITY a~ OCCUR ~ CLAIMS MADE A f I----f DEDUCTIBLE ~ CUA 4344223 f 4/5/2010 14/6/2011 $ WORKERBCOMPENSATIONAND ~ Owner included EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIERECUTIVE OFFICERlMEMBEREXCWDED? AVWCTN1851032009 10/5./2009 10/1/2010 If yes, desarll)e under SPECI VISI Inw OTHER OESCWPTION OF OPERATION$ILOCATIONSIYEHICLESIFa(CLUSIONS ADDED BY ENDORBEMENT!$PECIALFROVISIONS Project: # EI0014 - OSO SPater Reclamation Plant Lift Station Pump Aeplaaement; The additional insur®d on ail general liability (G7,) and all automobile liability (AL) p City of Carpus Christi Department of Engineering Services Attn: Contract Administrator / P.O. Banc 9277 t~ Corpus Christy., TX 7$469-9277 ACORD 25 (2001!0$} INS025 iotDrl}.t'rea AUTHORIZED REPRESENTATNE Sunny Oakes/BECHEN ~~ _ ~,~~~ ®ACORD CORPORATION 7968 Page 1 oft :Y PERIOD INDICATED. NOTWITHSTANDING ANY ;ERTIFICATE MAY BE ISSUED OR MAY PERTAIN , 510N5 AND CONDITIONS OF SUCH POLICIES. LIMITS O R EN $ 1,000,000 PAMAIS~TO eocRE cote $ 300, 000 MEDEXP An ono ereoq $ 10,000 P NA 8AD URY $ 1,ODO,OQO GENERAL AGGREGATE $ ~ 2,000,000 P ODU -c !oP G $ 2,000,000 COMBINED SINGLE LIMIT DOO OOO y $ {Ea accident} l r e/ BODILY INJURY {Per person) $ BODILY INJURY (Per accldentf $ PROPERTY DAMAGE $ (Per accldenl} AUTOONLY-EA ACCIDENT $ OTHER THAN EA $ AUTO ONLY: AGG $ $ 3,ODp,000 AGGREG TE $ 3, DaD, DDo $ $ S X WCYTATU• OTR- E.L.EACHACClDENT $ $OO,000 E.L. DESEASE - EA EMPLOYEE $ 300, OOO E.L.D S -FOCI IT SOO,000 amity of Corpus Christi is named as ~Iicies. 8HDULD ANY OF 7HE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA71pN DATE THEREOF, THE ISSUING INSURER YVILL ENY7EAYOR Td MAIL 3O DAYS WRITTEN NOTICE TQ THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OSLIGATipN OR LIABILITY OF ANY KIND UPON THE IRIIP®RT'ANT !f the certificate holder is an ADDITIONAL INSURED, the policy{ies) must be endorsed. A statement on this cer#ificate does not confer rights to the certificate holder in lieu of such endorsement{s). Ifi SUBRQGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement{s). DiSCL.AiMER The Certificate of Insurance on the reverse side of this form does not constitu#e a contract between the issuing insurer{s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies fisted thereon. ACARI'] ?~ r~nn~ rnni INSa25 ~oana}.aea ~ Page 2 of 2 CI~NlE~iC~AL GENERAL LiAB~L~'I'Y TF~ZS ~ENDC]RSEMEi+7T CHANGES THE POL~CX - FT,E2~SE READ IT CAREFCFLLY' ADQlTIOf~IAL INSURED y C)WNERS~ LESSEES OR CANTRACT~RS jFORM B) 1'has endarseaeenar mndif~.es insurance provided under the tollowa.ng: ~cDMidERCIAL GEL~ERAI, LzABIi.IT~' COVERS FART SCHI3 RILE LZeme O~ Heraari or Orgaaias'~.aes Ci~~y ox Cnxp~ CELtisti Depar,.ment C~ Engirteer3.ng 5ervi.cea AT~i: Caa~tract Aoiministratux P,O, Bar 9277 Gdrpua Chri~ti~ Texas 78469-9277 tI~ t-o eat=y eplaasrs aaove, fnioametion required to acmplete this aarlorsrmeat wi11 be s~,ot~rxi in Che DeClaratf.an as applicable to this endoxB~aent,l WE30 rS F.~ x~1BaREa fSectiou II] is amended to inrtude as an ins;tred xha pgrsaa or a=ga:r.~.xat~.on shown sn the Sczsadsile, hat oa7.y with res~cea_ to 3.iabi.lity aris~.ng out n£ "your w4r?c° for that i>sured by or for you. 'sawed Tasured:__,J. S EarentComFarry _, yv.~iey Nr.[pi~ez• CPA43~~+~~2 EfPeCtf~,e Date of This Endarserneak: f}S/Qi~IQ Aut~saxixed Represexatat3ve: ~V game (Pri.atedy : Haylgoad I... ekes, IIi ~titLe fPrinted~.~resident-Construction I}ivisioa CSs ~0 ZO i1 65 S d ~9Z~tr1~~t+ ate} ue1sH H f QB~*~f3! 01. !Z ~e~ insured:. 3.5 Hareri Company Pn~Gy E~fo. CPA 43442.22 Pa(icy Period 4IQ~l2Q 10-i 9 G014111H~iiCfJSL G~f~}I1<.1,W13lLriY ~., ~ oa..~ i~ os ~lrs rr~~aR~n~~r cl~aHO~ rile Pv~.rc~r ~r~As~ ~~n ~ cA~rru~,rr GDNfRACT#~R°S GENE~L L1ABfl,.1TY A~]'VANTAGE EN#7QRS~III~E~fT This endarsernErnt STiGF~ai6s insiaano®praU~~ antler fht=fGlit7Wlnp: CAM[N~}iGU~i.f>yEFfdZA4.l.rAlill,llYCt~VEi:tAGEPART $i1fYl;YiAFtY OF 4`£11t8iA6l= i=Xt~N6rOIi1& CL Gf's 0419 74 os indTudes sapyrfghted ma4st~l of irlSlu~ce $ervicas ~~rce. inn, range 9 of B SS~ltf Its perm~slori 7ha ahava fe a cumrnasy ~ Pi~aE~s oona~ii ~e spapilfo pmvtolone Thsl faRaw ror aampials rnrarmelion an t!m s+den~ora p~fsd, ff fhme fp a eatdGd hehuaan Uds swmnary and !hs at~Oreemnrd pauirianr ~f-~4loilo~r, She andemamanf P~ra+~f proven '1'hes prs~visl4ns of Ure iomrrmraial ~anerel ilerlaiGly Cover~gg ~ apply except as alhe prouldsd Jn this errricersanrarrt 'fhfe endarsemant applies oNy ~ ~ Coverage Part ie Included in tt~a pallcy. A. MiSC~kGI"A~OIISADI7tliQNAL1H6URI~S WNt3 #S AN iNBI1t7EQ [Ss~eere 1I} I5 amended th Inatuda as art Insured any pe[sorr ex argaotration {referred ttr as addHianal Insured bab~j de- aodbed to paratpaphsA.3.a.IhrcwgltlLZld. betaw Wher1 yDte ~ ailC14 ~180r1 or OrgardJed<en haue agreed Irl Wt7iag in s aatrGard ar agreaneeni that ttonal nsured ~n tre added ag an eddF ~ 1ro~Y. pr4vlded that: 't. iris written no~raat nr wrilfest ag<~nenl i:c [a} d~Itsne ofihts poles a~effediu® [b~ €u~ed pr#or #~ ~'~odity thl~jrrrj~. 'ptappa--i err damage', cr'psrsdnat arad adverf~ ins rr~wy+~. 2. `i'he Insesanraa altorried by this prevision dress nd aAp~ th atqr person or organlydlian !n- otudesd 6$ an esd~pnal Isssured try a separate earrlarsearenttssued byes and made a peutof thla poliayarcrnrdrage part 8. Only the lalontr~rg pareosrs nr cr9~ailons one addlSanal insuneda under thts provision, wph oovergg9 ibr eruch addiETonal itlsure~ lirnited es prnvlded herelnt a. Meaagen+ or Caesars oiPnemises b. LessarClflquipmeat Any pareoan pr arganfxedOrr from whom yoee lease egettpmerrt Such person or or- ganixatign !s an Insrered only with rasped ~ lfr far "btrdidliy q~ury', 'kpnoperty danrage^ pr °AS-sgnai errl adveertisirrg IM [~` sau9ed, In whale ar In part. hY your arakrt~ness~ aperatian a use eyl aqulp- malrk~ased th you bysuch pascn or arL $R A perstm'e ar argerdmllon's ere an addltbreei insured under dds ender reeeret ands when that oonlissai at agr~ meat wdh ynu tar auoh [eased eett~ment ends. Th>s tnauranpe doss not apPiy 6o- any °aQ• crarenog" whfalr Lakes pleas al>ar the e~ lease erc~tres. Corrfrnlling Irde}rast ~rrGa~Srrgn[ttr~e~i%tt~reN~ad dai Inn ~~ but dn}jt wRI1 reapBat th ltiriil' tlabifKy etls- ing autaf: 4. Thee farancfal corrbol of the Named insured; ar Z, PreRdseslhay own, matrrEaSr or Wn` trot wbtte the Named lnsuuad ieaaea or ocrarpiae these premise,.. This ziwllrarrae dress net apply to strua' lead 8tfereflllrts. peW ocresiructlorr end tlaenollBon aperuBtgra parPormed hyor for suci, eddiflorr~ nrsraad. t7axseeees3 Or Caphasrttars Ferr• Wgom You Ara parfonaing Ongplgp Operatlexrs 1. Atsy,pErsaee or srelxagad Por whom or~-wlt~-rsasp#tctto I'or'tra~y INwY', ~~~ da e^ m. sonel and advarlrafig Ir uryr' caused, ir1 wlsole or M I~ dY• a. Your sots ar omiseicras; rar tr. 7tfe .aa1s dr' cuniasione of ltsose noting orr your behalf iA lh6 pen'l6trnsrrCe elf ypra' ongoing opardtosas farilse addlifanal tnseaed. A parsa~s or arganiealton's estalus as sn seidtilonat peaured reader this pro- vision ands when yore operallorles for that rrddlt(nral brsrred are wmpteted. G. A massager or lessor of premises buk only witE- r e# 1a lleWNtjr drising osa€ ei the own, malMsnanam flr use of Thal d. part of the preniaee leased b you end subject fo the th>roMdng eiddNiana! eaxntu- afor:s; 7iii5 insurance does npt ap{~iyla: / [~} Arry "oaaun'erecd" vahiah fakes pace @~ a11ar you oe!ase ~p be a tenant 1n thef pre ens. [2} Strushaai arterakorra, new canstrero• tbn ar damaliifarr operations per- formed by or on treimlF of such addi- tional isrsrsratt C~ Cis t14 d3 79 ea Includes oapyrigh6ed rrsaterisl of Insurm>car $Srs~rxs Office, ino., Fags 2 aF l3 with its permSstori 2. W>fh raspeat to Eha insra'snae al . forded to ih~e onat ~sureds, IFrB yallrsuir?irg adttr7koerat axduaforsa apPn+: This Insurance does not appty tcr: a "go~I~L't~'~~mpe+'t!-d~9e" ar °persarraf and ariverflslnp tra- k~ artsTnp otrt of ~e rarslerk~g aF, d' Sea aura sti rarrder~ any profassbrsd ttnchiteactural, angl" rteering ar srnvaylnp services, ira° ciudng: (t} 'ihe prapt~eng, appnsving~ cr fe>fyrrg io preps at approve, maps, shag drawhrpe, opt loner rrsports, srtn-ays. lfaid orders, chefs arders or drauuTng® anti spso~sltons; or (2} 8upervisary, tnspacltan, ar- airfte~4r,rat ar anginserinp so- ttvltlas. b. "19cd1[y iNiclr' ~' "P~l~+ ttem- asp" ocaming b11m ('tI'y Atl wnrl~ incladifrg msteriais, or equipment fea+ti~red connetdlpn t~h aucte work, an the sot (other Oran servtoe~ nraentance or ~ po~halF~tphe addt~na! irr stead( at gre tocallon of the oovere~ operegons hays been cDmpla~d; ex (2j That pardon of 'your wank" out tsi which the Initcy ar deenage arises {>~ Eesan put fo PEs tnbettded use by any perspn or orgerimeltgn adirar Oran enotirar contracbr ar subcotthapUx engaged in R~rg oparagons for a iRin es a part aF tree same pro]ed. lion A. MiaceUaneaAi Ibnyst~erf~tlrs fealiowittg ~ddEtlonal pmvtsinrrs also apply; (7y Arry Insm~enas pQavlded tQ an add~lpnat Tn- srserl tte~eraTed t~ntier para~aph$ A.3.a Through A.B:d e5cva dog not apply: (a~ 'io 'bod8y i~isy ar 'propert~r damage' itrciyded fire "prodrrits~oorrrpietsd opera~ons harard'~ or (b) `~ injury`, "Praparlyadama;ie" ~' o d~ofo~te ~~nag~Uge ial aUr ~~~ gonal tnstaed. (P} Paragraph A,b~ of t3aollon N- CararnsrafaT Omtearral L.Fabillly Condtiaees ~ tieteted and rspfaced vghllre lbtlow8~ 6, mess taaar~atrce 1ir3s ~nattrsaeca 3s ax~ss ova: Wry of the other insurance, wtrelher primary. excee&, opsa8npent or cnr any offier bs8ig ths~ 1s en-aNatrle fD the arddi~eral trlsta~d anises you end ihs addliloeral lured Nsus 1Iy agreed be wrldng that thls~ce he prtrasryr 'ftrete ws wHl treat any adrer la9ruanca tneirrtaRned by the adrdganar hreuad far In ar daAr ags covered by prad<Slan J1. Mi~l- Tafeequs Jtnl Irmurads, ex- eefctsuuhalNerbtstaanae as noted fn paragraph 6.Z ba~w, as eeca~s to thi6 Tnsfsance ~ ~~~ esgt~ed by such wrt#tan eeprlpl5pte7rtlYrtl~er agreenMfnt, rNa wQl not seed coer>rbrthon from a ofhar r~einel Id ~r I~~ ~~o ad- r~ury or damage covered bg- praNsitm A. Ni4cellmee~ ofm Adilfape-1ns except ficr setae other irtata as nctsd hr paragraplf 6.^. 6atcw. ~. My other t~Y gabl8ly tnsuraurce avatlsble m flea addpionat Inatasd far di3iTifagels 2r~t1 cot of pdemlezes Or ongering opana~ona for wielpie ouch ~ aasd ape~ne~ by el~ taahreiarit ofsm erldrrrsanrenL When lhls lerafaarrce ~ sitce~ wa wgl have na , under 8eagon 1- C~o+rpee'a~p. A~'!FJ'atAhl Il~r Me, Braga ~ tMfadb rtisl~~ burr fi3er~-!o del~tgl lira insureq agnins! d~rryg+ "errs'' tF say other Trrsessr has a i~1 to defend Ore Inatsexl eigainet that "srdf!'. tf nd other Iresur~er dpfards, wa wlt underfelts to do so, bert wa eVlll be etrgUr:d b the ~ rigtrls agehrhl aM tltoem D•har )parsers. ilVtiart this Itarmanaea ie axrmse aver other l~~ tva vVAI ply only orrr share e>F the aerrount of the loss, ff ary.'#lret entceed$ fie sufnrsE t:L f:G u4A3 74 dh Inotudes oppy,;sl,~ materiel aFh~urance Services t]f~ice, Irrc., Page 3 of 8 with gspermfseton TE 991176 ALA[~1TI13i~lAL 1N5URED This endorsement modifies rinsuxance provided_;ind~r the following ~~I'1~$S AO~'A CGS GAi~71~ CQiVBElA~ FOIs~M ~'1iUC~i3 ~ FOlgd This endorsement changes the policy effective ort the inceptiaa date of the Endctse~nent Eifecti've Pvl7.cy 1~t~bex / 05l27.f 1.0 CFA4344222 ®! Tamed insured ~ ~ . 3, S. Hares Company caunte igned by TYce provisions ar~d exclusian~s that apply to ~alABI€.ITY eaVFAA~E also apply to tha.s endorsement. City of Corpus Christi Dept. of Engsneer3ng 5exviaes Attn: Contract ~1d~ainistratvr P.O. Box $277 Corpus Christi, T7C 78469-8277 {Enter NaaRe 3iitl FsdClsB3s of Addi.tiax~tai tnauz"ed.1 iS au is~svsedT but only with respect to lega3, respans~.ba}.i.ty for acts er omisaians o~f a person far whom Liab3.lity Coverage ss afPdzdecl undez this policy. . The +ad$iti,o~. 3~xd is not required to pay for any prem~.un~s stgtee! in the pa~.icy n= eaxned from t?~e pa3iay. Pixy return premi.uta and any dirridead, 3.f app7.icahlef declared by us shall be paid to you. Yana are authorized to act far the addi#:iadsal assured in all matters pertaining to this iesuranc+s, We wi31 taa;.l the adds#ior~al 3a:sused ~-ati.ce of any cancellation of this policy. Xt tha cancellation is lay u +, we ~ri~.~. give teen days notice to the addf.t3,~a1 frsmuxad~ The addit3.oaal is~snred mill retain any right of recovery as a c3.al.m~t under teas pel~.ay_ '1'8 99 01S - Alm~iL'~E~ ~1f113~ Texas StASadsxsi Aritomuob3,7.e l~acLvrset P~scri15ee3 l~aa:cl~ !8r 3,992 L ~ ag~gP~Ll;z-6 0~ ua.~eH S f eB~~a ~ a < <z +SeW CC?i~'1MERCTLT, GENERAL x.,IAgIZaIT7~ ~;; .w: .. TkITS EN~]O1t5BMENT CFYP~1d©ES TFIE PQTiTCY ~ PLBP,SE READ IT CAREFE7LsLY TEXAS CAANGES -AMENDMENT [?F ~Ce~I~TCELLA'I',IO1V F$Q~7ISIC3NS OR CO~TERAGE CHA~iGE This en~7.orsernesit oedi€~,es insurao.ce prrvided under the follawa~axg _ 'CON~CIPaL GENER~iL LIABILITY CaVERAC3P PART Z~IQUOR LIABILITY C~,GE PART OWI~IERS ANI~ CO~+T€'RACx`ARS PRC7TSCTI'i~E LIABILITY COVERAGSE PART POLLDT.IOW LTA'BILITY CDV$&AGE PART pRp7]UCTSjCOMPLETED flPSRATIDNS LIAB.LITY COVERAGE PART '1~,rLRbAD PRt3TECTIVE LIABILITY COVERAGE PART . Ta the ever~.~ o€ caricel.Iatian or ~a.terial change that reduces or restxi.cts the insurar.-ce a~€orded by this Coverage Part, we agree to mail prior wxitten notice of Cancel}.aticr~ ox material chaxsge to: Sela$dtx~.e 3.. N2~me s SEE HELOW ~ . Addx'ess . SEE BELOW 3 . Number of clays ac'~^~renCe notice : TSIHT'Y I ~ o) City of Corpus Chz'ist3. Dept. of Engineering Services Attn: Contract Adm~.tristratoz P . O. ScSOC 577 Corpus CI]riaCi. ~ 78469~9a77 bTaRtted Insured: _-'~ . S . Harem Coagany --- CPA43442Z2 Policy b7umber E€€ecrtive Bate of Thxt3 EndcaraemenC: o5f2~lro Authorized Regreaeatative: f Nau~se ted) : [prYx~ Bs. wand ~,. fakes, III . Ti,t~.e tPrinted): ~res~a~~~, Construction Division CQp205 fI3.-$5) 8 ~ ~9Z~Str1E~~ oO ua.~ey 5 C ~ s09~OL 06 4Z+1eW TE t~ 0~4 CANCEL~A~ON PRt]'YlSLD~i ~~~R CQVERAGE CAANGE ENDI]RS]T T}xi.e~ eadareesne~t awd%€atss ~.asuraace gro~r~.ded under the ~cr~.3.aw5.a~r ~IC~9~Sf888 A~'1'D COY8BeA8 P~Q![ G~RAf~ Q~ $~ 9!R~S ~ PO~t This ent~ers~emeat ahaage:ffi the ga33,cy ef~act~.ve aax the ine~ption Bate of the Pa13.cy ~r*.. ~.~ 2-i- tr ..3: wew~sA l.wZ ...a. Sndaraenxsak F~teextf've pv~.ioy I3rsmber ~ 0~12~.l10 ~ cP~k344zaz , ~+iamee9 1'rnseir'et3 ~ 3. S. Haren Company counters d by ~~ ~[~'tiRTY _#,301 ~ days before this ga3,3.c]- i.s Caaae~.~.ed or materia3.ly chemged Co ssds~ae aa: zestriCt aavexege iue w~.ll sna3.1 natfae o£ 'the caace].lat~,an bL' erheutage to e 9~5. BET,giQ -.~_ [Easter Maras and Address) ~~ City a~ Caxpe~s Ct~i.stf. nePl~ _ of Eagiaeer~.ag ser,rica® Attt7.: Casstract Adraiaistraear 1?.0: Hax sa~7 COSpus Chs"ist~., TX 7869-9277 Authorised asprss ative: ~s~ Name igar3srtsd! x,r, ~~-maad L, Oakes, III --- Title {Priatedlz ~'xesident-Cosestruatiian D7Lvision gam ~ os oar. - ..;. e~e4~axros< ~xavxs=oar aR cotr~a~-~ ~s ~eow~:; 8taxse3exd ariatamQebile Ent3e~rsa~ent P=eSarik~ed ~1'G71A1abd~ ~.r 3,987 6 d ~9Z9~trL6Ztr a~ ue~eH S i' ®0~=Q6 O R 1Z+~BW S9'ta~RS CDME'ENAA'.~~ON AMID E@~I.C'i~ERS BTAS~L~TY 2NSt7RA~iCE Pd~CY' YdC 42 p& Al {Ed. 7=8d) TEXAS NOTICE OF' A'~'].'Ek'~ Cii~STGE ENDD175EN~,1T i. y.y__ T~ia.s atadozsettsent applies only to tlae insurance prcavided by the policy because Texas is ehawaz initem 3 , A. of the ~afonnatio~s Page . Ito the event at earacelat~.on ar other material ahauge of the po13.aY'- we wi1~. mail advaaae notice to the person car organization siatned s.ra the Schedule. The number of days advance natica is shav~m a.n the Schedule. 'This esadorscYment shall not capera~e directly or ~.nda.rectly to benefit airy©ne not named in the sGhedu~.s . st:hedule 1. Nnmbar o~ daZrs advance aaatice: 30 z . i~atice will be s~naa.lad ta: City of Carpus Christi Depaxtment of Tagizteer'ing Serv~.aes~ Attn: Corxtrscct Administrator P.D. Boat 977 CbrprYS Chri.ski, TK 79469-9277 This endorsement changes tlae paiicy to which it is attached a~ as effective an the date issued ualess otklervtisa. stated. {The in#e~ati.crn. 8elosa is required only when. this endorsement iss xssuec~ sutasequent to preparation of the pa].ic4y. } Endorsemsat Effective D3/D3/).D Policy No, AVWCTNI8,51D3~~pirldass/ement Iva. ~ ~nsuxed J. 5. A&~en Campax-Y ~ m3.um ,dN/a Insuratzce Company American Cauntezsigned Sy: Interstate Ins. Ra and v. Oakes wC 42 06 0~. Name {Frizkted} . Y'~- ~ xII ~_.~ {Es3, 7-Ba} Ti.kle {Pra.nted) s president -- Cvnstractiva Division