Loading...
HomeMy WebLinkAboutC2010-465 - 7/20/2010 - Approved2010 -465 M2010 -180 07/20/10 Huff & Mitchell S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N ;D F O R M S O F C O N T R A C T S A N D B O N D S engineers a rchitects ,contractors TBPE FIRM NO F-366 801 Navigation, Suite 300 Corpus Christi, Texas Phone: 361 - 883 -1984 Fax 361 - 883.1986 WASTEWATER DEPARTMENT .. DEPARTMENT-.OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI; TEXAS Phone: 361/826 -3500 Fax: 361/.826.3501 C4:Icaisw apfm .ASTEIWATER D E P AR. P M E N T.;' -.. , . ]N1A Li0GA0 eUfl G_ s 9:938. 0 DRAWING NO SAN 554 , (Revised 7/5/00) OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT NO. 7410 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A {Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage for Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A-7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -I1 Cooperation with Public. Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A 17 Field Office (NOT USED) A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A 21 Project Signs (NOT USED) A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A 23 In,pectian Required (ncviacd 7/5/00) (NOT USED) A -24 Surety Bonds A 25 Sale° Tax Exemption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements • - - (NOT USED) A -28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff 'A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A 35 City Water Facilitico Speeia3 rcquixcmcnto (NOT USED) A -36 Other' Submittals (Revised 9/18/00) A -37 Amended "Arrangement and Charge for Water Furnished by the City" A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 Certificate of Occupancy and final Acceptance (NOT USED) A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A 16 Dicpoaal of HIighly Chlorinaeed Water (7/5/00) (NOT USED) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Amended Prosecution and Progress A -51 Computer Generated Proposals A -52 Confined Space Entry Requirements A -53 Dust Control A -54 Internal Combustion Engine / Noise Abatement Criteria A -55 Contaminated Soils A -56 Security A -57 Access Roads A -58 Parking A -59 Expedited Submittal Process ATTACHMENTS 1- Electronic Bid PART B - GENERAL PROVISIONS • PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS Section 021020 Site Clearing and Stripping Section 022020 Excavation and Backfill for Utilities and Sewers Section 022100 Select Material Section 022420 Silt Fence Section 023020 Jacking, Boring, or Tunneling Section 025404 Asphalts, Oils, and Emulsions Section 026202 Hydrostatic Testing of Pressure Systems Section 026206 Ductile Iron Pipe and Fittings Section 026210 Polyvinyl Chloride Pipe Section 026602 Sanitary Sewer Force Main Section 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures Section 028300 Fence Relocation Section 028370 Barbed Wire Fences Section 032020 Reinforcing Steel Section 037040 Epoxy Compounds Section 038000 Concrete Structures Section 055420 Frames, Grates, Rings, and Covers PART T - TECHNICAL SPECIFICATIONS Section T- 000500 Mobilization / Demobilization Section T- 020800 Well Pointing, Dewatering, and Disposal Section T- 021040 Site Grading Section T- 021080 Removing Old Structures Section T- 022030 Trench Safety Section T- 025205 Pavement Repair, Curb, Gutter, Sidewalk, and Driveway Replacement Section T- 025215 Cement Stabilized Limestone Base Section T- 025220 Flexible Base - Limestone Table of Contents Page 2 of 4 Section T- 025412 Prime Coat (Asphalt Material Only) Section T- 025424 Hot Mix Asphaltic Concrete Pavement Section T- 025610 Concrete Curb and Gutter Section T- 025612 Concrete Sidewalks and Driveways Section T- 025614 Concrete Curb Ramps Section T- 025802 Temporary Traffic Controls Used During Construction Section T- 027200 Control of Wastewater Flows-Bypassing Section T- 027205 Fiberglass Manholes for Wastewater Section T-027208 Type A Rehabilitation of Brick or Concrete Wastewater Manholes Using Multi- Component Modified Polymer System Section T- 027209 Type B Rehabilitation of Brick or Concrete Wastewater Manholes Using Epoxy Liner Section T- 027602 Gravity Wastewater Lines Section T- 027604 Disposal of Waste from Wastewater Line Cleaning Operations Section T- 027606 Service Lateral Replacement Section T- 027611 Cleaning and Televised Inspection of Wastewater Lines Section T- 027614 Cured -in -Place Pipe (CIPP) for Rehabilitation of Gravity Wastewater Lines Section T- 027618 Wastewater Line Rehabilitation / PipeBursting Section T- 027620 Point Repairs and Obstruction Removals Section T- 028040 Sodding Section T- 028200 Mail Box Relocation Section T- 028250 Wood Fences and Gates Section T- 028310 Chain Link Fences and Gates Section T- 030020 Portland Cement Concrete Section T- 093100 Composite Shell Cast -in -Place Tactile Warning Surface Unit PART W - DRAWINGS 1. Cover Sheet 2. Abbreviations & Legend 3 General Notes 4. Bid Item Tables 1 of 2 5. Bid Item Tables 2 of 2 6. Delivery Order Scenarios 1 of 4 7. Delivery Order Scenarios 2 of 4 8. Delivery Order Scenarios 3 of 4 9. Delivery Order Scenarios 4 of 4 10. Wastewater Standard Details 1 of 5 11. Wastewater Standard Details 2 of 5 12. Wastewater Standard Details 3 of 5 13. Wastewater Standard Details 4 of 5 14. Wastewater Standard Details 5 of 5 15. Traffic Control Plan Details 1 of 5 16. Traffic Control Plan Details 2 of 5 17. Traffic Control Plan Details 3 of 5 18. Traffic Control Plan Details 4 of 5 19. Traffic Control Plan Details 5 of 5 20_ Curb, Gutter & Sidewalk Details 21. Driveway Details 1 of 2 22. Driveway Details 2 of 2 23. TxDOT Standard Drawing BC(1) -07 24. TxDOT Standard Drawing BC(2) -07 25. TxDOT Standard Drawing BC(3) -07 26. TxDOT Standard Drawing BC(4) -07 27. TxDOT Standard Drawing BC(5) -07 28. TxDOT Standard Drawing BC(6) -07 29. TxDOT Standard Drawing BC(7) -07 30. TxDOT Standard Drawing BC(8) -07 31. TxDOT Standard Drawing BC(9) -07 32. TxDOT Standard Drawing BC(10) -07 33. TxDOT Standard Drawing BC(11) -07 34. TxDOT Standard Drawing BC(12) -07 35. Pedestrian Facilities PED -05 1 of 4 36. Pedestrian Facilities PED -05 2 of 4 Table of Contents Page 3 of 4 37. Pedestrian Facilities PED -05 3 of 4 38. Pedestrian Facilities PED -05 4 of 4 39. Pollution Control Measures EC(1) -93 40. Pollution Control Measures EC(2) -93 41. Pollution Control Measures EC(3) -93 NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents Page 4 of 4 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) CONTRACT; PROJECT NO. 7410; consists of Wastewater Collection System improvements in the Oso Water Reclamation Plant service area. The scope of work includes, but is not limited to: rehabilitation and /or replacement of manholes; rehabilitation and /or replacement of gravity collection lines and /or force mains by pipe bursting, cured -in -place pipe, and /or open -cut method for lines up to 36- inches in diameter; gravity line point repairs; dewatering through well pointing; control of wastewater flows through bypassing; cleaning and televised inspection of conduits; temporary traffic controls; other appurtenances; site disturbances of two (2) acres or less (2-acres) will require a SWPPP permit; provisions for emergency and non- emergency work conditions; to be executed with multiple indefinite quantity, indefinite delivery orders as required, in accordance with the plans, specifications, and contract documents. The initial contract will be for one (1) base year (12- calendar months), with two (2) optional one (1) year (12- calendar month) extensions. Bids will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, June 30, 2010, 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., Wednesday, June 23, 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 bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5 °s bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates . which prevail in the 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. CITY OF CORPUS CHRISTI, TEXAS /S/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE: OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6_ Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors. 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY- -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT II REQUIRED X NOT REQUIRED 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 II REQUIRED X NOT REQUIRED Page 1 of 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. -- The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract_ A completed "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 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defmed in this rule shall have the meaning defined in the Texas Labor Code, if so defmed. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction - -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor —A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (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 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 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: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days 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 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (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 showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees 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 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (II) 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 for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration 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 to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown 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 certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified 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 (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each 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 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 (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable 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. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or 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 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.1 1 o(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 labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S110.110(c)(7) Article _ Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "certificate' j- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services an 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 §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing 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 ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity_ (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially 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, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a cert f cate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a 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 certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 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 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- Page 10of11 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. Page 11 of 11 PART A - SPECIAL PROVISIONS OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT NO. 7410 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, June 30, 2010. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ.CONTRACT; PROJECT NO. 7410 Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and non - responsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non - responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Wednesday, June 23, 2010, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT; PROJECT NO. 7410; consists of Wastewater Collection System improvements in the Oso Water Reclamation Plant service area. The scope of work includes, but is not limited to: rehabilitation and /or replacement of manholes; rehabilitation and /or replacement of gravity collection lines and /or force mains by pipe bursting, cured -in -place pipe, and /or open -cut method for lines up to 36- inches in diameter; gravity line point repairs; dewatering through well pointing; control of wastewater flows through bypassing; cleaning and televised inspection of conduits; temporary traffic controls; other appurtenances; site disturbances of > 4 acre will require a SWPPP; all sites must comply with the TPDES Construction General Permit for Storm Water (TXR- 150000); provisions for emergency and non - emergency work conditions; to be executed with multiple indefinite quantity delivery orders as required, in accordance with the plans, specifications, and contract documents. The initial contract will be for one (1) base year (12- calendar months), with two (2) optional one (1) year (12- calendar month) extensions. Section A - SP (Revised 12/15/04) Page 1 of 1 A -4 Method of Award The bids will be evaluated based on the following, subject to the availability of funding: 1. Total Base Bid = Total Icteaded.Unit Prices + Total a.geacy Scenario Price (Hypothetical Scenario o No.1 x '+ +� y Coefficient) The City intends to award this INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) CONTRACT for approximately $1,500,000 in the initial year. This contract has the provisions to be a multiple year contract with an initial 12-month period and may be renewed for up to two (2) additional 12 -month periods. Renewal will be based on Contractor's successful performance of Delivery Orders, approval by the City, and concurrence from the Contractor. The renewal will allow for a City approved economic adjustment, based upon published and acceptable indices. The Engineer will issue individual delivery orders with specific bid items using the Contractor's proposed unit prices. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Emergency Delivery Orders may be issued under this Contract. For Emergency Delivery Orders, the Contractor shall be on -site within three (3) hours to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving authorization to proceed. The Contractor may be required to respond to and complete up to two (2) Emergency Delivery Orders at the same time. In the case of Emergency Delivery Orders, the Contractor shall also be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s) and the danger to the Public is resolved. To accommodate the increased costs associated with the Emergency Work, Bidders will submit a "Coefficient for Emergency Work" with its Bid Proposal. This coefficient shall be applied to the Bid Items to determine the final cost of the Emergency Repair delivery order. The bid documents include hypothetical scenarios to help establish unit costs and to gain an understanding of the types of anticipated delivery orders. However, there shall be no expectation (by Contractor) that all bid items and /or quantities will be awarded in this Contract and that the hypothetical scenarios presented in the plans cover every possible scenario that may arise throughout this project. The hypothetical quantities shown in the bid item tables are not intended for award but will be used for bid evaluation purposes ONLY. The contract award value will be based on current anticipated budget allocations. The Contractor will have no basis for a clang against the City, if the actual award or delivery order total is Iess. Section A - SP (Revised 12/15/04) Page 2 of 30 A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT; PROJECT NO 7410; as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The initial contract duration shall be 12 Months and will be subject to renewal for up to two (2) additional 12-month periods. Each delivery order will be issued with an allowable working time (calendar days) and will typically be based on the production rates identified in the Working Time Table shown below. • Non - .Emergency Delivery Orders - The working time begins and the Contractor shall mobilize, place traffic controls and commence work within 72 hours of receiving written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Delivery Order 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. The completion times for delivery orders issued under this category will typically be based upon the production rates shown in the table below. • Emergency Delivery Orders - The working time begins and the Contractor shall be required to be on -site within three (3) hours of receiving written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and shall have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. In the case of Emergency Delivery Orders, the Contractor shall be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s) and the danger to the Public is resolved. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon production rates shown in the table below. Section A - SP (Remised 12/15/04) Page 3 of 30 .r, WORKING TIME TABLE Description Typical Working Time (Calendar Days) Allowed for each Delivery Order Non- Emergency Emergency Mobilization 3 days / D.O. 1 day / D.O. (See Dfote 1 below) Remove & Replace Wastewater Line (S 14' Depth) 5 days / 400 LF 3 days / 400 LF Remove & Replace Wastewater Line (> 14' Depth) 7 days / 400 LF 5 days / 400 LP Rehab Wastewater Line Pipeburst (S- 14' Depth) 7 days / 400 LF 3 days / 400 LF Rehab Wastewater Line Pipeburst (> 14' Depth) 10 days / 400 LF 5 days / 400 LF Rehab Wastewater Line CIPP " 5 days / 400 LF 2 days / 400 LP Point Repair Wastewater Line (S 14' Depth) 3 days / ea 1 day / ea Point Repair Wastewater Line (> 14' Depth) 4 days / ea 2 days / ea Well Pointing for Wastewater Lines 1 day / 400 LF 0 days / D.O. Control of Wastewater Flows 1 day / D.O. 0 days / D.O. Clean & CCTV Wastewater Lines 1 day / 400 LF 1 day / 1200 LF Remove & Replace Wastewater Manhole 3 days / ea 2 days / ea Rehab Wastewater Manhole or Type A / Type B) 2 days / ea 1 day Y / ea Remove & Replace Driveway or Sidewalk 2 days / 400 SF 1 day / 400 SF otes: 1. mergency Delivery orders require a 3 hour response 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, from the monthly pay estimate. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, . then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor- and will be assessed and paid even if the permitted time to complete the Project has not expired. Section A - SP (Revised 12/15/04) Page 4 of 30 In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers" compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals gust contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Heavy Construction and Heavy & Highway Construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1M) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section 5 -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using DIG TESS 1- 800- 344 -8377, the Lone Star Notification Company at 1- 800- 669 -8344, and the Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. Section A - SP (Revised 12/15/04) Page 5 of 30 City Engineer Project Engineer LNV, Inc. W. Logan Burton, P.E. Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 826 -3500 883 -1984 826 -3540 886 -2600 826 -1881 826 -1800 885 -6900 826 -1875 826 -3461 826 -1940 299 -4833 881 -2511 826 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 -753 -4355 883 -1986 (fax) (826 -3140 after hours) (826 -3140 after hours) (885 -6900 after hours) (826 -3140 after hours) (826 -1970 after hours) (693 -9444 after hours) (1- 800- 824 -4424 after hours) (857 -1960) (857 -5060 after hours) (Pager 800-724-3624) (Pager 888 - 204 -1679) (Pager 850 -2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can bo reasonably obtained from existing as built drawings, bast maps, utility records, ctc. and from as much field work as normally deemed necessary for thc construction of this type of project with regard to thc location and nature of underground utilities, etc. However, thc accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. in the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency -that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. 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. Section A - SP (Revised 12/15/04) Page 6 of 30 A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the plant operations and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control shall be paid for by the appropriate bid item in the Proposal. Delivery orders may sometimes require modifications and /or adjustments to the standard traffic control options. No additional payment shall be made to the Contractor in this instance. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job- related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the project bid item for "Ctrcct Excavation ", therefore, no direct payment will be made to Contractor_ A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 12/15/04) Page 7 of 30 A -17 Field Office (NOT USED) tive with a The field office must be furnished with a telephone with 21 hour per day ccparatc pay item for the field office. A -18 Schedule and Sequence of Construction LummAR days. This plan must detail the schedule of work and must be pre construction meeting. 1. Initial Schedule. Submit to thc City Rnginecr three (3) days prior to thc rrc Construction Meeting an initiaa Construction Progress Schedule for review. 2. items to Include: Chow complete sequence of construction by activity, identifying Work of separate otagcs and other logically grouped 3. Cubmittal Dates: Indi ate submittal dates required for all submittals. 5. Periodic Update: Submit Updated Construction Progress Schedule to chow actual progress of each stage by percentage agains -t initial Schedule_ For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $ 500.00 per calendar day for non - emergency work orders or $1,000.00 per calendar day for emergency work orders will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will be based upon production rates shown in the table below. WORKING TIME TABLE Description Typical Working Time (Calendar Days) Allowed for each Delivery Order Non - Emergency Emergency Mobilization 3 days / D.O. 1 day / D.O. (See Rote 1 below) Remove & Replace Wastewater Line { 14' Depth) 5 days / 400 LF 3 days / 400 LF Remove & Replace Wastewater Line (> 14' Depth) 7 days / 400 LF 5 days /- 400 LF Rehab Wastewater Line Pipeburst (� 14' Depth) 7 days / 400 LF 3 days / 400 LF Section A - SP (Revised 12/15/04) Page 8 of 30 Rehab Wastewater Line Pipeburst (> 14' Depth) 10 days / 400 LF 5 days / 400 LF Rehab Wastewater Line CIPP 5 days / 400 LF 2 days / 400 LF Point Repair Wastewater Line (S 14' Depth) 3 days / ea 1 day / ea Point Repair Wastewater Line (> 14' Depth) 4 days / ea 2 days / ea Well Pointing for Wastewater Lines 1 day / 400 LF 0 days / D.O. Control of Wastewater Flows 1 day / D.O. 0 days / D.O. Clean & CCTV Wastewater Lines 1 day / 400 LF 1 day / 1200 LF Remove & Replace Wastewater Manhole 3 days / ea 2 days / ea Rehab Wastewater Manhole (FRP or Type A / Type B) 2 days / ea 1 day / ea Remove & Replace Driveway or Sidewalk 2 days / 400 SF 1 day / 400 SF Note: 1. Emergency Delivery orders require a 3 hour response 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 rain 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 detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. Certificate of Completion The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections /notes - Engineering Services to coordinate As -Built plan preparation with 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, O&M manual3 (in.- electronic format an required), SCADA documentation, and other Field Information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon by.Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer. Section A - SP (Revised 12/15/04) Page 9 of 30 (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 Contractor has actually subcontracted through end of project (d) If CDBC project, all federal forms completed and submitted (8) Final Acceptance Memorandum prepared by Administrative Assistant (9) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork (10) Administrative Asst. submits to director of Engineering Services /Operating Department Head for approval and forwarding to Asst. City Manager (11) Final Acceptance memo returned from Asst. City Manager (12) Authorization for payment (AFP) prepared and submitted to Accounting Department (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 Memorandum to the Contractor. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, thc Contractor shall provide the City or Consultant Project Enginccr 18 hours notice so that alternate control points an be established by thc City or Consultant Project Engineer as necessary, at no thc Contractor's negligence will be restored by thc City er Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of. the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide Section A - SP (Revised 12 /15/04) Page 10 of 30 supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed -work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party or in -house independent Registered Professional Land Surveyor (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party or in -house R.P.L.S. shall be approved by the City prior to any work_ Any discrepancies shall be noted by the Third Party or in -house Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Strccta: • All curb returno at point of tangcncy /point of circumference • Street crow= on a 200' interval and at all intcrocctiona. Wastewater: • All.rim /invert elevations at manholes; + All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits); • All crossings / conflicts with other utilities. Water: • All top of valvcc box; • Vaave,c vaulto rim; Ctormwatcr: • All rift /invert cicvationo at manholes; + Cas ng elevations (top of pipe and flow line) (TXDOT and RR permits). A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. • The Contractor must provide all applicable certifications to the City Engineer. Section A - SP (Revised 12/15/04) Page 11 of 30 A -21 Project Signs (NOT USED) following drawingo. (Attachment 1, BOND Project Cign) Thc oigna muct bo Project period by thc Contractor. Thc location of thc aigno will be determined in the field by thc City Engineer. The City will provide one (1) bond 2008 Proj -ect Sign to be inatall-ed by the Contractor_ A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific. Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0°% of the assets or interest in the corporate shares must be owned by one or more minority person(s). Section A - SP (Revised 12/15/04) Page 12 of 30 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Section A - SP (Revised 12/15/04) Page 13 of 30 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) (NOT USED) The Contractor ohall a ourc the appropriate building inopcctiono by pancy. Contract the City's Building Inopection Department, and all other City feco, including A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Section A - SP (Revised 12/15/04) Page 14 of 30 A -25 Sales Tax Exemption (NO LONGER APPLICABLE) £cction f3 C 22, Tax Dxcmption Provision, i3 deleted in its entirety and thc Contracts for improvements to r al property awaxccd by the City of Corpus the Contractor ciceto to operate under a separated contract as defined by Seetion 3.291 of Chapter 3, Tax Administ ation of Title 34, rublic Finance of thc Texas Iddministrativc Code, or such other rules or regulations ao may bc . promulgated by thc Comptroller of rublic Accounts of Texan. If the Contractor ciccto to operate umder a separated contract, he ❑hall: 1_ Obtain thc necessary naleo tan permits from the State Comptroller. 2. Identify in the appropriate space on thc "Statement of Materials and Other Charges" in thc proposal form thc soot of materials phyoi ally incorporated into thc Pr jcct. 3. Provide resale ccrtifioatca to suppliers. 1. Provide thc City with copies of material invoiced to substantiate the proposal value of materials. must pay for all Sales, Excise, and Use Taxes applicable to this Project. €ubcontractoro arc eligible for sales tax exemptions if thc oubcontractor also complied with the above requirements. The Contractor must i33uc a resale ccrtifi ate to thc subeentractor and the subcontractor, in turn, ioouc3 a resale certificate to his supplier. A -26 Supplemental insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Section A - SP (Revised 12/15/04) Page 15 of 30 Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) Paragraph (a) Cenral Liability of Section B G 11 of the Cencral Proviaiono Is amended to include-2- City finally acccptc the Project or work. Builder's Risk or Installation Floater covcragc must be an "2U1 Risk," fora. Contractor must pay all costa ncccsoary to procure ouch Builder's Risk or Installation Floater insurance covcragc, including any deductible. The City muct be named A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for'the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and Section A - SP (Revised 12/15/04) Page 15 of 30 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineers obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. Section A - SP (Revised 12/15/04) Page 17 of 30 A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the •right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 10. Within five (5) days following bid .opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. Section A - SP (Revised 12/15/0.4) Page 18 of 30 A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements (NOT USED) Prior to performing work at any City water facility, tho Contractor, his oubcontractors, and each of their employees must at a Vi-s4 -tar Contractor Safety Orientation Drogram conducted by the City Water Department Personnel. A Visitor /Contractor Safety Orientation Program will be offered by authorized City Water Section A - SP (Revised 12/15/04) Page 19 of 30 Dcpartmcnt peroonncl for thooc permeno who do not havc ouch a ca d, valve, equipment, owitch, breaker, control, or any .other item related to City water-facility at any time. All ouch itemo muot bo operatcd by an operator or othcr authorised maintenance employee of the City Water Dcpartmcnt. C. Protection of Water Quality all timco. The Ce rtraeter shall p-ret- in the job oitc and shall coordinatc its work —with thc City Water Dcpartmcnt to protcct thc quality of thc water. D. Conformity with ANSI/NSF Standard 61 Standard Spccificationo. peveonncl immediately prior to uoc. he-- Contractor ahall provide thc Bnginccr with copica of written proof of 2NCI /NCF Standard 61. approval for all matcrialo which could conic into contact with potable water All traoh generated by thc Contractor or hio cmploycco, agcnto, or subcontractoro, muot be contained at all timco at thc water facility oitc. B1owlag gash will not be allowed. The Contractor daily. r. Contractor'o peroonnel court wear colored uniform ovcrallo othcr company name and individual employee identification. C. Contractor ohall provide tcicphonc3 for Contractor peroonncl. Section A - SP {Revised 12/15/04} Page 20 of 30 J. All Contractor vchicicc must be parked at dcoignatcd oitc, an designated by City Water Department staff. All Contractor vchicico must bc clearly labeled with company namc. No private cmployco poraonncl muat bc in company vchicicc. During working hour°, or ao dircctcd by City Water Department personnel during emergency evacuation. K. Contractor Qualifications SCADA (8 - R'VTSORY CONTROL AND DATA ACQUISITION) work includco, but in not limitcd to, modifi ationa, addition °, changes, °elections, furnishing, installing, . connecting, programming, customising, debugging, alibrating, er placing in operation all hardwarc and /or softwarc apccificd or required by these apccificationo. The Contractor or his s.heentraet 1. He in regularly engaged in thc computer loaned monitoring municipal water and waato=raatcr industry. end £omplexity ac required in thin Contract on at leant thrcc prior project°_ hercin for at lcaot 5 yours. d. He cmployo a Registered Pro£cooional Engineer, a Control Byotcma Engineer, or an Electrical Engineer to oupervice o1 5. IIc employ° peroonncl on thin Projcct who have oucccoofully and implementing the apccific computcrn, RTUE'a, and scrvise facility within 400 miles of thc Project site to maintain, rcpair, calibrate, and program thc systems opccificd hcrcin. 7. He shall furni °h equipment which in the product of one manufacturer to thc maximum practical extent. Where this in not practical, all equipment of a given typc will be the product of one manufacturer. 8. Prior performance at thc 0. N. Ctcvcns Watcr Treatment Plant will bc used in evaluating which Contractor or subcontractor programs the new work for thin Projcct. 9. The Contractor .shall produce all filled out programming blocks required to Dhow thc programming an needed and required, to add thccc two ayatcros to the cxioting City CCADA oy°tcm. Attached is an example of thc required and given to the City Engineer with all changca made during thc programming phaoc. The attached sheet is an example and Contractor will provide -all programming blocks uacd. Section A - SP (Revised 12/15/04) Page 21 of 30 L. Trenching Requiremento ohall be allowed on the project. A -36 Other 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 (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g- Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j- Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Enginccr'o selection. Section A - SP (Revised 12 /15/04) Page 22 of 30 3. Test and Repair Report Whoa specified in thc Technical Cpecifications Section, Contractor must Z. on thc project_ A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B -6 -15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions_ The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors -B'-" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance (NOT USED) The ic:R ancc of a certificate of occupancy for imnpamya ntz does not constitute final A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules 'and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: Section A - SP (Revised 12/15/04) Page 23 of 30 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, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. A -44 Change Orders Should a change order(s) be required by the Engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilitico improvements. (b) Upon completion of each facility Delivery Order or Emergency Delivery Order, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A.46 Disposal of Highly Chlorinated water (7/5/00) (NOT MTSED) Thc Contractor ohall be rcoponciblc for the diopooal of water used for testing, dioinfcction and line fluohing in an approved manner. Contaminanto wetlando or environmentally scnoitive aroan. These arc regulated by numcrouo agencies ouch an TCEQ, Ern, ctc. It will be thc Contractor'3 rcaponoibility to comply with thc requircmento of all regulatory agcncico in thc d.i pooal of all water uoed in the project. Thc mcthcdo of dioposal Shall be submitted to u, Section A - SP (Revised 12/15/04) Page 24 of 30 chlorinated water. Contractor shall not uac the City's sanitary acwcr system for disposal of contaminated water_ A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatsoever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet 0.c. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Exploratory excavations shall not be measured for payment but shall be considered subsidiary to the Project. be paid for on a lump sum basin. Any pavement repair associated with exploratory excavations shall be paid for according to the established price for utility pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP /CP &L and inform AEP /CP &L of his construction schedule with regard to said overhead lines.. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available . to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Revised 12/15/04) Page 25 of 30 A -50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts ", B -7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization / remobilization costs. Such costs shall be addressed through a change order to the contract." A -51 Computer Generated Proposals The following paragraph modifies B -2 -7 Preparation of Proposal, of the General Provisions: "The bidder has the option of submitting a computer - generated print -out, in lieu of, the Proposal Form (SHEETS X- X), INCLUSIVE. The print -out will list all bid items (including any additive or deductive alternates) contained on Proposal. If the Contractor chooses to submit a print -out, the print -out shall be accompanied by properly completed, remaining proposal pages. 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: (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. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as Its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print -out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) (Title) (Date) A -52 Confined Space Entry Requirements 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 inforgiation of any /all personnel who are doing confined space entry work. Section A - SP (Revised 12/15/04) Page 26 of 30 A -53 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or applications of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. A -S4 Internal Combustion Engines /Noise Abatement Criteria Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for normal ambient sound levels in the area during construction operations. All construction equipment, machinery, and vehicles shall be equipped with practical sound- muffling devices and operated in a manner to cause the least noise consistent with efficient performance of the work. During construction activities on or adjacent to occupied buildings and when appropriate, the Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct its operations to avoid unnecessary noise which might interfere with the activities of the occupants. If complaints are received by the City, the following testing shall be performed. Payment of the testing services to measure the noise level shall be the responsibility of the Contractor. All tests required under this item shall be done by a recognized testing laboratory selected by the City. All equipment used for this project must meet the following maximum noise requirements. The criteria for approval of the mediated noise level proposal for the use of Internal Combustion Engine will be based on the noise level measured at the closest property line to the proposed Internal Combustion Engine location. Per Federal Highway •Administration (FHWA - Source 23 CFR 772), Noise Abatement Criteria, noise level Leg shall not exceed 67 dBA Ldn anytime. For Protection of the employees working on the site, the permissible sound level should not exceed 90 dBA per day in eight hours period (for more information, refer to OSHA 1926.52 or 1910.95). The Engineer or his designated representative reserves the right to stop construction, if any time the noise level exceeds the above said criteria. If equipment is tested and found to be out of compliance, the Contractor may re- mediate noise levels and re -test, at the Contractor's expense. A -55 Contaminated Soils If, during construction, an area is suspected of a high level of contamination, then the City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the Texas Commission on Environmental Quality (TCEQ). The TCEQ has jurisdiction concerning policies as to the reuse of contaminated soils and the Contractor shall adhere to the following procedures: 1. Material Reuse - Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24 inches (<24 ") from the surface of the finished grade.. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material (material with no indication of contamination) shall beQused with the top 24 inches of the excavation. All materials used for the backfill of excavations shall also conform to the bedding and backfill requirements, sections & details included in the plans, specifications and contract documents. Section A - SP (Revised 12/15/04) Page 27 of 30 2. On -Site Stockpiles - Excess material from excavation, whether non - contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run-on /run -off and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain with plastic sheeting, with a clean -soil berm covered with plastic sheeting around the perimeter. The contaminated stockpiles shall be covered with plastic sheeting and secured to prevent loss of the cover, due to winds or storms, etc. 3. Disposal of Excess Non - Contaminated Soil - The balance of any non- contaminated soil not used in backfill shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor. 4. Disposal of Contaminated Soil - All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner and cleaning up and restoring the site after the contaminated soil is removed shall be negotiated and paid for on a case -by -case basis, if contaminated soils are encountered. All excess contaminated soil shall also be transported by the Contractor to a permitted disposal area. S. OSHA Training - The Contractor shall be responsible for providing proper and necessary OSHA Hazardous Waste Training required for construction personnel working in contaminated areas. A -56 Security The Contractor shall be responsible for protection of the Project, and all work, materials, equipment, Contractor plant, and existing facilities thereon against vandals and other unauthorized persons. No claim shall be made against the City by reason of any act of any employee or trespasser, and the Contractor shall make good all damage to the City's property resulting from the Contractor's failure to provide security measures herein specified. Security measures shall be at least equal to those usually provided by the City to protect its existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures necessary and required to protect the Project. A -57 Access Roads Contractor shall establish and maintain temporary access roads to various parts of the Project as required in completing the work. Such roads shall be �! made available for the use of all others performing work or furnishing services in connection with the Project. _1 A -58 Parking Contractor shall provide and maintain suitable parking areas for the use of all construction workers and all others performing work or furnishing services in connection with the Project, as required and to avoid the need for parking personal privately owned vehicles where they may interfere with public traffic, City operations, Contractor operations and construction activities. Section A - 5P (Revised 12/15/04) Page 28 of 30 A -59 Expedited Submittal Process It is the intent of this Expedited Submittal Process to accelerate the -- typical submittal review process, in advance of issuing the first Delivery Order. This will ultimately expedite the timeline for all future Delivery Orders issued as part of this Project. No more than 12 calendar days following award of contract, the Contractor shall prepare and submit product data and other pertinent data /information to the Engineer for review and approval, on the following standard items: 1. Concrete & Accessories 2. Reinforcing Steel 3. Epoxy Compounds 4. FRP Manholes and FRP Manhole Liners S. Manhole Accessories 6. Type A Manhole Rehab. 7. Type B Manhole Rehab. 8. PVC Pipe 9. Ductile Iron Pipe and Fittings 10. Casing Pipe and Spacers 11. Cured -in -Place Pipe Rehab. 12. Pipebursting Rehab. 13. CCTV Report Format 14. Point Repair Accessories The Engineer is in no way implying that these are the ONLY submittals required by the contract. The Contractor shall fully comply with the submittal requirements detailed in the Project Specifications and shall in good faith, submit the appropriate documentation, as a part of the Expedited Submittal Process. The Engineer will review and return submittals within 7 calendar days following Contractor's submittal. Section A - SP (Revised 12/15/04) Page 29 of 30 SUBMITTAL TRANSMITTAL FORM PROJECT: OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT; PROJECT ISO. 7410 OWNER: CITY OF CORPUS CHRISTI ENGINEER: LNV, Inc . , W. LOGAN BURTON, P.E. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 30 of 30 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 20TH day of JULY, 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 Huff & MitchellL Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,500,000.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT N0.7410 (TOTAL BASE BID: $1,500,000.00) 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, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Jun -2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A -26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 12 MONTHS after construction is begun. I g Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. --r Page 2 of 3 Rev. Jun -2010 ATTEST: City Secretary APPRO D AS TO FORM' CITY RPVS �STI V. By: a Juan Perales,/Jr.,P.E. Assistant City Manager Engineering /Development Services By: 01 By: Pete Anaya, P.E. Director of Engineering Services Asst. City Attorney ATTEST: (If Corporation) (Sea}. Below). (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CONTRACTOR Huff & tcchell, Inc. (61Alf By: Title: -344 TO I Qlki 13626 Kluge (Address) Cypress, TX 77429 (City) (State)(ZIP) 281/304 -9100 * 281/304 -9107 (Phone) (Fax) D_ _AUTHURILtl6 SY COUNCI ...21* 1 f� Page 3 of 3 Rev. Jun -2010 SEC ARY 7 P R O P O S A L F O R M F O R OSO W . R. P . SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT NO. 7410 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS 1Propos roam, REV 1 Page 1 of 34. ADDENDUM NO. 1 Attachment No. 2 Page 1 of 34 Proposal of P R O P O S A L Place: Date: l 13-20/0 iitAA a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT NO. 7410 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: !Proposal Form REV 11 Page 2 of 34 ADDENDUM NO.1 Attachment No. 2 Page 2 of 34 OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT NO. 7410 TOTAL EXTENDED UNIT PRICES (ran EVALUATION PURPOSES ONLY) I II III iv v 8TD ITEM QTY & UNIT (HID EVALUATION PURPOSES ONLY -- NOT FOR AWARD) DESCRIPTION UNIT PRICE IN FIGURES AID ITEM EXTENSION WW1 1 LS Mobilization /Bonds /Insurance (Refer to T- 000500 for mobilization payment %) 5 Oa, C)DO "-e-4.0--iiir11( 5 0 od.D $ e i . WW2 250 LF Remove and Replace <8" Wastewater Line (0' - 6' Depth) q_)- $ 2, .- WW3 250 LF Remove and Replace 58" Wastewater Line (6' - 10' Depth) ` 94 y - $ F.5,54-00-' WW4 250 LF Remove and Replace 58" Wastewater Line (10' - 14' Depth) y JD- $ 14,5W- WW5 250 LF Remove and Replace .8" Wastewater Line (14' - 18' Depth) (10' $ f7,500 WW6 250 LF Remove and Replace <8" Wastewater Line ( >18' Depth) r�� Ov $ ,CC" WW7 250 LF Remove and Replace 10" Wastewater Line (0' -- 6' Depth) °� $ i& � WW8 250 LF Remove and Replace 10" Wastewater Line (6' - 10' Depth) E.g.' ��(,� WW9 250 LF Remove and Replace 10" Wastewater Line (10' - 14' Depth) { $ �,'Z(- WW10 250 LF Remove and Replace 10" Wastewater Line (14' - 18' Depth) 16' $ yi " WW11 250 LF Remove and Replace 10" Wastewater Line ( >18' Depth) $ �2, ' vis f rapoaa.3. Soria REV 11 Page 3 of 34 ADDENDUM NO.1 Attachment No. 2 Page 3 of 34 z II III Iv v BID ITENI QTY & UNIT Ilan EVALUATION PURPOSES ONLY - NOT FOR AWAIVD) DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION WW12 250 LF Remove and Replace 12" Wastewater Line (0' - 6' Depth).'` • $ ILl",.. WW13 250 LF Remove and Replace 12" Wastewater Line (6' - 10' Depth) 02-' $ I6. -. WW14 250 LE Remove and Replace 12" Wastewater Line (10' - 14' Depth) $ i ,i _- WW15 250 LE Remove and Replace 12" Wastewater Line (14' - 18' Depth) 00- $ 2-6,i WW15 250 LP Remove and Replace 12" Wastewater Line ( >18' Depth) PO-- $ 0 ' WW17 150 LE Remove and Replace 18" Wastewater Line (0' - 6' Depth) $ ii, 75 WW18 150 LF Remove and Replace 18" Wastewater Line (6' - 10' Depth) �r SC� - $ I2-r4' WW19 150 LF Remove and Replace 18" Wastewater Line (10' - 14' Depth) '1Q-- $ 135W-- WW20 150 LF Remove and Replace 18" Wastewater Line (14' - 18' Depth) p26.' $ ICS I 160- WW21 150 LE Remove and Replace 18" Wastewater Line ( >18' Depth) $ �Z,�J(- WW22 150 LF Remove and Replace 24" Wastewater Line (0' -- Depth) C LQ' $ �J,f7 , WW23 150 LE Remove and Replace 24" Wastewater Line (6' - 10' Depth) i W' ' $ 'J, L WW24 150 LE Remove and Replace 24" Wastewater Line (10' - 14' Depth) �Q - $ 1,6a) - ea `Proposal Fors REV 1, Page 4 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 4 of 34 I II III IV MEI BID ITEM QTY & UNIT (BID EVALUATION PURPOSES ORLI - NOT snit immuin) DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION WW25 150 LF Remove and Replace 24" Wastewater Line (14' - 18' Depth) 150-' $ 1i2-,6;0- • WW26 150 LF Remove and Replace 24" Wastewater Line ( >18' Depth) 6'0 ° $ 2-1 WO-- , WW27 150 LF- Remove and Replace 30" Wastewater Line (0' - 6' Depth) i Y)- $ ! o 6300.- r WW28 150 LF Remove and Replace 30" Wastewater Line (6' - 10' Depth) �20' $ IC,, -- WW29 150 LF Remove and Replace 30" Wastewater Line (10' - 14' Depth) �� l- $ P, jCj_s WW30 150 LF Remove and Replace 30" Wastewater Line (14' - 18' Depth) .)- $ 2-1 j-- WW31 150 LF Remove and Replace 30" Wastewater Line ( >18' Depth) $ ,(� WW32 100 LF Remove and Replace 36" Wastewater Line (0' - 6' Depth) $ 1 �,{ , WW33 100 LF Remove and Replace 36" Wastewater Line (6' - 10' Depth) i20-" $ 1100-- WW34 100 LF Remove and Replace 36" Wastewater Line (10' - 14' Depth) OD— $ 154 ` WW35 100 LF Remove and Replace 36" Wastewater Line (14' - 18' Depth) �GG�.' ` .$ 20, '' WW36 100 LF Remove and Replace 36" Wastewater Line ( >18' Depth) Z- $ 2:6-,(10— WW37 1500 LF Trench Safety for Remove & Replace Wastewater Line (0' - 6' Depth) $_ !'° vss 'Proposal Form REV 11 Page 5 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 5 of 34 I= 1I III T _ IV y 8 =D ITEM QTY & UNIT (BID • EVALVATION PURPOSES ONLY - NO2 FOR AWARD) DESCRIPTION UNIT PRICE IN FIGURES ��.._ BID ITEM EXTENSION Ww38 I 1500 LF Trench Safety for Remove & Replace Wastewater Line (6' - 10' Depth) $ 3,0W- ` WW39 1500 LF Trench Safety for Remove & Replace Wastewater Line (10' - 14' Depth) '"' $` WW40 1500 LF Trench Safety for Remove & Replace Wastewater Line (14' - 18' Depth) $ 6,(=C0- WW41 1500 LF Trench Safety for Remove & Replace Wastewater Line ( >18' Depth) 5- $ ir50Dw WW42 250 LF Rehab S8" Wastewater Line (Pipe Bursting) (0' - 6' Depth) 35- $ '6r/ _ -- WW43 250 LF Rehab S8" Wastewater Line (Pipe Bursting) (6' - 10' Depth) 40- $ ID, CZV WW44 250 LF Rehab s8" Wastewater Line (Pipe Bursting) (10' -- 14' Depth) �J' $ �t� 25 WW45 250 LF Rehab S8" Wastewater Line (Pipe Bursting) (14' - 18' Depth) 10-' $ 1/5C0- WW46 250 LF Rehab S8" Wastewater Line (Pipe Bursting) ( >18' Depth) S6 ` $ 21)250- WW47 250 LF Rehab 10" Wastewater Line (Pipe Bursting) (0' - 6' Depth) �.jf�,�x `tt�Y $ IDS' WW48 250 LF Rehab 10" Wastewater Line (Pipe Bursting) (6' -- 10' Depth) �,jjr `�5 ll $ I 1 , ��� WW49 250 LF Rehab 10" Wastewater Line (Pipe Bursting) (10' - 14' Depth) 60° $ (2500 WW50 250 LF Rehab 10" Wastewater Line (Pipe Bursting) (14' - 18' Depth) /5.. $ 1 1� �J as (Proposal Form REV 11 Page 6 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 6 of 34 r II III IV EMI) ITWAM QTY & UNIT (HID EVALUATION PUI POSES ONLY — )ZoT FOR AWARD) DESCRIPTION ___ — UNIT. PRICE IN FIGURES . __. BID ITEM EXTENSION m151 250 LF Rehab 10" Wastewater Line (Pipe Bursting) ( >18' Depth) !!�� "I0' $ 7i,4w- WW52 250 LF Rehab 12" Wastewater Line (Pipe Bursting) (0' - 6' Depth) $ i Z 5,1/-' WW53 250 LE Rehab 12" Wastewater Line (Pipe Bursting) (6' - 10' Depth) F���rr�� : TJ' $ 1335 WW54 250 LF Rehab 12" Wastewater Line (Pipe Bursting) (10' - 14' Depth) ( j - $ 6,00)- WW55 250 LF Rehab 12" Wastewater Line (Pipe Bursting) (14' -- 18' Depth) 100- $ 25, - WW56 250 LF Rehab 12" Wastewater Line (Pipe Bursting) ( >18' Depth) - $ W W WW57 250 LF Rehab 16" Wastewater Line (Pipe Bursting) .. $ 160 (0' - 6' Depth) WW58 250 LF Rehab 16" Wastewater Line (Pipe Bursting) `?0' $ . (7,°' (6' - 10' Depth) WW59 250 LF Rehab 16" Wastewater Line (Pipe Bursting) $ 9A' (10' - 14' Depth) WW60 250 LF Rehab 16" Wastewater Line (Pipe Bursting) (14' - 18' Depth) � iCtO WW61 250 LF Rehab 16" Wastewater Line (Pipe Bursting) ( >18' Depth) NO" $ .5c x a WW62 150 LF Rehab 18" Wastewater Line (Pipe Bursting) (0' - 6'• Depth )° $ Iz,OO.- WW63 150 LF Rehab 18" Wastewater Line (Pipe Bursting) (6' - 10' Depth) iit - $ 61 bnaEg 'Proposal For REV l� Page 7 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 7 of 34 �+evssso� Proposal Form REV 11 Page 8 of 39 ADDENDUM NO. 1 Attachment No. 2 Page 8 of 34 II III Iv y SIB ITEM WW6 QTY & UNIT (RI) EVALUATION PURPOSES ONLY - NOT FOR •SPAPD) .:. DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION 150 LF Rehab 18" Wastewater Line (Pipe Bursting) . (10' - 14' Depth) _. 120 -• $ (Oi - WW65 150 LF Rehab 18" Wastewater Line (Pipe Bursting) (14' - 18' Depth) j $ 21,- WW66 150 LF Rehab 18" Wastewater Line (Pipe Bursting) ( >18' Depth) ' $ WW67 150 LF - Rehab 24" Wastewater Line (Pipe Bursting) (0' - 6' Depth) I._ = $ I "C ._ WW6B 150 LF Rehab 24" Wastewater Line (Pipe Bursting) (6' - 10' Depth) -• $ ( f WW69 150 LF Rehab 24" Wastewater Line (Pipe Bursting) {10' - } 4' Depth) � P-10 -- $ 24 10T- WW70 • 150 LE' Rehab 24" Wastewater Line (Pipe Bursting) (14' - 18' Depth) $ 6l, -" WW71 150 LF Rehab 24" Wastewater Line (Pipe Bursting) ( >18' Depth) •��, /F.(.�'" $ - WW72 150 LF Rehab 30" Wastewater Line (Pipe Bursting) (0' - 6' Depth} �., $ L!�', " WW73 150 LF Rehab 30" Wastewater Line (Pipe Bursting) (6' - 10' Depth) CCO $ I' WW74 150 LF Rehab 30" Wastewater Line (Pipe Bursting) (10' - 14' Depth) $ 7 . WW75 150 LF Rehab 30" Wastewater Line (Pipe Bursting) (14' - 18' Depth) 2E0 $ j7, .v° WW76 150 LF Rehab 30" Wastewater Line (Pipe Bursting) ( >18' Depth) • $' La, eta �+evssso� Proposal Form REV 11 Page 8 of 39 ADDENDUM NO. 1 Attachment No. 2 Page 8 of 34 BID ITEM WW77 QTY & UNIT (gin EVALUATION PURPOSES ONLY - NOT FOR AWARD) 10 EA WW-/B 10 EA WW79 . 10 EA wino 5 EA WW81 5 EA WW82 5 EA WW83 5 EA WW83A 500 VF WW84 250 LF - WW85 250 LF WW86 250 LF III DESCRIPTION Service Re- connection for 8" Pipe Bursting (0' - 6' Depth) Service Re- connection for 10" Pipe Bursting (0' - 6' Depth) Service Re- connection for 12" Pipe Bursting (0' - 6' Depth) Service Re- connection for 15" Pipe Bursting (0' - 6' Depth) Service Re- connection for 18" Pipe Bursting (0' - 6' Depth) Service Re- connection for 24" Pipe Bursting (0' - 6' Depth) Service Re- connection for 30" Pipe Bursting (0' - 6' Depth) Additional Depth for Service Reconnections for Pipe Bursting ( >6' Depth) (per VF per FAL Rehab 8" Wastewater Line (Cured-in-Place- Pipe) (0' - 6' Depth) Rehab 8" Wastewater Line (Cured-in-Place - Pipe) (6' - 10' Depth) Rehab 8" Wastewater Line (Cured- ins- Place- Pipe) (10' - 14' Depth) UNIT PRICE IN-FIGURES BID ITEM EXTENSION I, lot_ SW- 42 WW87 250 LF WW88 250 LF Rehab 8" Wastewater Line (Cured-in- Place- Pipe) (14' -- 18' Depth) Rehab 8" Wastewater Line (Cured-in-Place - Pipe) ( >18' Depth) ss (Proposal Form REV 11 Page 9 of 34 51- ADDENDUM NO. 1 Attachment No. 2 Page 9 of 34 = II III IV v 1 BID ITEM QTY & UNIT (BZD EVALUATION PURPOSES ONLY - NOT FOR miaow) DESCRIPTION ,. — UNIT PRICE IN FIGURES -- BID ITEM EXTENSION WWS9 250 LF Rehab 10" Wastewater Line (Cured-in-Place- Pipe) (0' - 6' Depth) 72 7 $ ( ° f WW90 250 LF Rehab 10" Wastewater Line (Cured-in- Place -- Pipe) (6' - 10' Depth) '# $ 1DY-1 • wW)1 250 LF Rehab 10" Wastewater Line (Cured-in- Place- Pipe) (10' - 14' Depth) t t' $�, WW92 250 LF Rehab 10" Wastewater Line (Cured -in- Place- Pipe) (14' - 18' Depth) ' $ 26)- l WW93 250 LF Rehab 10" Wastewater Line (Cured-in-Place- Pipe) ( >18' Depth) Si.— $ l3 135C0- WW94 250 LF Rehab 12" Wastewater Line (Cured-in- Place- Pipe) 6 De th (0' - ' P ) $ 12,E s WW95 250 LF Rehab 12" Wastewater Line (Cured-in-Place- Pipe) (6' - 10' Depth) 51- $ 1215 WW96 250 LF Rehab 12" Wastewater Line (Cured-in-Place- Pipe) (10' - 14' Depth) G $ 13�� WW97 250 LF Rehab 12" Wastewater Line (Cured-in- Place- Pipe) (14' - 18' Depth) 55- $ 13, 70 , WW98 250 LF Rehab 12" Wastewater Line (Cured-in-Place - P;P8 ) De th ' P ) "" $ I5Ji • _ WW99 250 LF Rehab 15" Wastewater Line (Cured-in- Place- Pipe) (0' --'6' Depth) W -- ! $ IG,a WW100 250 LF Rehab 15" Wastewater Line (Cured-in--Place- Pipe) • (6' - 10' "Depth) a- $ IS-15-a)". WW101 250 LF Rehab 15" Wastewater Line (Cured-in- Place- Pipe) (10' - 14' Depth) O ' $ ) L+ _iCa_. f �svi eenl !proposal Form REV 11 Page 10 of 34 ADDENDUM NO.1 Attachment No. 2 Page 10 of 34 I IT III IV V_�� BID ITEM • QTY & UNIT Clap EVALUATION PURPOSES ONLY - nom PoR ARAM) - DESCRIPTION r UNIT PRICE IN FIGURES BID ITEM EXTENSION WW1 O2 250 LF Rehab 15" Wastewater Line Pipe) (14' - 18' Depth) (Cured-in- Place- 12-- $ 1g MO- J WW103 250 LF hab Re 15" Wastewater Line Pipe) ( >18' Depth) (Cured-in- Place- $A0- WW104 150 LF Rehab 18" Wastewater Line Pipe) (0' - 6' Depth) (Cured-in- Place- 13- $ 10 05'0- WW1O5 150 LF Rehab 18" Wastewater Line Pipe) (6' - 10' Depth) (Cured-in- Place -- r $ J 1 , 2 ,50 WW1O6 150 LF Rehab 18" Wastewater Line Pipe) (10' -- 14' Depth) (Cured-ir-Place- (gJ- $ 1 46 (•� - WW107- 150 LF Rehab 1B" Wastewater Line Pipe) (14' - 18' Depth) (Cured-in- Place- Sg� $ j3 Z WW108 150 LF Rehab 18" Wastewater Line Pipe) ( >18' Depth) (Cured-in- Place- 4411'' $ 14,1t0- WW109 150 LF Rehab 24" Wastewater Line Pipe) (0' - 6' Depth) (Cured-in- Place- iii $.71' WW110 150 LF Rehab 24" Wastewater Line Pipe) (6' - 10' Depth) (Cured-in- Place- nt „, -. $ 0,1 -lea-. `R WW111 150 LF - Rehab 24" Wastewater Line Pipe) (10' - 14' Depth) (Cured-in-Place- 12-1- $ 005-0- WW112 150 LF Rehab 24" Wastewater Line Pipe) (14' - 18' Depth) (Cured-in- Place - `.yam - !�1 $ i'0 �, I WW113 150 LF Rehab 24" Wastewater tine Pipe) ( >18' Depth) (Cured-in- Place- i3S - $ 2-0,700 - WW114 150 LF Rehab 30" Wastewater Line Pipe) (0' - 6' Depth) (Cured -in- Place- IC73- 24450 -- $ #Proposal yForm REV 1J Page 11 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 11 of 34 II III Iv v' BED ITEM WW1 15 QTY & UNIT (21D £VALUATION PURPOSES ONLY — NOT FOR AWARD) DESCRIPTION UNIT PRICE IN FIGURES SID ITEM EXTENSION 150 LF Rehab 30" Wastewater Line (Cured-in- Place- Pipe) (6' - 10' Depth) WW1 16 150 LF Rehab 30" Wastewater Line (Cured-in- Place- Pipe) (10' -- 14' Depth) WW1 17 150 LF Rehab 30" Wastewater Line (Cured-in-Place- Pipe) (14' - 18' Depth) WW118 150 LF Rehab 30" Wastewater Line (Cured-in- Place- Pipe) ( >18' Depth) $ 25,E f Kg- i20•f $ 261;10D- $ =33;- WW119 WW120 WW121 WW122 WW123 WW124 WW125 WW126 WWI27 100 LF 100 LF 100 LF 100 LF 100 LF 10 EA 10 EA 10 EA 5 EA Rehab 36" Wastewater Line (Cured-in- Place- Pipe) (0' - 6' Depth) Rehab 36" Wastewater Line (Cured-in- Place- Pipe) (6' - 10' Depth) Rehab 36" Wastewater Line (Cured-in-Place- Pipe) (10' - 14' Depth) Rehab 36" Wastewater Line (Cured-in-Place- Pipe) (14' - 18' Depth) Rehab 36" Wastewater Line (Cured-in-Place- Pipe) ( >18' Depth) Service Re- connection for 8" CIPP Wastewater Line Service Re- connection for 10" CIPP Wastewater Line Service Re- connection for 12" CIPP Wastewater Line Service Re- connection for 15" CIPP Wastewater Line 04- 231 - 24-g- 60- $ 20,4D0--• $ 24,600- $ zz/ic3- $ 2tt,Sc0 $ a" $ 1,.603 - ea teropoea1 Form REV 11 Page 12 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 12 of 34 !Proposal Fe= REV 11 Page 13 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 13 of 34 II III Iv v BID ITEM QTY & UNIT (HID EvALUkTION PURPOSES ONLY - NOT FOR AWARD) 5 EA - DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION $ WW128 Service Re- connection for 18" CIPP Wastewater Line ;Q -- WW129 WW130 5 EA 5 EA Service Re-- connection for 24" CIPP Wastewater Line Service Re- connection for 30" CIPP Wastewater Line j( $ �_- OW-- $ % ` .- WW131 5 EA Service Re- connection for 36" CIPP Wastewater Line $ WW132 20 LF Point Repair 58" Wastewater Line (01- 6' Depth) (15 LF MIn) M $ WW133 20 LF Point Repair 58" Wastewater Line (6'- 10' Depth) (15 LF Min) $ WW134 20 LF Point Repair 58" Wastewater Line (10' - 14' Depth) (15 LF MIn) !fir G�f1 w $ " WW135 20 LF Point Repair 58" Wastewater Line (14'- 18' Depth) (15 LF MIn) ' $ 12)V- WW136 20 LF Point Repair SB" Wastewater Line ( >18' Depth) (15 LF MIn) $ ��r� WW137 20 LF Point Repair 10" Wastewater Line (0'- 6' Depth) (15 LF Min) 2-• ,�ff $ '1,'- WW138 20 LF Point Repair 10" Wastewater Line (6'- 10' Depth) (15 LF MIn) G F $ `�,' WW139 20 LF Point Repair 10" Wastewater Line (10'- 14' Depth) (15 LF MIn) $ (c ,e'."' WWI90 20 LF Point Repair 10" Wastewater Line (14'- 18' Depth) (15 LF MIn) - $ r '� !Proposal Fe= REV 11 Page 13 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 13 of 34 I II III IV V BID ITEb4 QTY & UNIT {BID EVALUATION PURPOSES ONLY - NOT FOR AWARD) DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION WW14 1 20 LF Point Repair 10" Wastewater Line (>18' Depth) (15 LF MIn) LW-. $ ,4'j,[ o- WW142 20 LF Point Repair 12" Wastewater Line (0'- 6' Depth) (15 LE Min) ,,ii,,,, `t�'' $�_- WW143 20 LF Point Repair 12" Wastewater Line (6'- 10' Depth) (15 LF MIn)'' _ $ 4j 00' J WW144 20 LF Point Repair 12" Wastewater Line (10'- 14' Depth) (15 LF MIn) $ 5,) -- WW145 20 LE Point Repair 12" Wastewater Line (14'- 18' Depth) (15 LF MIn)( - $ iv, -- WW146 20 LF Point Repair 12" Wastewater Line ( >18' Depth) (15 LF MIn) _ $ 1.-- WW147 20 LF Point Repair 15" Wastewater Line (0'- 6' Depth) (15 LF Min) $ 2W-- WW148 20 LF Point Repair 15" Wastewater Line (6'- 10' Depth) (15 LF MIn) $ Si ow- l_ WW149 20 LF Point Repair 15" Wastewater Line (10'- 14' Depth) (15 LE MIn) �_ $ J'- WW150 20 LF Point Repair 15" Wastewater Line (14'- 18' Depth) (15 LF Min) ,,pper� MO- $ W;00- WW151 20 LF Point Repair 15" Wastewater Line ( >18' Depth) (15 LF MIn) �' $ 170 WW152 20 LF Point Repair 18" Wastewater Line (0"- 6' Depth) (15 LF MIn) D -- $ WW153 20 LE Point Repair 18" Wastewater Line (6'- 10' Depth) (15 LF MIn) $ j'r `a. 'as !Proposal Form REV 1, Page 19 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 14 of 34 1 ' II III 1 IV V " BID 'TENT QTY & UNIT MD EVALUATION PURPOSES ONLY - NOT FOR mum) DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION WW154 A 20 LF Point Repair 18" Wastewater Line (10'- 14' Depth) (15 LF Min) •~ $ te-1 •- WW155 20 LF Point Repair 18" Wastewater Line (14F- 18' Depth) (15 LF Min) �j�� 3t!O° $ Of g(1)-- WW15 6 20 LF Point Repair 18" Wastewater Line ( >18' Depth) (15 LF Min) 22 ,, J $ .71"— WTni157 20 LF Point Repair 24" Wastewater Line (0'- 6' Depth) (15 LF Min) $ (0/ WW158 20 LF Point Repair 24" Wastewater Line (6'- 10' Depth) (15 LF Min) $ 1, -- WW159 20 LF Point Repair 24" Wastewater Line (10'- 14' Depth) (15 LF MIn) ,,ii,,��,, "CU.J' V,170- WW160 20 LF Point Repair 24" Wastewater Line (14'- 18' Depth) (15 LE MIn) - $ oz WW161 20 LF Point Repair 24" Wastewater Line ( >18' Depth) (15 LF MTn) # $ I)," WW162 . 20 LF Point Repair 30" Wastewater Line (0'- 6' Depth) (15 LF' MIn) i- $ 11(12)-- WW163 20 LF Point Repair 30" Wastewater Line (6'- 10' Depth) (15 LF Min) -- c� $ ;),"' WW164 20 LF Point Repair 30" Wastewater Line (10'- 14' Depth) (15 LF MIn) "` $ 44,6.1:6— s WW165 20 LF Point Repair 30" Wastewater Line (14'- 18' Depth) (15 LF MIn) cc0° $ lo)- WW166 20 LF Point Repair 30" Wastewater Line ( >18' Depth) (15 LF MIn) 5'" i $ ii ,(,1,(,d"' 'Proposal Form REV 11 Page 15 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 15 of 34 /Proposal Form REV 1� Page 16 of 39 ADDENDUM NO. 1 Attachment No. 2 Page 16 of 34 II iv BED ITEM QTY & UNIT (BID EVALUATION PURPOSES ONLY NOT FOR Ammo) DESCRIPTION UNIT PRICE . IN FIGURES - -- BID ITEM EXTENSION WW1 67 20 LF Point Repair 36" Wastewater Line (0'- 6' Depth) (15 LF MIn) $ (61-- WW1 68 20 LF Point Repair 36" Wastewater Line (6'-- 10' Depth) (15 LF MIn) $ 1.l = Tn)W169 20 LF Point Repair 36" Wastewater Line (10'- 14' Depth) (15 LF Min) - $ WW170 20 LF Point Repair 36" Wastewater Line (14'- 18' Depth) (15 LF MIn) $ 11)) -- 20 LF Point Repair 36" Wastewater Line ( >18' Depth) (15 LF MIn) �t ` [ $E�'� WW172A 100 LF Excavation Safety for Wastewater Line Point t' Repair (0' - 6' Depth) WW17213 100 LF Excavation Safety for Wastewater Line Point i s t Repair, (6' - 10' Depth) Wif172C 100 LF Excavation Safety for Wastewater Line Point .fin a G'�s $ j'Y �Cx1 Repair (10' - 14' Depth) WW172D 100 LF Excavation Safety for Wastewater Line Point ' Repair. (14' - 18' Depth) 100 LF Excavation Safety for Wastewater Line Point $ fj, (... Repair ( >18' Depth) VW173 200 LF Service Lateral Replacement (0' - 6' Depth Mainline, Includes Clean Out, Boot, coupling, etc.) (10 LF Min) $ �Zl " WW174 200 LF Service Lateral Replacement (6' - 10' Depth Mainline, Includes Clean Out, Boot, coupling, etc) (10 LE Min) [ $ ��t-'y /Proposal Form REV 1� Page 16 of 39 ADDENDUM NO. 1 Attachment No. 2 Page 16 of 34 I BID ITEM WW175 IT QTY & UNIT (BID EVALUATION PURPOSES ONLY — NOT FOR AWARD) 200 LF WW176 wW17 7 WW17 8 WW17 9 WW180 WW181 WW182 200 LF 200 LF 500 LF 500 LF 500 LF 500 LF 500 LF DESCRIPTION Service Lateral Replacement (10' - 14' Depth Mainline, Includes Clean Out, Boot, coupling, etc) (10 LF Min) Service. Lateral Replacement (14' - 18' Depth Mainline, Includes Clean Out, Boot, coupling,etc) (10 LF Min) Service Lateral Replacement ( >18' Depth Mainline, Includes Clean Out, Boot, coupling, etc) (10 LE Min) Well Pointing (Per Linear Foot of Trench) (0' -6' Depth) (100 LF Min) Well Pointing (Per Linear Foot of Trench) (6' -10' Depth) (100 LF Min) Well Pointing (Per Linear Foot of Trench) (10'- -14'. Depth) (100 LF Min) Well Pointing (Per Linear Foot of Trench) (14' -18' Depth) (100 LF Min) Well Pointing (Per Linear Foot of Trench) ( >18' Depth) (100 LF Min) UNIT PRICE BID ITEM IN FIGURES EXTENSION go $ 20,030- WW183 WW184 5 EA 5 EA Dewatering for Manhole or Point Repair (0' -- 6' Depth) Dewatering for Manhole or Point Repair (6' - 10' Depth) r1 5,_ I WWI85 WW186 5 EA 10 EA Dewatering for Manhole or Point Repair (10' - 14' Depth) Dewatering for Manhole or Point Repair (14' - 18' Depth) 2,. �v=sen� 'Proposal Form REV 11 Page 17 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 17 of 34 !Proposal Form REV 1� Page 18 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 18 of 34 BID ITEM UNIT (BID EVALUATION PURPOSES ONLY - NOT YOR AW7iPD) DESCRIPTION UNIT PRICE IN FIGURES $ZD ITEM EXTENSION WW18-7 10 EA Dewatering for Manhole or Point Repair ( >18' Depth) S5, $ 2-5010t0 WW188 400 LF _ Remove & Replace 4" PVC Wastewater Forcemain 4 110- $ 1O, - WW18 9 400 LF Remove & Replace 6" PVC Wastewater Forcemain WW19O 400 LF Remove & Replace 8" PVC Wastewater Forcemain _- $ 241X0- WW191 400 LF Remove & Replace 10" PVC Wastewater Forcemain 10 $ n, COO ._ WW192 400 LF Remove & Replace 12" PVC Wastewater Forcemain Remove & Replace 18" PVC Wastewater Forcemain $ 32,- q0-- $ 36, `" WW193 400 LF WW194 400 LF Remove & Replace 20" PVC Wastewater Forcemain IO -- i�,�, $ ` 0, WW195 400 LF Remove & Replace 24" PVC Wastewater Forcemain 12' $ CD - WW196 400 LF Trench Safety for Forcemain (All Line Sizes & Depths) $ - WW197 10 DAY Control of Wastewater Flows (Bypass of Lines 58 ") Complete in Place Per 24 -hour Period i15-0- $ (/► WW198 500 LF Bypass Force Main for Control of S8" Wastewater Flows !� l2Lj- $ 12_f -- WW199 10 DAY Control of Wastewater Flows (Bypass of 10 "- 12" Lines) Complete in Place Per 24 -hour Period 115*. $ /1,5C:0-- !Proposal Form REV 1� Page 18 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 18 of 34 1 II III IV v BID ITEM QTY & UNIT ono EVALUATION PURPOSES ONLY - NOT FOR AWARD) DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION WW200 500 LF Bypass Force Main for Control of 10 " -12" Wastewater Flows 2�j' $ �2,� -� WW201 10 DAY Control of Wastewater Flows (Bypass of 15 "- 18" Lines) Complete in Place Per 24 -hour Period il, 5,T0-- $ a),CcO - WW202 500 LF Bypass Force Main for Control of 15 " -18" Wastewater Flows j ' $� -- WW203 10 DAY Control of Wastewater Flows (Bypass of 24" Lines) Complete in Place Per 24 -hour Period _ $' WW204 500 LF Bypass Force Main for Control of 24" Wastewater Flows c $ 2�, • WW205 10 DAY Control of Wastewater Flows (Bypass of 30" Lines) Complete in Place Per 24 -hour Period 1,603- $ 16, =- WW206 500 LF Bypass Force Main for Control of 30" Wastewater Flaws 1 $ 30, WW207 10 DAY Control of Wastewater Flows (Bypass of 36" Lines), Complete in Place Per 24 -hour Period �' $ ®t WW208 500 LF Bypass Force Main for Control of 36" Wastewater Flows $ 31 (;•- WW20BA 1 EA 4 --Inch Line Stop WW208B 1 EA 6 --Inch Line Stop 6,J $ 5, r WW208C 1 EA 8 -Inch Line Stop 1'5c0 -,_ s 1 , WW208D 1 EA 10 -Inch Line Stop 10, _. $ 10) COD.- vsa 1Propoeal Form REV 11 Page 19 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 19 of 34 1 11 III IV v BID ITEM QTY & UNIT (BID EVALUATION PURPOSES ONLY - NOT FOR AWARD) DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION WW208E 1 EA 12 -Inch Line Stop i6. 0a)- 1 cop, ` WW208F 1 EA 1B -Inch Line Stop 21A000- , $ / WW208G ' 1 EA 20 -Inch Line Stop 26, , , - $ 25^ _- WW208H 1 EA 24 -Inch Line Stop 4 I $ 0. x WW209 10 DAY Furnish Vacuum Truck (Tandem), Per 24 -hour Periods.. $ -15, .- WW210 d 10 DAY Furnish Vacuum Truck (Tanker), Per 24 -hour Period y 1 -" $ -16,000-- WW211 1000 LF Clean & CCTV Wastewater Lines (Lines �8 ") $ 6,011.-- WW212 1000 LF Clean & CCTV Wastewater Lines (10 "--12" Lines) "1._ $ .7, '- WW213 1000 LF Clean & CCTV Wastewater Lines (15 " -18" Lines) ID " $ IQs3 �v WW214 1000 LF Clean & CCTV Wastewater Lines (24" Lines) IT,. $ (Z1.. WW215 1000 LF Clean & CCTV Wastewater Lines (30" Lines) 14 - $ 111-,CCD- . WW216 1000 LF Clean & CCTV Wastewater Lines (36" Lines) 16- $ 10 , -- WW217 10 EA CCTV Reverse .Set -up (Unable to Traverse Line on Initial Set -up) OW' j $ i. - (Proposal Form REV 11 Page 20 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 20 of 34 I I II . III IV v BID ITEM WW218 QTY & UNIT (BID EVALUATION PURPOSES ONLY NOT FOR AWWW) ' DESCRIPTION UNIT PRICE IN FIGURES ..- BID ITEM EXTENSION $ 12.}6D9 '' 25 EA CCTV Set-up (Traverse Each Line Segment from Manhole to Manhole, as Specified in the Work Order) .. WW219 25 EA Clean & CCTV Manhole / Manhole inspection 41:0'" $ 10,,r�,oVV/; V�L..' WW220 100 LF 58" Casing Pipe c b , $ (y,o - WW221 100 LF 12" Casing Pipe f } - $ for J WW222 100 LF 18" Casing Pipe 1 )'-, $ f3, -- WW223 100 LF 24" Casing 60- $ gJ- WW224 100 LF 30" Casing Pipe_ $ 'CCO - WW225 100 LF 36" Casing Pipe WW226 40 EA Remove Existing Wastewater Manhole (All sizes) _ 1,0- . $ SCO - WW227 25 EA Replace 4 ft Dia. Wastewater Manhole (0'- --6' Depth) !F 4,040" $ • 1004ap-- WW228 250 VF Extra Depth for 4 ft Dia. Wastewater Manhole (Over 6' Depth) _' - $ 2'5, .- WW229 10 EA Replace 5 ft Dia. Wastewater Manhole (0' -6' Depth) (OW° $ F 0-- WW230 100 VF Extra Depth for 5 ft Dia. Wastewater Manhole (Over 6' Depth) (l6'" $ 1 /I).-- 'Proposal Form RSV if Page 21 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 2f of 34 BID ITEM WW231 QTY & UNIT (HID EVALUATION PURPOSES ONLY - NOT FOR AWARD) 5 EA 75 VF 10 EA 100 VF 5 EA 50 VF 5 EA 75 VF 10 EA 100 VF 5 EA 50 VF 5 EA DESCRIPTION Replace 6 ft Dia. Wastewater Manhole (0' -6' Depth) Extra Depth for 6 ft Dia. Wastewater Manhole (Over 6' Depth) 4 ft Dia. Wastewater Manhole Type A Rehab (0' -6' Depth) Extra Depth for 4 ft Dia. Wastewater Manhole Type A Rehab (Over 6' Depth) 5 ft Dia. Wastewater Manhole Type A Rehab (0' -6' Depth) Extra Depth for 5 ft Dia. Wastewater Manhole Type A Rehab (Over 6' Depth) 6 ft Dia. Wastewater Manhole Type A Rehab (0' -6' Depth) Extra Depth for 6 ft Dia. Wastewater Manhole Type A Rehab (Over 6' Depth) 4 ft Dia. Wastewater Manhole Type B Rehab (0' -6' Depth) Extra Depth for 4 ft Dia. Wastewater Manhole Type B Rehab (Over 6' Depth) 5 ft Dia Wastewater Manhole Type B Rehab (0' -6' Depth) Extra Depth for 5 ft Dia. Wastewater Manhole Type B Rehab (Over 6' Depth) 6 ft Dia Wastewater Manhole Type B Rehab (0'-6' Depth) 'Proposal Form REV 1I Page 22 of 34 UNIT PRICE BID ITEM IN FIGURES EXTENSION 7-, oc€ 275 150 4 _ l L' 00 y� t • $ Jb,c6115' $ 70 o� $ (-10 $ t.> 1 QC : $ 1` 00f.) $ ADDENDUM NO. 1 Attachment No. 2 Page 22 of 34 ,__ 7 II . III IV V BID ITEM QTY & UNIT Case EVALUATION PURPOSES OM - NOT FOR AE M) DESCRIPTION — UNIT PRICE IN FIGURES BID ITEM EXTENSION WW244 75 EA Extra Depth for 6 ft Dia. Wastewater Manhole Type B Rehab (Over 6' Depth) t $ 1173, (3°11 WW245 20 EA 4 ft Dia Wastewater Manhole FRP Rehab (0'-6' Depth) y f coo $ go, ebo WW246 200 VF — Extra Depth for 4 ft Dia. Wastewater Manhole FRP Rehab. (Over 6' Depth) - ' ' O - $ (O (?b Q, WW247 10 EA 5 ft Dia Wastewater Manhole FRP Rehab (0'-6' Depth) 4 ci [� . J $ CS, Oc c WW248 100 VF Extra Depth for 5 ft Dia. Wastewater Manhole FRP Rehab. (Over 6' Depth) - e; 0 $ • S 1300 WW249 5 EA 6 ft Dia Wastewater Manhole FRP Rehab (0'-6' Depth) - (p.C3CL - $ `5q1 C00 WW250 75 EA Extra Depth for 6 ft Dia. Wastewater Manhole FRP Rehab. (Over 6' Depth) S Li $ 401C00- Co - WW251 25 VF Excavation Safety for Wastewater Manholes (0' - 6' Depth) IQ - � $ 2V " WW252 250 EA Extra Depth for Excavation Safety for Wastewater Manholes ( >6' Depth) 1.0_. $ 2. 6C0 - Ii WW253 2000 SY Cut & Restore HMAC Pavement (Includes 2" HMAC, 8" Limestone Base & Prime r $, OW- Coat) WW253A 2000 SY Additional HMAC Pavement Thickness $ 0,uO co" W per SY) WW253B 2000 SY Additional Limestone Base Thickness Z' $ ,f (1" per SY) W14253C 1500 SY Select Baokfill Material Ilit ! $ •r`'" -d vie !Proposal Form REV 11 Page 23 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 23 of 34 I II, III IV V BID ITEM QTY & UNIT (BID EVALUATION PURPOSES ONLY - NOT FOR AWARD) DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION wW253D 250 SY Plowable Baokfill 1 $ 42.rigac1.• WW254 250 SY Cut & Restore Concrete Pavement (Includes 8" Concrete Pavement & 8 ",. 26, Limestone Base) WW254A 100 SY Additional Concrete Pavement Thickness �� $ 2 , ' (1" per Sr) WW255 10 DAY Signing & Traffic Control (Detail A), Complete in Place Per 24 -hour Period '' $ WW256 10 DAY Signing & Traffic Control (Detail B), Complete in Place Per 24 -hour Period " $,W'" WW257 10 DAY Signing & Traffic Control (Detail C), Complete in Place Per 24 -hour Period $ i WW258 10 DAY Signing & Traffic Control (Detail D), Complete in Place Per 24 -hour Period .5-Q)_ $�" WW259 10 DAY Signing & Traffic Control (Detail E), Complete in Place Per 24 -hour Period $ 61 0( WW260 10 DAY Signing & Traffic Control (Detail F), Complete in Place Per 24 -hour Period 5 "" $- WW261 10 DAY Signing & Traffic Control (Detail G), Complete in Place Per 24 -hour Period )i $ 101 WW262 10 DAY Signing & Traffic Control (Detail 11), Complete in Place Per 24 -hour Period LOCO- -11 $ 1�' WW263 10 DAY Signing & Traffic Control (Detail 1), Complete in Place Per 24 -hour Period 1, $ �[%I "" Ww269 10 DAY Signing & Traffic Control (Detail J), Complete in Place Per 24-hour Period OW— f}j�, >> $ 5, 00L) !Proposal rVora REV 11 knd Page 24 of 39 ADDENDUM NO.1 Attachment No 2 Page 24 of 34 kTaTd !Proposal Form REV 11 Page 25 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 25 of 34 I II III Iv v BID ITEM QTY & UNIT (BID EVALUATION PURPOSES ONLY - NOT FOR AWARD) DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION WW265 10 DAY Signing & Traffic Control (Detail K), Complete in Place Per 24 -hour Period $ 6r co0 " WW266 10 DAY Signing & Traffic Control (Detail L), Complete in Place Per 24 -hour Period 31) $ •J, CCO WW267 ib DAY Signing & Traffic Control (Detail M), Complete in Place Per 24 -hour Period it $ to. " - ,_ - y, WW266 10 DAY Signing & Traffic Control (Detail N), Complete in Place Per 24. -hour Period WW269 10 DAY Flagger, Complete in Place Per 24 -hour Period - $ 4 °' WW270 500 LF Removal & Replacement of Barb -Wire Fencing --- $ 1o1QD - WW271 500 LF Removal & Replacement of Chain link Fencing, $ jD0-f WW272 500 LF Removal & Replacement of Wood Fencing P $ 100W • WW273 5 EA Temporary Construction Entrance /Exit - All Weather Access Road 2-1( W- $ l0 ( - WW274 5 EA Tree Removal. (Up to 8" Dia. Trunk)° 2-5)- $ 112-6D WW275 5 EA Tree Removal (Greater Than 8" Dia. Trunk) r $ r1 13L,- WW276 500 SY Erosion .Control -Sodding 5- - $ _- WW277 2500 LE Erosion Control - Temporary Sediment Control, Fence (Silt Fence and /or Silt Barrier) S. $r kTaTd !Proposal Form REV 11 Page 25 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 25 of 34 I .II III Iv v SID XTEM WW278 QTY & UNIT (HID EVALUATION PURPOSES ONLY -- NOT FOR AWARD) 50 LF - DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION $ 0- Erosion Control -- Baled Hay !D._ WW279 1500 SF Remove and Replace Driveway $ i -. WW2B0 3000 SF Remove and'Replace Sidewalk j ,, $ WW281 1000 LF Remove and Replace Curb and Gutter or Valley Gutter j2' 1.1-0 WW282 10 EA Remove and Replace Curb Ramp `'- r WW283 , 10 EA Remove, Relocate, and Reinstall i Ma 1 Box WW2B4 2 AC Site Clearing and Stripping 4 . $ g WO__ WW285 1 LS Unanticipated Utility Relocation Allowance $25,006.00 $25,000.00 TOTAL EXTENDED UNIT PRICES (ITEMS WW1 THRU WW285) hnTA Iproposai Perm REV 11 Page 26 of 34 G r 52,450 ADDENDUM NO.1 Attachment No. 2 Page 26 of 34 Emergency Coefficient I ITEM WW1 WW84 WW85 WW124 II EMERGENCY COEFFICIENT (for evaluation purposes only) (To be applied to all bid items unit prices associated with an Emergency Delivery Order as defined in the Special Provisions) EMERGENCY SCENARIO (HYPOTHETICAL DELIVERY ORDER) PRICING III QTY & UNIT usID EVALUATION PURPOSES ONLY -- NOT POR AWARD) % LS 400 LF 900 LF • -14 EA Iv v DESCRIPTION Mobilization /Bonds /Insurance (Refer to T- 000500 for mobilization payment %) UNIT PRICE IN FIGURES Rehab 8" Wastewater Line (Cured--in- Place- Pipe) (0' - 6' Depth) Rehab 8" Wastewater Line (Cured--in- Place -- Pipe) (6' - 10' Depth) Service Re.- connection for 8" CIPP Wastewater Line 31. I -tie - WW133 WWL72B 15 LF 15 LF, Point Repair 58" Wastewater Line (6'- 10' Depth) (15 LF Min) Excavation Safety for Wastewater Line Point Repair (6' - 10' Depth) HID ITEM EXTENSION Volta- 1CO $ 226- WW197 WW198 WW226 WW227 WW228 WW251 2 DAY 800 LF 3 EA 3 EA 2 VF 3 EA Control of Wastewater Flows (Bypass of Lines 5g ") Complete in Place Per 24 -hour Period Bypass Force Main for Control of 58" Wastewater Flows Remove Existing Wastewater Manhole Replace 4 ft Dia. Wastewater Manhole (0' -6' Depth) Extra Depth 4 Ft Dia Wastewater Manhole (Over 6' Depth) Excavation Safety for Wastewater Manholes (0' - 6' Depth) 'Proposal Form REV 11 Page 27 of 34 I $ 20,E ADDENDUM NO. 1 Attachment No. 2 Page 27 of 34 I II III IV V ITEM QTY & UNIT (EI» EVALUATION QURPOSSB Mx - NOT FOR AVM) DESCRIPTION UNIT PRICE IN FIGURES —� BID ITEM EXTENSION WW252 2 VF Extra Depth for Excavation Safety for Wastewater Manholes ( >6' Depth) 10-- $ 20 WW253 41.6 SY Cut & Restore HMAC Pavement (Includes 2" HMAC, Sr' Limestone Base & Prime . $ Ig - Coat) WW268 10 DAY Signing & Traffic Control (Detail N), Complete in Place Per 24 --hour Period Ob $ _7j Oat) SUB-TOTAL HYPOTHETICAL SCENARIO NO. 1: 91 qt't Emergency Coefficient Co 1. EMERGENCY SCENARIO (HYPOTHETICAL DELIVERY ORDER) PRICING $ l � y �i t -' vts PPropoeal Form REV 11 Page 28 of 34 ADDENDUM NO.1 Attachment No. 2 Page 28 of 34 BID SUMMARY PAGE (FOR EVALUATION PURPOSES ONLY) TOTAL EXTENDED UNIT PRICES (ITEMS WW1 THRU WW285) : $ G ,9 fL i ff a D URGENCY SCENARIO (HYPOTHETICAL DELIVERY ORDER) PRICING. (SUB-Zt BWOIEVITCAL SCENPIRTO M. 1 MILTIPLIED BY $ L ,17 0' j EMERGENCY COEFFICIENT) TOTAL BASE BID: 'Proposal Form REV 11 Page 29 of 34 6, Clt, t33 . %kk ADDENDUM NO. 1 Attachment No. 2 Page 29 of 34 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: 'The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The initial contract duration shall be 12 Months and will be subject to renewal for up to two (2) additional 12 -month periods. Each delivery order will be issued with an allowable working time (calendar days) and will typically be based on the durations in the Working Time Table shown below. • Non- Emergency Delivery Orders - The working time begins and the Contractor shall mobilize, place traffic controls and commence work within 24 hours of receiving written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Delivery Order 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 Contrac ohs liquidated damages. The completion times for delivery orders issued under this category will be based upon the production rates shown in the table below. • Emergency Delivery. Orders - The working time begins and the Contractor shall be required to be on -site within three (3) hours of receiving written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and shall have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving written notice from the Director of Engineering Services or designee ( "City Proposal Form REV 11 Page 30 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 30 of 34 Engineer ") to proceed. In the case of individual or multiple Emergency Delivery Orders, the Contractor shall be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s) has /have been rectified and the danger to the Public has been resolved. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $1 000.00 per calendar day will be assessed against the Contractor as iquidated damages. The completion times for delivery orders issued under this category will be based upon the production rates shown in the table below. WORKING TIME TABLE Description Typical Working Time (Days) Allowed for each Delivery Order Non - Emergency Emergency Mobilization ` 3 days / D.O. 1 day / D.O. (Note 2) Remove & Replace Wastewater Line ( S 14' Depth) 5 days / 400 LF 3 days / 400 LF Remove & Replace Wastewater Line ( > 14' Depth) 7 days / 400 LF 5 days / 400 LF Rehab Wastewater Line Pipeburst ( S 14' Depth) 7 days / 400 LF 3 days / 400 LF Rehab Wastewater Line Pipeburst ( > 14' Depth) 10 days / 400 LF 5 days / 400 LF Rehabe Wastewater Line .CIPP 5 days / 400 LF _ 2 days / 400 LF Point Repair Wastewater Line ( S 14' Depth) 3 days / ea l day / ea Point Repair Wastewater Line ( > 14' Depth) 4 days / ea 2 days / ea Well Pointing for Wastewater Lines 1 day / 400 LF 0 days / D.O. Control of Wastewater Flows 1 day / D.O. 0 days / D.O. Clean & CCTV Wastewater Lines 1 day / 400 LF 1 day / 1200 LF Remove & Replace Wastewater Manhole 3 days / ea 2 days / ea Rehab Wastewater Manhole (FRP or Type A / Type B) 2 days / ea 1 day / ea Remove & Replace Driveway or Sidewalk 2 days / 400 SF 1 day / 400 SF Note; 1. Working Time shown in this table is in CALENDAR DAYS. 2. Emergency Delivery Orders require a 3 hour response. 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 teropoeal Form REV J Page 31 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 31 of 34 liquidated damages due the City, from the monthly pay. estimate. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): 1 Respectfully subm tted: — Name: kJ 4 rithel:t., Tile, By: t ►' Y e : to — (SEAL -- IF BIDDER IS ( 7. A'URE) a Corporation) Address: !32 iF k (P.O. Box) (Street) piers IX 11121 (C ty) (State) (Zip) Telephone : .$,cl -3011 A OD NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. 'Proposal Form REV 11 Page 32 of 34 (Revised August 2000) ADDENDUM NO. 1 Attachment No. 2 Page 32 of 34 P A Y M E N T B O N D STATE OF TEXAS § Bond No. 6672190 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § 'THAT Huff & Mitchell, Inc. of HARRIS County, Texas, hereinafter called "Principal ", andSafeco Insurance Company of America a corporation organized under the laws of the State of Washington and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE MILLION, FIVE HUNDRED THOUSAND AND NO/1.00($1,500,000.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 20TH day JULY , 20 1.0 , a copy of which is hereto attached and made a part hereof, for the construction of: OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT N0.7410 (TOTAL BASE BID: $1,500,000.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 27th day of July , 20 10 . PRINCIPAL Huff & Mitchell, Inc. By: 61 (Print Name & Title) ATTEST S h6L' $har: h - Ash. mF- (Print Name & Titl SURETY Safeco Insurance Company of America By: Dennis M. Decant, Attorney-in-fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, far delivery of notice and service of process is: Agcy: Keetch & Associates Contact Person: Kevin Keetch Address: PO Box 3280 Corpus Christi, TX 78463 Phone Number: 361 -88i -3803 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 PERFORMANCE BOND Bond No. 6672190 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Huff & Mitchell, Inc. of HARRIS County, Texas, hereinafter called "Principal ", andsafeco Insurance Company of America a corporation organized under the laws of the State of Washington , and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of ONE MILLION, FIVE HUNDRED THOUSAND AND NO /100 ($1,500,000.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 20TH of JULY , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT N0.7410 (TOTAL BASE BID: *1,500,000.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or'addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 27th day of July , 20 10 , PRINCIPAL Huff &,+litchel l , Inc. By: [A 06r) ssiam- (Print Name & Title) ATTEST Sheer:.,. Shari h s - • 4, (Print Name & Title SURETY Safeco Insurance Company of America By: 111z tL: jPr Dennis M. Descant; J Attorney -in -fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: Keetch & Associates Kevin Keetch PO Box 3280 Corpus Christi, TX 78463 -3280 361 - 888 -3803 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 Lg erty Mutual POWER OF ATTORNEY Sateco Insurance Company of America Genera; Insurance Company of America 1801 4th Avenue Suite 1700 Seattle, WA 98354 KNOW ALL BY THESE PRESENTS: Na 12$130 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint '" *LANETTE E..BAUER;JEFFREY L. BRADY; TIMOTHY J. BRADY; EDWIN W, CHAPMAN; DENNIS M. DESCANT,JFt; KELLY GERLAND; SHARON L. NAIL; Houston, : Texas *** ***+* ** +-■ ■+« +f+ - ****"* ***" " „ * *,,;y, * ** its true and lawful attorney(s)an- fact, with felt authority to execute on its behalf fidelity and surety bonds or undertakings' and ether documents of a similar character issued in the course of business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21St March day of Plx-fer 12,111 Dexter R. Leen, Secretary Timothy A. Stikolajewski, Vice President CERTIFICATE Extract from the :By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS the President,. any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer In charge of surety operations,, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character .issued by the company in the course of its business... On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring: such authority or on any bond or undertaking of the company, the ,seal, or a facsimile thereof, may be impressed 0i affixed « in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such' instrument or undertaking.' Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OFANIERICA and of GENERAL INSURANCE COMPANY OF:AMERiCA adopted July 28,1970: "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (t). The. provisions of Article V. Section :13 of the By- -Laws, and (n) A copy of the power-of-attorney appointment executed pursuant thereto; and ( iii) Certifying that said power of attorney appointment is in full force and effect, the signature of the certifying .officer may be by facsimile, and the sea[ of the Company :may .be a facsimile thereof* I Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of By -Laws and of a Resolution of the Board Directors of these corporations; acid of a Power of Attorney issued pursuant thereto, are true and correct; and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set tnyhand and affixed the facsimile seal of saki corporation. 2009 this 27th 5.0974/ DS 3/09 day of July 2010 Pix* Alt Dexter R. t.egg, Secretary WEB POP State of Texan Surety Bond Claim Notice In accordance with Section 2253.021(f) of the Texas.Govemmeni Code and Section 53.202(8) of the Texas Property Code, any nonce of daim to the named surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34754 Seattle, WA 98124 Phone: (425).376-6538 L� Fax (425) 378-6533 STATE OF TEXAS § COUNTY OF NUECES § P A Y M E N T B O N D KNOW ALL BY THESE PRESENTS: THAT Huff & Mitchell, Inc. of HARRIS County, Texas, hereinafter called "Principal ", and a corporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE MILLION, FIVE HUNDRED.THOUSAND AND NO/100($1,500,000.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 20TH day JULY , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT NO.7410 (TOTAL BASE BID: $1,500,000.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of , 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney -in -fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 PERFORMANCE BOND STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Huff & Mitchell, Inc. of HARRIS County, Texas, hereinafter called "Principal ", and , a corporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of ONE MILLION, FIVE HUNDRED THOUSAND AND NO /100 ($1,500,000.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 20TH of JULY , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: OSO W.R.P. SERVICE AREA COLLECTION SYSTEM ENHANCEMENT PROGRAM IDIQ CONTRACT PROJECT N0.7410 (TOTAL BASE BID: $1,500,000.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of , 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney -in -fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 SUPPLIER NUMBER Sus PURCHASING DIVISION Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P.O. BOX: %t PV--theji STREET ADDRESS: 13(07 , lailatej CITY: , ; _ : re55-siA ZIP: ---1114.2,c1 FIRM IS 1. Corporation IJ 2. Partnership ❑ 4. Association ❑ 5. Other 3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name 141A Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name NSA Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named Berm. Name Board, Commission or Committee NI A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm" Name RIA Consultant 1Propoeal Form REV 1� Page 33 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 33 of 34 - - FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: let j n Title: We/ ff5 i din4" (Type or Print) Signature of Certifying Person: DEFINITIONS Date: 2x(4 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- _ time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non -profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. (Propcaa]. Fora REV 11 Page 34 of 34 ADDENDUM NO. 1 Attachment No. 2 Page 34 of 34 ,ACORD,. CERTIFICATE OF LIABILITY INSURANCE PRODUCER Phone: 713 -688 -1500 Fax: 713 -688 -7967 Brady, Chapman, Holland E. Associates 10055 West Gulf Bank Houston TX 77040 DATE(MMIDDIYyrY) $ 10/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED Huff & Mitchell, Inc. 13626 Kluge Cypress TX 77429 INSURERA:Amerisure Mutual Ins Co 23396 INSURERB:Amerisure Insurance Company 19488 INSURERC:Michigan Mutual Ins. Co. (Amer 19488 INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR INSRD ADD'L GENERAL X TYeg OFINB UABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MAOE IX -I OCCUR POLCYNUMIiETi CPP201189706 PDuCYEFFECTIVE DAIMN&2DDOd 7/29/2010 POLICY EXPIRATION DATEIMMIDDIYYI 7/29/2011 LIMITS EACH OCCURRENCE S 1 , 000, 000 $300,000 $ 10 , 000 A RENTED PREMISES E MED EXP (Any one person) $1,--0 -aC 21] OeC1 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE '$ 2. 000 000 GEM_ -I AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP/OP AGG $2.000.000 POLICY X JE Q LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CA20118960602 7/29/2010 7/29/2011 COMEINEDSINGLEUNIT (Ea accident) f$ 1000000 X BODILY INJURY (Per person) X BODILY INJURY (Per accident) X PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLALIABILITY I( CLT201189906 7/29/2010 7/29/2011 7 EACHOCCURRENCE {$ 5. 000, 000 X I OCCUR CLAIMS MADE AGGREGATE $ 5,000,000 DEDUCTIBLE RETENTION $ $ $ $ B WORNERSCOMPENSATtONAND 1 EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? S Oyes, describe PROVISIONS SPECIAL PROVISIONS below 1 WC201189806 7/29/2010 7/29/2011 1 �/ WCSTATU- OTH- X TO}3YLIMITS_ ER E.L. EACH ACCIDENT -$ 1000000 O O O O O O E.L. DISEASE - EA EMPLOYEE $ 1000000 EL. DISEASE- POLICY LIMIT $ 10_00000 A OTHER Equipment Leased /Rented IM201327407 7/29/2010 7/29/2011 $300,000 Max Per Item $500,000 Max Per Occ $1,000 Ded 5% Theft Ded DESCRIPTION OF OPERATIONS ! LOCATIONS! VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS Installation Floater - Amerisure Mutual I14 201327407 - 7/29/10 to 7/29/11 - $300,000 Any One Location Subject to $1,000 Deductible The following is only to the extent of liabilities assumed under written contract, subject to the terms, conditions and exclusions of the policy. Certificate holder and others when required by written contract are additional insureds on the general liability and automobile with a waiver of subrogation on the general liability, automobile and workers compensation, when required by See Attached... CERTIFICATE HOLDER CANCELLATION 30 Dav NOC City of Corpus Christi; Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi TX 78469 -9277 L SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BB CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE. ',-. ACORD 25 (2001108) @ ACORD CORPORATION 1988 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES / EXCLUSIONS / SPECIAL PROVISIONS written contract. This insurance is primary and non- contributory as respects general liability. Project: #7400 Oso & Whitecap WWTP Basin Sanitary Sewer Rehabilitation (FY2008 -2009) I IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) CPP201189706 Huff & Mitchell Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. J TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: .COMMERCIAL GENERAL LIABILITY COVERAGE FORM All of the terms, provisions, exdusions,: end limitations of the coverage formapply except aglow:Mtally stated below. SECTION II - WHO IS AN INSURED Is amended to Include as an Insured any person or organization, called en additional insured in his endorsement 1. Whom -you are required to add as an additional Insured on this policy under a written contract or agreement relating* to your business; or 2. The written contract or agreement.must require additional Insured status for a time period during the term of this policy and be executed prior to the "bodly injury", °properly. damage ", "personal injury", or "advertising injury" giving rise toe claim under this poNcy. If, 'however, °your work" was commenced :tinder's letter of intent or work order, subject to.a subsequent reduction to writing within 30 days from such commencethent and with custornera whose custoreary cunt ts.t quire they be named as additional Inured$, we will provide additional insured status =specified In thls endorsement 3. if the additional insured Is: (a) An individual, their spouse Is•also an additional insured. (b) A partnership or joint venture, members, partners, and theirspouses are also additional insureds. (c) A limited liability company, members and managers are also additional Insureds. (d) Ah Organization other than .a partnership, joint venture or Pinked ilabi1lly company, executivadfficers and dl"rebi a olftli<a a'gaiitza in •a elsii'iTdditJr 1.h ands. Sto khoiders -are also additional Insureds,hUt only with respect to .their liability as Stockholders. te) A trust, you are an insured. Your trustees are also Insureds, but-only with respect to their duties as trustees. The insurance provided to the additional insured Is limited as•followa: 1. That parson or organization is only. an additional insured with respect to llabthty arising out of: (a) Premises you own, rent, lease, or Occupy, or (b) Your ongoing operations performed for that additional Insured, unless.the written contract or agreement requires your worm' coverage (or wording to the.same effect) in which case the coverage provided shall Mend to "your wort' for that additional Insured. Premises, as respects this provision, shall Include common or public areas about such premises if so required in the written contract or agreement. Ongoing operations, as respects this provision, does not apply to "bodily Injury" or "property damage" Occurring after. (1) Ali work including materials, parts or'equiprnent furMshgdln: conneotlon with such work on the project (other then service, maintenance or repairs) to be performed byor on behalf of the additional insu ed(s) •st the site of the covered operations has been completed; or J includes copyrighted materiel of insurance Services Office, Inc., with its Pen' 14141$ C?6.44 °dr n. Copyright Insurance Services Office, Inc., 2002 i Z CO 70 115 03 04 Page CPP201189706 Huff & Mitchell Inc. (2) That portion o f "your worie-out o f which t h e inlay :or dar rage.ariaee h as been put to its intended use by any person or organization other-than another aiatteclor or subcontrector engaged Irr performing operations for ei pdnc pal as a part of thb same prdlecL -2. The limits of Insurance applicable to the additional irwured are the teast'of those spadified in the vrritten contract or egreemeft or In the Dec amlioris for this policy. If you elao carry an Umbrella policy, and,. the written contract or agreement requires that the - additional irtsUred staters also to euch Umbrella policy, ite Omits of Insurance applicable to the additional- insured under this policy shall be thoseepecUied in the Declarations of this policy. The lints of insurance applicable to the additional Insured are inclusive of and not In addition to the limits of insurance shown In the Declarations. 3. The additional Insured status provided by this endois en *lit does not extend beyond the expiration or termination of a premises lease or rental agreerne it:nor beyond the term of this policy. 4. Any person or organization who is an Insuiried under thalami's of` Ihlaendorserneht and.Who.is'alsaen instared under the teni$ of the GENERAL LIABILITY EXTENSION INDORSEMENT, If attached to this policy, alias have the benefit of the terms of.this endorsement 'Me terns of this endorsement are broader. 5. If a written contract or agreement as outlined above requires that additional.tneured statue be provided by the use of CG 20 10 11 135, then the terms of that endorsement, which are shown below, are incorporated Into this endorsement as respects such additional inaured,.to the-extentthat such terms do not restrict coverage otherwise provided by this endorsement: ADDITIONAL INSURED ...OWNERS, LESSEES OR CONTRACTORS (FORM B) Ttds endorsement rriodlfies Instirancb provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Nerve or Person or Organization: Blanket Whore Required by Written Contract or Agreement that the terms of CO 20 10 11 135 apply. • (If no entry-appeere; above, -inform e.qutrerd to-complete- thls-endereementwM be shown to the Declarations as applicable to this endorsement.) WHO I8 AN INSURED (Section 11) Is amended to Include as eh Insured the person -or organization shown in the Schedule, brit only With respect to Debility arising out of "your work" for.tliat Insured by or for you. Copyright, Insurance Services Office. Inc., 19$4 CS20101185 The Instance provided to the additional Insured doe* not apply to "bodily injury", "property damage ", "personal injury"; or "advertising injury" arising out -of en•arci feces, engineer's, Or surveyor"e•renderhng of orfafure to render any profeseldna l servides inclUdingbut not limited to: 1. The preparing, approving, or fahtlng to prepare or approve maps, drawings, opinions, reports. surveys, change orders, design specifications; and 2. Supervisory, Inspection, or engineering services. Any coverage provided in this endorsement Is excess over -any other veld and collectible insurance available to the additional insured whether primary, excess, contingent: or on any other baeie unless the written contract or agreement.requl es that this inenxetrce be primary, in Which CaSe this insurance will be primary without contribution from such other insurance available to the additional insured. Y4/111 ?ftl4dPir Includes copyrighted rrteteriel of Insurance Services Office, Inc., with Its pernnssion. Copyright Insurance Services Mice, inc. 2002 CG 7085 03 04 page 2 of 2 CPP201189706 Huff& Mitchell Inc. / THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies' insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Throughout this endorsement the words "-you" and "your" refer to the Named Insured shown in the Declarations. Thewords "weld, and 'bur" refer to the Company providing this insurance. The wad "insured" means any person or organization qualifying as such under Provision B. WHO IS AN INSURED of this endorsement. Under SECTION 1- COVERAGE A., ITEM 2. EXCLUSIONS, provisions 1. through 7. of this endorsement amend the policy as follows: 1. LIQUOR LIABILITY Eaiduslon c. is deleted. 2. POLLUTION - HEATING AND AIR CONDONING EQUIPMENT lire pollution exduaion within or attached to this Coverage Form shall not apply to: • "Bodily injury" if sustained within a building which Is or was atany time owned or occupied by or rented or leased to any Insured and caused by smoke, fumes, vapor or soot from equipment used to heat or cool' the • building, 3. NONOWNED WATERCRAFT Exclusion, g., subparagraph (2) is deleted and replaced with the following: (2) A watercraft you do not own that Is: (a) Less than 51 feet long; and - -(b} -Not-being used to carry. persons.orproperty fors charge.._ . . . . 4. PREMISES ALIENATED A. Exclusion J. subparagraph (2) is deleted. B. The following paragraph is 'deleted from Exclusion J., Paragraph (2) of this exclusion does not apply lithe premises are' your wod " and were never occupied, rented or held for rental by you. 5. PROPERTYDAMAGE UABIUTY - ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion J. paragraphs (3), (4), and (6) do not apply to.the use of elevators. B. Exclusion.k. does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 5. PROPERTY DAMAGE LIABILITY - BORROWED EQUIPMENT A. Exclusion J. item-(4) does not apply to "property damage" to borrowed equipment whrHe at a jabsite and not being used to perform operations. B. With respect tor any one borrowed equipment item, Paragraph A. above does not apply to "property damage" which exceeds $25,000 per occurrence and annual aggregate. Includes copyrighted material of Insurance Services Office, Inc.. with its permission. Copyright Insurance Services Office, Inc.. 2004 CG 70631005 Page 1 of 9 CPP201189706 Huff & Mitchell Inc. 7. PRODUCT RECALL EXPENSE A. Ezolusion n. Recall of. Products, Work or Impaired Property does not apply to "product recall expenses" that .A:1u incur for the "Covered recall of "your product". This exception to the exclusion. does not apply to "product mall expenses" resulting,from: 1. Failure of any products th accomplish their Intended. purpose; 2 Breach of warranties'of fitness, quality, durability or peiformance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of "your product wttic h.las been walled, by like prQducits..or substitutes; 5. Caprice or whim of the insured; 6. A condition likely to cause loss, about which any Insured knew or had reason to icnow.at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of °your product(sy' that have no known or suspected defect solely because a known or suspected defect in another of `your product(sy" has been found. Under SECTION III -1.16011'30F INSURANCE, paragraph 3. is replaced In Its entirety as follows and paragraph 8. is added: 3. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of: a. Damages under COVERAOE A BOD1Y INJURY AND PROPERTY DAMAGE LIABILITY because of `bodily injury" and "property damage" Included In the "produCts-completed operations hazard" and b. "Product recall expenses ". 8; Subject to paragraph 5. above. $25,000 is the most we will.pay for all "product recall expenses" arising out of the same defect or deficiency. The Insurance afforded by reason of provisions 1. through 7. of this -endorsement is excess over any valid and collectible insurance (Inc kig :a iy dad ble} avallable:10 the insrJired virheth€rptif i, excess Orcordingent, and • SECTION W. OTHER INSURANCE, CONDITION 4: is changed accordingly. CONTRACTUAL, LIABILITY - PERSONAL AND ADVERTISING INJURY Under SECTION 1 • COVERAGE B., ITEM 2 - Exclusions, paragraph e. Contractual Liability is deleted. 9. SUPPLEMENTARY PAYMENTS Under SECTION 1- SUPPLEMENTARY PAYMENTS - COVERAGES RAND B, Items 1.b. and d. are deleted and replaced with the following: 1. b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 10. BROADENED WHO IS AN INSURED SECTION 11 WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as a. An individual, you and your spouse are insureds, but only with respect to the conduct of 'a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members,. your partners, and their spouses are also insureds, but only with respect tote conduct of your business. B. 8. Page 2 of 9 includes copyrighted material of 'Insurance Services Office, Inc., with its permission. Copyright insurance Services Office, Inc., 2004 CG70831005 CPP201189706 Huff & Mitchell Inc. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the.conduct of your business. Your managers are insureds, but only with respect to their dudes s. your manager& d. An organization other thane Partnership, joint venture or limited liability company+ ..you are an insured. Your'exacutivve.officers" and directors are insureds,. but ority..with respect to their duties asyour of ioers or directors. Yourstockholders are-also-insureds, but only with respect to their liability as stockholders. 2. Each of the following is also an insured: a. Your"eniptoytees," Other than .e1ther-your " eXecutive officers, (if you are an organizatiOn other than a partnership, joint venture orlimded liability oo parry) or your managers (`if you are a limited.Iiability Company); but only for acts Within the scope of their Vim. by you or while performing duties related to the conduct of your business. However, none of these "employees" is an insured for (1) "Bodily injury" or "personal inj uyl": (o) To you, to your partners .or members (if you are a partnership or joint venture), to your menibers (if you are a limited liability company), Gripe co- "employee" while that co- "employee" is either in the course of his or her ertnplOyment or performing dudes related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co- "employee" as a consequence of paragraph (1)(e) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because tithe injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 11. of this endorsement. (2) "Property damage" to property: (a) Owned, occupied or used by (b) Rented to, In the care, custody or control of, or over which physical control is being exercised for any purpose by you,.any of. your "empioYees, "-any pertner.00r..member (if you_are apart ±eiship. or joint Ventura), . . or any member (if you area limited liability company). • b. Any person (other than your "employee"), or any organization while acting as. your real estate manager. c. Any person or organization having proper temporary custody of your property If you die. but only; (1) With respect.to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all yourrights.and duties under this. Coverage Form. e. Your subsidiaries.If (1) They are legally Incorporated entities; and (2) • You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. if such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. includes copyrighted material of insurance Services Office, Inc., with Its permission. Copyright Insurance Services Office, Inc., 2004 CG 70 8310 05 Page 3 of 9 CP13201189706 Huff & Mitchell Inc. f. Any peraen.or arganixa%on other than an and, engineer, orsurveyor, which requires in a "work contract" that such person or organization be.made:an insured under this. policy. However, such person Or organization shall be an insured.anly with respect to covered 'bodily injury," "property damage', °personal injury" and "advertising injury° that results from "your work- under that "Work contract" The coverage afforded tasuch people or drganaation will continue ollyfpr a period of thirty. (3Q) days after the et Live date of the applicable "work contra' -Or, until the end of the policy term, whichever is earlier. However, if you report to us- within the 30 -day period stated -above the name.of the person or organization, as well astir nature of the "work contract' involved, the coverage afforded under this Coverage. Form to such people or-.organizallonshall continue-Oh* the ekplrati n of this policy. This paragraph f. does not apply if form CG 70 85, Texas Contractors Blanket Additional Insured Endorsement is atfactied to the policy. Any person or organization hi whom you are obligated by virtue of a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the maintenance or use of that part of any premises leased to you, Including common or public areas about such premises if so required in the contract However,. no such person or organization Is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because It has issued a permit with. respect.to operations performed by you sir of your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily. injury", 'property damage ", "personal injury" or "advertising injury" arising out of operations performed.for the state or runidpality: or (2) "Bodily injury' or "property damage" included within the "products - completed operations hazard." I. Any person or organization Who is the lessor of equipment leased to you, to whom you are obligated by virtueof a written contact topr ovide insurance such as is .afforded by this policy but only with respect to their liability arising out oflhe.inaintertattc e, op&aben or use by you of'such equipment. However,.no such, person or organizaailon.is an insured with respect to (1) Any "occurrence" which takes place after the equipment lease expires; or (2) "Bodily Injury" or "property darinege" arising out of the sole negligence of that-person or organization. j. Any architect, engineer, or surveyor engaged by you but. only with respectto liability arising out of your premises or !your work" However, no architect, engineer, or surveyor is an insured with respect to "bodily injury," "property damage," "personal injury,"or "advertising injury arising Out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, orfallIng to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specification; or (2) Supervisory, inspection, or engineering services. This paragraph J. does not apply if form CG 70 85, Texas Contractors Blanket Additional Insured Endorsenient,.ie attached to the policy. Includes copyrighted material of insurance Services Office, inc.. with its permission. Copyright Insurance Services Office, Inc., 2004 page 4 of 9 CG TO 6310 05 CPP201189706 Huff & Mitchell Inc. k. .Arty tnariager,.owner, lessor; mortgagee, assignee or receiver of premises, inducting land leased to you, but-aniy with respect to likability arising odd the ownership, maintenance or use of that part of the premises or land leased to you. However., no such person or organization is an Insured ivith respect to: (1) Any 'occurrence" that takes place after you -cease to occuprthat premises, or cease.to lease the land; or (2) Structural alteration, new construction or demolition operations performed by or on behalf of that person .or-organization. 3. Any organization you newly acquire or form, other than o partnership, joint venture or-limited liability company and over which you maintain ownership or inajonty interest, will qualify-as a Named Insured if there Is rip other- similar insurance available to that organiizatioon. However. a. Coverage under this provision is afforded only until tie end of"the.policy period; b. Coverage A does not apply.to "bodily. injury" or " property -damage" thatoccurred before you acquired or formed the organization; c. Coverage B. does not apply to "personal injury" or "advertising irury" arising out of an offense committed before you acquired or formed the organization. Coverage A. dies not epply.10 "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. My person or organization with whom you agreed, because of a written contract or agreement to provide insurance, but only with respect to "bodily injury." or "property.cdamerge" arising out of "your products" which are distributed, or sold in the regular course of the. vendor`s business. However, no such .person or organization is an insured with reripectto: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract oragreement. This exdduston does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. • b. My express warranty unauthorized by you; ... c. - ..Any physicaltr:chernical change In.the product madeintentionally -by -the ►render. ... d. Repackaging, unless unpacked solely for the purpose of Inspection, demonstration, testing, or the substitution of parts under instruction from the me ufaclurer, and.then repackaged in•the original container, e. Demonstration, installation, servicing or 'repair operations, except such operations performed at the vendors premises in connection with the sale of the product f. Products which,. after distribution or sale by you, have besit labeled or relabeledior used-as a container, part or ingredient of any other- tiring or substance by or for the vendor. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part of container, entering into, accompanying or containing such products. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 11. INCIDENTAL. MALPRACTICE LIABILITY A. As respects provision 10., SECTION II — WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technidan or paramedic errrployed by you to provide medical. or paramedical services. B. This provision 11. does not apply: d. tndudes copyrighted material of Insurance Services Office, Inc., with Its permission. Copyright•Ineurance Servicess Office, Inc., 2004 CG TO 83 10 05 Page 5409 CPP201189706 Huff & Mitchell Inc. 4. 'Product Recall expenses ": mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your producr' for a. Telephone and telegraphic communication, radio orteievision announcements, computer time and newspaper :advertising; b. Stationery, envelopes, production -of announeerrients and postage Or facsiniilesi c. Remuneration paid to regular employees for necessary oiiertime or authorized travel expense; d. Temporary hiring by you or by agents designated by. you of persons, other than your regular employees, to .perform necessarytasks; e. Rental of necessary, addttionaIwarrehouss or storage space; f. Packaging of or transportation fir shipping of defective products to the location you designate; and g. Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". 5. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or evil commotion; vandalism; leakage from fire extinguishing equipment weight of snow, be or sleet; or' water darnage " 6. "Water damage" means accidental.discharge or Jeakege of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. • 7. "W..oric contract" means a wri#en agreement between you.and.one or mom parties for work to be performed by you or on your behalf. includes copyrighted material of Insurance Services Office, Inc.. with its permission. Copyright Insurance Services Office, inc., 2004 CG 70 65 10 05 Pegs 9 of 9 POLICY NUMBER: CA20118960602 COMMERCIAL AUTO CA71651007 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY COVERAGE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement Identifies person(s) Provision of the Coverage Form. This endorsement changes the policy or organization(s) who are "insured" under the Who Is An Insured on the inception date of the policy, unless another date is shown below. Endorsement Effective: 07/29/10 Countersigned By� Named Insured: 'HUFF & MITCHELL, INC. ifets c‘ogir J (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) Section II , Liability Coverage, A. Coverage, 1. Who Is An Insured Is amended to add: Any Person or Organization with whore you have an "insured contract" which requires: I. that Person or Organization to be added as an "insured" under this policy; and il. this policy to be primary and non-contributory to any like insurance available to the Person or Organization. Each such r� is an "insured" under an n SECTION ofithellCove age Form. They are an "insured" only if that person or organization The contract between the Named Insured and the person or organization is an "insured contract". Includes copyrighted material of the Insurance 5urancs Services 19 face, Inc., with its permission. Page 1 of CA 71 65 10 07 CA20118960602 07129110 - 07129111 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS. ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The premium for this endorsement is $ S200 too 1. BROAD FORM INSURED SECTION II - LIABILITY COVERAGE, A.1. Who Is An Insured is amended by the addition ate following: d. My organization you newly acquire or form, other than a partnership, joint venture or llrnited Liability company., and over which you.maintain ownership or a majority interest, will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an insured" under any other policy or would be an Insured" but for Its termination or the exhausting of its limit of insurance. e. Any "employee" of yours using: (1): A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs, or (2) An Na uto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to theconduct of your business. However; your "employee" dees.not qualify as an insured under this paragraph (2) while using a Covered "auto" rented from you or from any member of the "employee's "household. f. Your members, If you are a limited liability company, While Using a covered "auto" you do notown, hire or borrow-and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree in a written contract. written agreement or permit, to provide insurance such as is afforded under this policy. but only with respect -to your covered 'autos ". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is issued prior to the "bodily injury" or °property damage "; (2) To any person or organization included as an insured by an endorsement or in the Declarations; or (3) To any lessor of "autos" unless: (a) The lease agreement requires you to provide direct primary insurance for the Lessor. (b) The "auto" is Leased without a driver; and (c) The lease had not expired. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, int., 2005 CA71180508 Page 1 of 6 CA20118960602 07129110- 07129111 Leased "autos" covered_ underth'rs:provision w€il be.,considered covered :autos "you own and not cohered "autos" you hire. h. Any legallyincorporated :organization or subsldiaryin.Which you own more than 50% of -the voting stock on' the effective date of this endorsement. This provision.does not apply to-'f odily..injury':or "property damage" for which an insured" is also an insured under any other automobile policy or would be an. insured under such a policy, but for its termination or the exha'ustiori of'its limits Of insurance. unless such policy was written to apply specifically in excess of this policy. 2. COVERAGE•EXTENSTONS.- SUPPLEMENTARY PAYMENTS Uiader•Sectlon II • LIABILITY COVERAGE. A.Z.a. Supplementary Payments. paragraphs (2) and (4) are deleted and replaced as follows (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to fumish.these bonds. (4) All reasonable expenses. incurred by the insured" at. our request, including actual loss .of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW - EMPLOYEE EXCLUSION Under SECTION II - LtABILITY COVERAGE, B.. EXCLUSIONS, paragraph.5. Fellow Employee Is. deleted and replaced by the following: "Bodily injury" to any fellow "employee" of the insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related• to the conduct of your business: However, this exclusion does not apply to your "employees" that are officers or managers if the 'bodily injury' results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other•collectib a insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A.. Under SECTION III PHYSICAL DAMAGE COVERAGE;A.•COVERAGE. the following is added: If any of yourowned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos "-that you or your "employees" hire or borrow, under your name or the "employee's" name. for the purpose of doing your work. We Will provide coverage equal-to the broadest physical damage coverage aptificable to any covered "auto" shown in the Declarations, Item Three, Schedule of-Covered Autos You Own, or on any endorsements amending this schedule. B. Under SECTION 111" PHYSICAL DAMAGE COVERAGE.: AA. Coverage Extensions.. paragraph b. Loss Of Use Expenses is deleted and replaced with the following;. b.. Loss Of Use Expenses. For Hired.Auta Physical Damage, we will pay.expenses forwhich an "insured" becomes legally responsible to pay•for loss of use of a vehicle rented or hired - without a driver; Under a Written rental . contract or agreement. We will pay for loss of use expenses if caused by; (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Spedfied Causes of Loss, only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auuto ": .or (3) Collision,. only item Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for Toss of.use is $30 per day, to a maximum of $2.000. Includes copyrighted material of Insurance Services Office. Inc.. with its permission. Copyright Insurance Services Office, Inc., 2005 Page 2 of 6 CA 711 a OS 03 CA20118960602 07/29/10-07/29/11 C. Under SECTION IV - BUSINESS AUTO CONDITIONS. a General Conditions, 5..Other Insurance, paragraph b. is replaced by the following: b. For Hired Auto Physical Damage, the following_ are deemed to be covered 'autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and .2. Any covered "auto" hired or.rerited by your "employees "under a contract in that individual "employee's" name, With your permission, while performing duties related to the conduct of your business. However, any "auto" that is. leased, .hired, rented or borrowed.With a driver is not a covered "auto", nor is any "auto' you hire from any of your-' employees ", partners (If you :are a partnership). members (if you are a limited liability company). or members of their households. 5. LOAN OR LEASE GAP COVERAGE Under SECTION 111 — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If a covered "auto" is owned* leased and if we provide Physical Damage Coverage on it, we will pay, in the event of a covered total "loss ",. any unpaid amount due on the lease or loan for a covered "auto ", less: (a) The amount paid under the Physical Damage Section of the policy; and (b) Any: (1) Overdue lease or loan payrrients-including penalties, interest or Other charges resulting from Overdue payments at the time of the loss "; (2) Financial penalties.imposed undera leasefor excessive user abnormal wear and.tear or high mileage; (3) Costs for extended warranties, Credit Life Insurance, Health, Accident orDisability Insurance purchased with the loan or lease: (4) Security deposits not refunded by alessor; and (5) Carry-overbalances from previous loans or leases. 6. RENTAL REIMBURSEMENT Ui derSECTION11i - .PHYSICALDAMAGECOVERAGE, A.4. Coverage Exteria erns, para9rap a. Transportation Expenses is deleted and replaced by the following:. a. 'Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense incurred by you because of covered loss". We will pay only for those covered "atlas "for which you-cam/Collision Coverage or either Comprehensive Coverage or SpeciliedCauses of Loss Coverage. We will pay for transportation expenses incurred during the. period beginning 24hours after the covered loss* and ending, regardless of the policy's expiration, when the .covered"auto" is returned to use orwe pay for its "loss ". This coverage is in addition to. the otherwise applicable coverage you have on a covered "auto ". No deductibles apply to this coverage. (2) This coverage does not apply while there' is a spare or reserve "auto" available to you for your operation. 7. AIRBAG COVERAGE Under SECTION 111 - PHYSICAL DAMAGE, Be EXCLUSIONS, paragraph 3, is deleted and replaced by the following: 3. We Minot pay for "loss" caused by or resulting from any of the following unless caused by barer "lass" that is covered by this insurance: Includes copyrighted material of Insurance Services Office. Inc.. with its permission. Copyright Insurance Services Office, Inc., 2005 CA711805O8 Page3of6 CA20118960602 07/29/10-07/29/11 .(1) Wear and tear, .freezing. mechanical or electritaf breakdown. However. this exclusion does not include the discharge of an :airbag. (2) Blowouts,punctures.orother•road damage to.tires. 8. GLASS REPAIR— WAIVER OF DEDUCTIBLE Section III — PHYSICAL DAMAGE COVERAGE; D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLISION COVERAGE -- WAIVER.OF DEDUCTIBLE Under Section tit - PHYSICAL.DANIAGE COVERAGE, D. Deductible is amended to add the following: When there is a loss to your covered ":auto"iinsured for Collision Coverage, no deductiblewiil apply if the loss was caused by a.collision with another "auto" insured byus. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV • BUSINESS AUTO CONDITIONS, A. Loss Condltlens; 2. Duties in The Event Of Accident, Claim, Suit Or loss, paragraph a. Is deleted.and replaced' by the following: a. You must see to it that we are notified as soon as practicable of an "accident", claim, "suir or "lass ". Knowledge of an "accident". claim. "suit" or loss" by your " employees ".shall not in itself, constitute knowledge to you unless one of your partners, executive. of Icers,.directors, managers, or members (if you are a limited liability company) has knowfedge.of the "accident", claim, "suit* or "loos". Notice should Include: (1) Hove, When and where the "accident~ or "loss" occurred: (2) The "insured's" name and address; and (3) To the extent passible, the names and addresses of.any injured persons and witnesses. 11 TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION). Under SECTION IV • BUSINESS AUTO.CQNDMO.NS, A.Loss Condltions- paragraph 5. Transfer Of Rights Of Recovery Against Others To Us Is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us. If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything,necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the 'Insured" has waived rights to recover through a written contract, orif your work was commenced under a letter of intent or work - order, subject to a subsequent reduction in writing With customers whose customary contracts require a waiver, we waive any right of recovery we may have underthls Coverage Form. 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS, 8: General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the..addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledgeof an error or omission in your representations as soon as practicable after Its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal: Includes copyrighted material of Insurance Services Office, Inc.. with its permission. Copyright Insurance Services Office, Inc.. 2005 Page4of6 CA711a0508 CA2011 8960602 07129110 - 07129111 13. AUDIO, VISUAI. AND DATA ELECTRONIC EQUIPMENT COVERAGE SCHEDULE Description of Covered Auto: Limit of Insurance $500 Deductible $250 A. Coverage 1. We will pay, with respect to a covered "auto' described in the above Schedule, for "loss" to any electronic equipment that receives or transmits auco, visual or data signals and that is not designed solely for the reproduction of sound. This coverage applies only if the equipment is permanently installed in the covered "auto" at the time of the loss" or the equipment is removable from a housing unit that is permanently installed in the covered "auto" at the tirne of "foss ", and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, In or upon the covered "auto ". 2. We will pay, with respect to a covered "auto" described in the above Schedule, for loss" to any accessories used with the electronic equipment described in paragraph A.1. above. However. this does not include tapes, records or discs. B. Exclusions For purposes of this provision 13., the exclusions that apply to Physical Damage Coverage. except for the exclusion relating to Audio, Visual and Data Electronic Equipment, also apply to coverage provided by this endorsement. In addition, the following exdusions apply: We will not pay. under this endorsement, for either any electronic equipment or accessories used with such electronic equipment that is: 1. Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system; or 2. Both: a. An integral part of the same unit housing any sound reproducing equipment designed solely for the reproduction of sound if the sound reproducing equipment is permanently installed in the covered "auto "; and b. Permanently installed in the opening of the dash or console normally used by the manufacturer for the installation of a radio. 3. A device designed or used to detect speed measuring equipment such as radar or laser detectors or a jamming apparatus Intended to elude or disrupt speed measurement equipment, whether permanently installed or temporarily mounted In or on the covered 'auto". C. Limit of Insurance With respect to coverage under provision 13. of this endorsement, the Limit of Insurance provision of Physical Damage Coverage is replaced by the following: The most we will pay for all "loss" to audio, visual or data electronic equipment and any accessories used with this equipment. as described in paragraph A. above, as a result of any one "accident", is the lesser of 1. The actual cash value of the damaged or stolen property as of the time of the loss"; or 2. The cost of repairing or replacing the damaged or stolen property with other property of Ike kind and quality; or 3. The amount shown in the Schedule. Includes copyrighted material of Insurance Services Office, Inc.. with Its permission. Copyright Insurance Services Office. Inc., 2005 CA 71 18 OS O8 Page 5 of 6 CA20118960602 07/29110-07/29111 D. Deductible 1. If loss" to the audio, visual or data electronic equipment or accessories used with this equipment, as -described in paragraph A. above. is the result of a loss" to the covered "auto" under this Coverage .Form's Comprehensive or Collision Coverage, then for each catered "auto"- our 'obligation to _pay for repair, return or replace dimaged or stolen property will be reduced by the :applicable deductible snow in the Declarafions. Any Comprehensive Coverage deductible shown in the Declarations c1Oes notapplytalossrto audio, visual or data electronic equiprnenteaused by.fire or lightning. 2. If lass" to the audio, visual ordata electronic equipment or accessories used with this equipMent, as described in paragraph A. above, is the.result of a loss" to the covered "auto" under this Coverage Form's Specified Causes of Loss Coverage, then for each covered "ado" our Obligation to pay for, repair, retumor replace.damaged or Stolen property Will be redticed by the applicable deductible shown in the Schedule of this endorsertent. 3. If loss" occurs Solely tip the audio, visual or data eledronicequipment or accessories used with this equipment, as described in paragraph A. above, then for each covered "autcr our obligation topay for, repair, return or replace damaged or stblen propertymill be reduced by the applicable deducible shown in the Schedule of this endOrsernent 4. In the event that there is more than one applicable deductible, only the highest deducttle will apply. In no eventwill more than one deductible apply. E. When This Provision Becomes Void This .provision, AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE. is void if CA 04 OZ Texas Audio, Visual And Data Electronic Equipment Coverage, is .attached.to the poky. Includes copyrighted material of insurance Services Office, Inc, with its permission. Copyright Insurance Services Office, Inc, 2005 Page 6 of 6 CA71 le 05 (111 POLICY NUMBER CPP201189706 Huff "& Mitchell Inc. COMMERCIAL GENERAL LIABILITY CG 02 050198 THE ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. / TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL UABILITY COVERAGE PART UOUOR LIABILITY COVERAGE PART °INNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTWOMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE UABIUTY COVERAGE PART In tha event of cancellation or material change that reduces or restricts the Insurance afforded by this Coverage Part, we agree to mall prior written nice of cancellation or material change to 1. -Name: 2. - Address: SCHEDULE BLANKET-ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRfli'EN.CONTRACT WHICH REQUIRES THAT PERSON OR ORGANIZATION BE GIVEN NOTICE OF CANCELLATION. 3. Number of days advance notice: x`30 Y Of no entry appears above, Infornimtion required to complete this endorsement will be shown in the Declarations as applicable la this endorsements.) EXCEPT IN THE EVENT OF CANCELLATION FOR NON - PAYMENT OF PREMIUM WHERE 10 DAYS NOTICE SHALL BE GIVEN. CG020x0196 Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 0 POLICY NUMBER: CA20118960642 COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 07/29/10 Countersigned By: Named Insured: HUFF & MrrcE LV, INC SCHEDULE Number of Days' Notice 30 Name Of Person Or Organization HAS ENTERED INTO AORGANIZATION TTEN CONTRACT OREQUIRING NOTICE OF CANCELLATION PER. CERTIFICATES ON FILE WITH CONPANY.* *EXCEPT 10 DAYS NOTICE FOR NON - PAYMENT. 4 *presentative) Address If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. re nw AA ri.4 r1A 0 ISO Properties, Inc., 2003 Page 1 of 1 C WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT WC 42 06 C (Ed. 7 -a This endorsement applies only to the insurance provided by the policy because Texas is shown in Item S.A. of tE Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 v/ *EXCEPT IN THE EVENT OF CANCELLATION FOR NON - PAYMENT OF PREMIUM FOR WHICH 10 DAYS SHALL BE GIVEN, 2. Notice will be mailed to: BLANKET -ANY PERSON OR ORGANIZATION WHICH REQUIRES BY CONTRACT TO l: GIVEN NOTICE OF CANCELLATION. CERTIFICATES TO BE FILED WITH THE COMPA This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated IThe information below is required only when this endorsement is issued subsequent to preparation of the policy.l Endorsement Effective 07/29/10 Policy No. WC201189806 ✓ Endorsement No. Premium S insured Huff& Mitchell, Inc. Insurance Company Countersigned by WC 42 08 01 14 %Par Han RIMS 6 &wheel WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A lEd. 1 -00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3,A_ of the information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy, We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1 . ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium The- premium.. charge.for..this..endorsement .shall be 0..020 ..percent..of..the . premium developed on payroll in connection with work performed for the above person(s) or organization's) arising out of the operations described. 4. Advance Premium $3,027 This endorsement changes the policy (The information below is required Endorsement Effective 07/29/10 Insured Huff & Mitchell, lac. insurance Company to which it is attached and is effective on the date issued unless otherwise stated. only when this endorsement is issued subsequent to preparation of the policy.) Policy No. WC201189806 7 Countersigned by Endorsement No. Premium S WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texasis shown in $tern 3.A. of the Information Page. We have the right to recover our payments from anyone liable for do injury covered by this policy, We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1 . ( 1 Specific Waiver Name of person or organization (X )Blanket Waiver Any person or organization for whore the Named insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium The premium charge for .this..endorsement shall be, 0.020_.percent of the.prerrlum developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium 83,027 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 07/29/10 Policy No. WC201189806 Endorsement No. & Mitchell, Inc. m Huff Preium 4 Huff %war Insurance Company Countersigned by