Loading...
HomeMy WebLinkAboutC2010-473 - 10/19/2010 - Approved- _ r ~ 2010-473 r , , i _. ~ M2010-255 10/19/10 ~ a Grace Paving & Comstr. ,' I - . ` S P E 'C 3• A' h P. R Q' V I S A C1 ~--;g - -- - ' ~ .'P E `C ~~' F I _' C ~i T~ Q N S l - A N D F O R M S ~t3_~'~-~ QN T..R A C T S A'ND' 13°-Q ND S` - ~' O ~ - ~tE)$ERT STREET - IoM c~NES ~cr ocEarr: ni~zvE orrt~ -2 d Q 8 Prepared By: - ~aiszn~~~i Enq~~eerirtg Ii~c:. _' ~~o~~a~~i~~~ ~~~a _ - Cn.~-pus, Chris~.3, ~'e:~as 7841I Te~.Ep~io~e 351/8;14-~99~0 - Fad 3fi1/'8~.4~-440~. _ FOR - - - DEP'MENT O'ff` FN~~NFE~11~G 'SERVICES . CI~'Y Off` CORPDS CHRSS`~~,. 'I`~X~S PY~one: 36]./82:6-350 Fax: 361/826-3~Q1 ~ ,4 €~F ~ ~ ~ ~ ~ q ., ~~ •~ ~' Sr r ' i -_ ice- = , ~~~ ~~ AR~IlR4 A~[~hlA ~~. ~~ ~ PR©J~CT IVQ: X492 ~~~.e ~{C~#~~~~- ~~~t~~ ~ ~~~ ~~~~'1lJ ._ ~ Nil , view - B-I$-ic DRAT~7IIdG NO<; S'~R= $ 2 6 i `~}P.zSM~T~3 ~NGII3EERING, ~~~iC. - T~P~' FARM I~~G~S~'Rb1T~ON-IVO. F=(1 CIQ-355 (Revised 12/07/06) ROBERT STREET FROM GAINES TO OCEAN DRIVE BOND 2008 (PROJECT NO. 5492) Table of Contents (Revised) NOTICE TO BIDDERS (Revised 7/S/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - H {Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities p,~+,RT A - 5PECIAF, PROVISIONS -~- A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project _ A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of .Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies {Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking -- A-15 Excavation and removals A-16 Disposal/SaJ.vage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification A°21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) n 1~ r,~_~ ..+-: n.. ^~?- (NOT USED} ~~~~~~ A--24 Surety Bonds (NOT USED) {6/11/98) A-26 Supplemental Insurance Requirements n ~-~ n :i..~~~a. ~:,~-.i:i^.l (130T L15ED) ugc u~..,.. 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 Rev. 8/Q3 Page 1 of 5 ADDENDUM NO. 1 ATTACHMENT NO.1 SHEET 1 OF 5 A-35 City Water Facilities Special Requirements .~ A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities .~_ A~-9-Ge•~=~i•f-i~e~te ef~Jeet~pa~e~a~e1 Fi~l ne-eeg~a (NOT CTSED} _ 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-46 Disposal of Highly Chlorinated Water (7/S/00) ^ A-47 Pre-Construction Exploratory Excavations (7/5/00} A-48 Overhead Electrical Wires (7/5/00) _ A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress - A-51 Dewatering/Well Pointing A-52 Electrical Submittal of Bids A-53 Video Documentation A-54 Trench Safety A-55 Confined Space Entry Requirements A-56 Pavement Restoration and Project Clean Up A-57 Re-routing of Traffic During Construction - A-58 Measurement and Payment of Subsidiary Ttems of Work A-59 Restoration of Private Property A-60 Access to Private Property A-61 Pipe Trench Bedding and Backfill A-62 Stormwater Pollution Prevention A-53 Dust Control A-64 Noise Control and Working Hour Restrictions A-65 Other Accessibility Requirements FART B - GENERAL PROVISIONS '- PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART R - RTA CONTRACTING REQUIREMENTS RTA1 Federal Supplemental Conditions (Construction Contracts), rev 3/06 ,... RTA2 Special Provisions Concerning Disadvantaged Business Enterprises RTA3 RTA Certification Forms 1_ Certification Form 2. DBE Participation Form ` 3. References 4. Disclosure of Interest Certification ,~-. 5. Buy America Certificate ,.., 6. Certification of Restrictions on Lobbying ADDENDUM N0. 1 ATTACI-IMENT N0.1 Rev. 8/03 SHEET 2 OFS Page 2 of 5 r PAi2T S - STANDARD SPECIFICATIONS 021 SITE PREPARATION 021020 Site Clearing & Stripping 55 021040 Site Grading S6 -- 02108D Removing Old Structures 022 EARTHWORK 022020 Excavation & Backfill for Utilities & Sewers S9 D22022 Trench Safety for Excavations 022040 Street Excavation S1D 022080 Embankment S13 02210D Select Material S15 02242D Silt Fence 597 025 ROADWAY D254......ASPHALTS AND SURFACES 025404 Asphalts, Oils, & Emulsions S29 025412 Prime Caat S30 025414 Aggregate for Surface 'Treatments anal Seal Caat 535 025416 Seal Coat 531 025424 Hot Mix Asphalt Concrete Pavement 534 0256......CONCRETE WORK 025608 Inlets S63 02567.0 Concrete Curb and Gutter S52 D2567.2 Concrete Sidewalks & Driveways S53 025614 Concrete Curb Ramps 0258......TRAF'F'IC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction •^ 025805 Abbreviated Pavement Markings 5101 025807 Pavement Markings (Painted} S45 D25809 Thermoplastic Striping 025813 Preformed Striping & Emblems 026 UTILITIES • 0252......GENERAL D26206 .Ductile Iron Pipe & Fittings S$1 '-"' 026214 Grouting Abandoned Utility Lines S3 0264......WATERLINES 026404 Water Service Lines 026411 Gate Valves for Waterlines 585 026416 Fire Hydrants 586 027 SEWERS & DRAINAGE 0272......GENERAL 027202 Manholes 027203 Vacuum Testing of Sanitary Sewer Manhole & Structures D27205 Fiberglass Manholes 558A 0274......STORM SEWERS •-- 027402 Reinforced Concrete Pipe Culverts S60 r-•• D276......GRAVITY SEWERS 0276D2 Gravity Sanitary Sewers S61 027610 Televised Inspection of Conduits 5125 028 SITE IMPROVEMENTS & LANDSCAPING '~ 02$040 Erosion Control by Sodding S8 --~ 028000 Relocation of Fences 5-12 ADDENDUM NO. 1 ATTACHMEN i' NO.1 Rev . 8/ 0 3 SHEET 3 Off' S Page 3 of 5 F 030 CONCRETE, 030020 032020 037040 038000 050 METALS 055420 l GROUT Portland Cement Concrete S40 Reinforcing Steel S42 (IncludES Diagram) Epoxy Compounds 544 Concrete Structures 541 Frames, Grates, Rings, & Covers S57 PART T - TECTiNICAL SPECIFTCATIQNB 025260 Crushed Limestone Base 093000 Geogrzd Reinforcement 093100 Composite Shell Cast-In-Place Tactile Warning Surface Unit LIST OF DRAVPINGS - 1. TITLE SHEET _ Z. TYPICAL STREET SECTIONS 3. GENERAL NOTES 4. GENERAL NOTES rJ. SUMMARY OF QUANTITIES B. PROJECT LAYOUT AND BASELINE MAP T. SHEET INDEX PLAN S. STORMWATER BASE MAP ~. WATER SYSTEM BASE MAP 1O. WASTEWATER BASE MAP 11. GAS SYSTEM BASE MAP 1Z.DEMOLTTION PLAN 13.STREET/STORMWATER PLAN A1~7D PROFILE -~ STA. 0+00 TO STA. 5+00 14.ST`REET/STORMWATER PLAN AND PROFILE - STA. 5+00 TO STA. 9+60 1rJ.STREET/STORMWATER PLAN AND PROFILE - STA. 9+60 TO STA. 14+20 - 16. STREET/STORMWATER PLAN AND PROFILE - STA. 14+20 TO END 1~.STORMWATER LATERAL PROFILES 1$. UTILITY PLAN AND PROFILE - STA. 0+00 TO STA. 5+00 -- 19. UTILITY PLAN AND PROFILE - STA. 5+00 TO STA. 9+60 ZO.UTILITY PLAN AND FROFZLE - STA. 9+60 TO STA. 14+20 Z1. UTILITY PLAN AND PROFILE - STA_ 14+20 TO END ZZ.MISCELLANEOUS DETAILS~~ Z3.STORMWATER POLLUTION PREVENTION PLAN Z4-.SIGNAGE AND STRIPING PLAN ZrJ.CITY OF CORPUS CHRISTI~I - STANDARD DRIVEWAY DETAILS ; Zfi.CxTY OF CORPUS CHRISTI~I - STANDARD DRIVEWAY DETAILS ZT.CITY OF CORPUS CHRISTI~I - CURB, GUTTER, AND SIDEWALK DETAILS ZS. CITY OF CORPUS CHRISTI - CURB RAMP DETAILS Z9. CITY OF CORPUS CHRISTI - CURB RAMP DETAILS 3O. CITY OF CORPUS CHRIST - CURB RAMP DETAILS *-- 31. CITY OF CORPUS CHRISTI - STORM WA'T'ER STANDARD DETAILS 3Z. CITY OF CORPUS CHRISTI - STORM WATER STANDARD DETAILS 33. CITY OF CORPUS CHRIST',I -- WATER STANDARD DETAILS ADDErTDUMNO. 1 AT'.fACHN1ENT NO.1 Rev . 8/ 0 3 SHE~'1' 4 OF 5 ~... Page 4 of 5 34.cI~rY OF CORPUS CHRISTI - WATER STANDARD DETAILS 35. CITY OF CORPUS CHRISTI _ WATER S'T'ANDARD DETAILS 36. CITY OF CORPUS CHRIS'T'I - WATER STANDARD DETAILS 37. CITY OF CORPUS CHRISTI - WATER STANDARD DETAILS 3S. CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 39.CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 40. CITY OF CORPUS CIrTRISTI - SANITARY SEWER STANDARD DETAILS 4~.CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 4Z. CI`T'Y OF CORPUS CHRIS'T'I -- SANITARY SEWER STANDARD DETAILS 43. TRAFFIC CONTROL PLAN - UNIT 1 44. TRAFFIC CONTROL PLAN - UNIT 2 45. TRAFFIC CONTROL PLAN - UNIT 3 46. SOLAR PANEL ROADSIDE FLASHING BEACON ASSEMBLY DETAILS 4T. ELECTRICAL DETAILS - GROUND BOXES/BATTERY BOX (ED I3) 4S. PERMANENT PAVEMENT MARKING DETAIL 49. CROSSWALK PAVEMENT MARKING DETAIL GEOTSCHNICAL REPORT NOTICE AGREEMENT PROPOSAL/DISCLOSL7RE STATEMENT' PERFORMANCE BOND PAYMENT BOND ADDENDUM NO. 1 ATTACHMENT NO.1 Rev. 8/03 SHEET50F5 Page 5 of 5 FEDERAL SUPPLEMENTAL CONDiTfONS (CONSTRUCTION CONTRACTS} TABLE OF CONTENTS 1. 2. EQUAL EMPLOYMENT OPPORTUNITY ...................................................................... STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUC- 3 TION CONTRACT SPECIFICATIONS EXECUTIVE ORDER 11246) .......................... 4 3. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTfON TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY EXECUTIVE ORDER 11246 ...................... $ 4. LABOR PROVISIONS ...........................................................................~---.................... 8 5. TITLE VI COMPLIANCE .....................................................................•------.................. 13 6. DISADVANTAGED BUSINESS ENTERPRISES DBEs ......................................:...... 14 7. ENERGY CONSERVATION ......................................................................................... 15 8. MITIGATION OF ADVERSE ENVIRONMENTAL EFFECTS ........................................ 16 9. USE OF FLY ASH 1N CEMENT AND CONCRETE ...................................................... 16 10. CLEAN AIR ACT AND CLEAN WATER ACT REQUIREMENTS .................................. 16 11. PATENT RIGHTS ........................................................................~--...............---........... 17 12. RIGHTS IN DATA ........................~-----.......................................................................... 17 13. PRIVACY ..................................................................................................................... 18 ...... AUDIT AND INSPECTION OF RECORDS 19 14. .......... ................................................... 15 ..................... . BUY AMERICA PROVISION 19 . . .............................................................~--- I 16. ! .......................~----..............----.....................---....................... CARGO PREFERENCE-~ 20 17. ........................... 20 18. .......................... 21 19. ........................... 21 20. .....:..................... 21 )DENDUM NO. 1 TACHMENT N0.2 HEFT 1 OF 3 2 i n _: t 21. SECTARIAN INVOLVEMENT PROHIBITED ................................................................ 21 22. DEBARMENT SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION........ 22 23. BONDING ..................................~----...................................-----..................................... 22 24. BID PROTEST PROCEDURES ................................................................................... 23 25. TERMINATION ..........................................................................................~----............. 24 26. GENERAL REMEDIESISANCTIONS FOR BREACH OF CONTRACT ........................ 24 27. LIQUIDATED DAMAGES .............~----................................-----...................................... 25 28. PRO.lECT SIGNS .......................................~-----......................................................-~--- 25 29. LEGAL AUTHORITY. ............................................................... 24 30. INDEPENDENT CONTRACTOR .................................................................................. 25 31. COMMUNICATIONS .................................................................................................... 25 32. AMERICANS WITH DISABILITIES ACT COMPLIANCE .............................................. 25 33. PREFERENCES FOR RECYCLED PRODUCTS ......................................................... 26 34. SEISMIC SAFETY REQUIREMENTS .......................................................................... 26 35. HAZARDOUS MATERIALS ......................................~---~---.................-•-----...........--------- 26 36. ENTIRE AGREEMENT ...........................................................................................•---- 27 37. CONTINGENT ON FUNDING .............~--..................................................------.............. 27 3$. NO GOVERNMENT OBLIGATION TO THIRD PARTIES ............................................ 27 39- PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS- ------------'....................----...........................------....................----........... 27 40. FEDERAL CHANGES ..............................~---.......................,...................................... : 28 41. FEDERAL TRANSIT ADMINISTRATION NATIONAL ITS ARCHITECTURE POLICY . 31 42. SENSITIVE SECURITY INFORMATION ...............................................................32 43. SEAT BELT USE ..............~..............................................................................32 ADDENDUM N0. 1 ATTACHMENT N0.2 SHEET 2 OF 32 NOTICE TO BIDDERS Sealed proposals., addressedl~to the City of Corpus Christi, Texas for: „_„ ROBERT STREET FROM GAINES TD OCEAN DRIVE BDND 2008 (PROJECT NO. 6492) ~~ The project consists of widening Robert Street from the intersection of .Gaines to Ocean Drive. Construction includes 7320 SY of HNlAC Pavement Construction and associated striping, 3400 LF of Curb .and Gutter, 17000 SF Concrete Sidewalks, 9 Concrete Driveways. 8 Curb Ramps, Traffic Contxal, Miscellaneous Demolition, B Concrete Curb Inlets, 1090 LF RCP Stormwater Lines, 2 EA Type "A" Stormwater Manhole, 750 LF 21" PVC Wastewater Gravity Line, 1060 LF 12"-PVC Wastewater Gravity Line, 10 LF 8" PVC Wastewater Gravity Line, 4 EA Fiberglass Wastewater Manholes, 2 EA Brick Manhole Rehabilitation, By-Passing of Sewage, 4 FA Fire Hydrant Assemblies, 5 EA Reconnection of existing Water Service Meters, and 720 SF 8" Concrete Bus Stop Pad'{iriciuding base material}, in accordance with tine plans, specifications and contract documents. . The proposals will be received at the office of.the City Secretary until. 2:d0 P.M. on Wednesday, September 8, 2010 , and then publicly opened and read. Any bid received after closing time will be returned unopezied. A pre-bid meeting is scheduled for Tuesday, August 31, 2010 at 10:00 A.M. in the En ineerin Services De artment Main Conference Room, which is located at .City Hall, 3rd floor at 1201 Leopard Street, Corpus Christi, Texas. No additional or separate visitations will be conducted by the City. A bid bond in the amount of 5o 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 pexformanc2 and payment bonds for contracts .aver $25,000.00 will result in forfeiture of the 5~ bid bond to - the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. -- Plans, proposal forms, specifications and contract documents may be procured-from the City Engineer upon a deposit of Fifty and no/100_ Dollars {$50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable r~ postage/handling charge. !- The bidder is hereby natifiec2 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 irregularities .and to acc advantageous to the City sight to reject any or all bids, to waive t the bid which, in the City's opinion, seems most zd_in the best .interest of the public. CITY OE` CORPUS CHRISTI,. TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 ~a~~c~ To oa~2R.A.c~o~s - ~ NOTICE TO CONTRACTORS -- A INSURANCE REQUIREMENTS - Revised March, 2009 A ~eztifi.cate 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 Bodily Injury and Property Damage alI certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LII~iIT T. Commexcia.l Foam 2. Premises - Operations S. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage B. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY---OWNED NON-OfnINED $L,000,000 COMBINED SINGLE LIMIT OR RENTED ~n7HICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,060 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-texrn UIRED O RE ~ environmental impact for the disposal of N T Q contaminants BUILDERS' RISK See Section 8-6-11 and Supplemental Insurance Requirements ^ REQUIRED .^ NOT REQUIRED INSTALLATION FLOATER See Section B-5-11 and Supplemental Insurance Requirements ^ REQUIRED NOT REQUIRED Page .l of ~~ ., i OThe City of Carpus Christi must be named as an additional insure-:d 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 jinsurer, 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-Il or Special Provisions section of tie 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 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TrTLE 28 INSURANCE ,~, PART 2 TEXAS DEPARTMENT OF INSi7R-ANCE, DIVISION OF W4RI~RS' COMPENSATION CHAPTER ilo REQUIRED NOTICES OF COVERAGE ~" SUBCHAPTERS EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction ...v, Projects for Governmental Entities - (a} The following wards and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defiu~ed in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage {certificate)--A copy of a certificate of insurance, a certificate of authority to self insure issued by the commission, or a warkers'j compensation coverage agreement (TWCC-8l, TWCC-82, TWCC-S3, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's erriployees (including those subject to a coverage agreement) providing services on a project, far the duration ofthe project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, "' §406.096{e)(1 }: (3) Contractor--A person bidding for ar awarded a building o ~ 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 betweezt 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 W 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 ---r 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 a~ay 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 foodlbeverage vendors, office supply . deliveries, and delivery of portable toilets. {$} Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing ar 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 aself-insured, with the commission's Dzvision of Sel£ 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 thari 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) retaiza certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a-copy of the certif Cates of coverage to the commission upon request and to any person entitled to them by law; acid (7) use the language contained iri the following Figure 1 for bid specifications and contracts, -~ without any additional-words or changes, except those required to accorninodate the specific document in which they are contained or to impose stricter standards of documentation.,Attached Graphic Page 3 of 11 (d) A contractor shall: i {i) provide coverage for its .employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; i (2) provide a certificate of coverage showing workers' compensation coverage to the . governmental entity prior to beginning work on the project; i {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 an file certificates of coverage showirig coverage for all persons providing services on the project; and ~ (B) no later than. seven days after receipt by the contractor, a~ new certificate of coverage showing extension of coverage, if the coverage period shown an the current certificate of coverage ends during the duration of the project; (S) retain .all required certificates of coverage on file for the year thereafter; {6} notify the governmental entity in writing by certified mai days after the contractor knew or should have known, of any c provision of coverage of any person providing services on the (7} post a notice on each project site informing ail persons pr they are required to be covered, and stating haw a person znay failure to provide coverage. This notice does not satisfy other the Actor other commission rules. This notice must be printer bald type and text in at least l9 pointnormal type; and. shall b~ any other language common to the worker population. The tea following text provided by the commission on the sample noti or changes: Attached. Graphic (8) contractually requixe each person with whore it contracts (A) provide coverage based an proper reporting of classific, and filing of any coverage agreements for alI of its employees for the duration of the project; (B} provide a certificate of coverage to the contractor prior the project; (C) include in all contracts to provide services on the projec of this section; Page 4 of l l of the project and for one personal delivery, within, ten ge that materially affects the ject; ~viding services on the project that verify current coverage and report posting requirements imposed by with a title in at Least 30 point in both English and Spanish and for the notices shall be the ;e, without any additional words provide services on a project to: ~n codes and payroll amounts oviding services on the project, that person beginning work on the language in subsection (e)(3) .. . ,~ i ... I _ (D) provide the contractor, prior to the end of the coverage period, a new certif sate 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 certif cafe 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; rv- (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 {Ii7 contractually require each other person with wham it contracts, to perform as required by subparagraphs (Aj-(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, far 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 ar 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 aself-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 who it is providing services on the project, prior to the end of the coverage period shown on its cu~j~ent 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 pro Ting 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 fzle for the year thereafter; of the project and for one (7) notify the governmental entity in writing by certif ed mail or personal delivery, of any change that materially affects the provision of coverage of any ~ erson providing services on the project and send the notice within ten days after the person kne~ or should have known of the change; and (S} contractually require each other person with whom it contr (Aj provide coverage based on proper reporting of classificai and filing of any coverage agreements for all of its employees t for the duration of the project; (B) provide a certificate of coverage to it prior to that other p project; (C) include in all contracts to provide services on the project this subsection; (D} provide, prior to the end of the coverage period, a new c~ extension of the coverage period, if the coverage period shown coverage ends during the duration of the project; (E} obtain from each other person under contxact to it to pro` provide as required by its contract:. {i) a certificate of.coverage, prior to the other person begins {ii) prior to the end of the coverage period, a new certificate of the coverage period, if the coverage period shown on the cw during the duration of the contract; {F} retain all required certificates of coverage on file for the year thereafter; (G) notify the governmental entity. in writing by certified ma days after the person knew or should have known, of any than; provision of coverage of any person providing services on the ~ ~ contractually require each person. with whom it contract; subparagraph and subparagraphs {A)-{G) of this paragraph, wi' provided to the person far whom they are providing services. > to: codes and payroll amounts siding services on the project, ~n beginning work on the language in laragraph (3} of :state of coverage showing the current certificate of services on-the project, and ng work on the project; and of coverage showing extension ent certificate of coverage ends of the project and for one or personal delivery, within ten that materially affects the oject; and to perform as required by this the certificate of coverage to be {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 affect 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 en#ered into on or after September 1, ` 994, which are not required by law to be advertised for bid_ Page 6 of 11 ~ ,~-~ (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article bb75c, to register with the Texas Department of _. Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article b675c, §4(j). (i} The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who-meet the requirements of the Act, §406A97(c}, and who are explicitly excluded from coverage in accordance with the Act, §40b.097(a) {as added by House BiI110$9, 74th Legislature, 1995, §1.20). Thrs 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, 1944, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 1 l TZ8S110.1 lfl{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. " rrCall the Texas Workers' Compensation Commission at S12-9~0-3789 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 S of 11 T2$5110.110(c)(7} Article .Workers` Compensation Insurance Coverage. A. Defcnitions: Certificate of coverage ("certificate')- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TLYCC- 82, TWCG$3, ar TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity`s employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental - entity. Persons providing services on the project ("subcontractor" an X406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on. the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity whack furnishes persons to provide services on the . project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing lobar, transportation, ar 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 f ling 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 an 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 perior.~ 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 an a project, and provide to '~" the governmental entity: ~- - (1) a certif cafe 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 cert~cate 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 notify the governmental entity in writing by certifed 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 verb . coverage and report lack of coverage. I. The contractor shall contractually require each person with wham it contracts to provide services on a project, to. (I} provide coverage, based on proper reporting of classification codes -and payroll amounts and fzling of any coverage agreements, which meets the statutory requirements of Texas Labor Cade, Section ~01.011(a~} for all of its employees providing services on the project, for the duration of `~' the project; (2} provide to the contractor, prior to that person beginning work on the project, a certificate of ~.~ coverage showing that coverage is being provided for all employees of the person providing services on the project, far 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) .anew certiftcate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S} retain all required certificates of coverage on ftle for the duration of the project and for one year thereafter; (6) 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 wham it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person far 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 aself-insured, with the commission's Division of Self- Page 10 of 11 ,~ ,-- ~.., .Insurance Regulation. Providingfalse 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 arty 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 PA~~ A SPECIAL PRO~ISI®NS . ROBERT STREET FROM GAINES TO OCEAN DRIVE BOND 20fl8 (PROJECT NO. 6492) SECTIDN A - SP33CIAL PROVISIONS A-1 Time and Place o€ Receivin Pro Deals/Pre-Bid Meetia3, 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 an the first floor of City Hali, 1201 Leopard Street, until 2:00 PM on Wednesday. September 8, 2010. Froposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, 'T`exas 78401 ATTN: SID PROPOSAL - _ ROBERT STREET FROM GAINES TO OCEAN bRYVE BOND 2008 (PROJECT NO. 6492) - An ro Deals not h sicali in osse8sion a£ the Cit Secrets 's Office at the. time and-date of bid opening will be deemed late and nonresponsive. Late proposals will. be returned uno ened to the ro Deer. The ra ase~r is solel res onsible for the delivery to the City Secretary's O_f£ice. Delivery_ ot_any.proposal, by the proposer, their agent/representative, U.S. Mail, or other delivery service, to the Cit address or office other than the Cite Secrets 's Office will be deemed aon- responsive if not in possession a£ the Cites Secretary's__O££ice prior to the date and time of bid o eain A pre-bid meeting wall be held on Tuesday, August 31, 2010 beginxaa.ng at 10:00 a.m. The pre-bad meeting will convene at En ineerin Services Main Conference Room, 3ra Floor, City Hall, 1201 Leopard Street, Corpus Christi, Teaeas and will include a ~.. review of the project scope. All requests for interpretation shall be made in . writing to the City or Engineer no later than 24 hours following pre-bid meeting. - Inquiries made after this period will not be addressed. No additional or 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 The project consists of widening Robert Street from the intersection of Gaines to Ocean Drive. Construction includes .7324 SY of HMAC Pavement Construction and associated striping, 3400 LF of Curb and Gutter, 17000 SF Concrete Sidewalks, 9 Concrete Driveways, 8 Curb Ramps, Traffic Control, ,Miscellaneous Demolition, 8 Concrete Curb Inlets, 1090 LF RCP Stormwater Lines, 2 EA Type °A" Stormwater Manhole, 750 LF 21" PVC Wastewater Gravity I.,ine, 1060 LF 12" PVC Wastewater Gravity Line, l0 LF 8" PVC Wastewater Gravity Line, 4 EA Fiberglass Wastewater Manholes, 2 EA Bxick Manhole Rehabilitation, By-Passing of Sewage, 4 EA Fire Hydrant Assemblies, '~ 5 EA Reconnection of existing Water Service Meters, and 720 SF 8° Concrete Bus Stap Pad (including base material), in accordance with the plans, specifications and ~~ contract documents. Section A - SP (Revised 9/18/OOy Page 1 of 27 A-4 Method of Award The bids will be evaluafed }used on the availability of funds and in the following priority order: 1. Total Base Bid The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to-the City and in the best interest of the public. The City also reserves the right to negotiate additional.quantities using unit prices provided. in the Base Bid. A-5 Items to be Submitted with Proposal The following items are recuired to be submitted with the proposal: '~ 1. 5~ Hid Bond (Must reference Fro~ect Name as identified in the Proposal) RoB~RT sT~~T Fi20M GATNES TO OCEAN DRIVE BOND-2008 {pR03ECT NO. 6492) (A Cashier's Check, certified check, money order or bank dza£t from any State or National Baxa3~ will also be acceptable.) 2. Disclosure o£ Interests Statement A-6 Time of CompletionfT,iquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to adhere to stringent schedules for construction. 5ubstantiai completion for individual portions of the work shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and verified and approved in writing by the City. The working time for completion of the Project will be 200 calendar days. 'Within 29 hours after receipt of written notice to proceed from the Director of Engineering Services or designee ("City Engineer"), the Contractor shall mobilize, place traffic controls, arid commence work within ten (10) calendar days after receipt of written notice. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day. Said liquidated. damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services --~ {City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Worleers Com nsation "Irasurance Cavera e If the Contractor's workers' compensation insurance coverage for its employees wox'kzng 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 Sae replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the. Project. Section A - SP (Revised 9/16/00) Page 2 of 27 '"` ~"urthermore, 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 Exam the City Engineer to the Contractor and will be assessed and paid even if the permitted tame to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project.are covered by workersT compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the _ City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures-and guaranty and be submitted in accordance with. Section B-2 of the General Provisions. A-9 Acknowleda~nent of P,,c~.denda 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 Wa a k2ates (Revised 7/5/40} Labor preference and wage rates for Heavy and Highway Construction. I~ e~se~~ es~r€ltet, Es~~-ae-te~ well-:~s-e ~rig~ie~ wade ~e~~e. .- 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. T.he Contractor and any subcontractor must nit 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 {$60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in ,- connection-with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City .Engineer. The Contractor will also obtain copies of such certified payrolls from all .,...~ subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. {See section fax Minority/Minority ,. Business Enterprise Participation Policy for additional requirements concerning the proper form .and content. of .the payroll submittals.) One and one--half {12) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in ,any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working ,~., Hours. ) Section A - SP (Revised 9/3$/00) Page 3 of 27 A-I1 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 the DIG TESS at 1-800_344-8377, the Lone Star Notification Company at 1-800-669-8344, anal the Verizon DIG ALERT at 1-800-483- 6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer °-- Naismith Engineering Inc. Arturo Acuna Jr.,P.E. 814-9900 Traffic Engineer 826--3540 Police Department 882-2600 --~ Water Da.vision 826-1881 (826-1888 after hours} Wastewater Department 826-1800 (B26-1888 aftex hours} Gas Department 885-6900 (865-6900 after hours) Streets & Solid Waste Services 826-1940 ,.-.. Storm Water Department 826-1875 (826-3.88$ after hours) ` Parks & Recreation 826-3461 AEP 1-877-373-4858 AT&T/SBC 881--2511 (1-800-824-4424, after hours} ~ -- Signal/Fiber Optic Locate 826--1946 826-1960 Cablevision 857--5000 (857-5060 after hours) ~~ ACSI (Fibex Optic) 887-9200 (Pager 800-724-3624} Century `Pal 225/214-1169 (225/229-3202 after hours) ~-- KMC {Fiber Optic) 813-1124 {pager 888-1679} ChoiceCom (Fibex Optic} $81-5767 (pager 850-2981) CAPROCK (Fiber Optic} 512/935-0958 {Mobile} Brooks Fiber Optic {MAN) 972/753-4355 A-32 Maintenance of Services The Contractor- shall take all precautions in protecting existing utilities, both w-' above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. ~-' However, the accurac and cam lateness of such information is not uaranteed. It is -the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of has operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the lane 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 sha11 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 flamed over the streets or ground surface and Contractor must pay for all fines and ~'emediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's Section A - SP (Revised 9/18/00) Page 9 0~ 27 ~-~°- responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or toads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands 'of inclement weather. mhe Contractor will be required to schedule his operations so as to cause minimum adverse. impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's iJniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. 'Phe Contractor shall secure the necessary permit from the City's Traffic Engineering Department. " " ""' ~i~ w~ ~ ~~e-EElau: cv~irc=accvs . i _1 __. All costs for traffic control plans, i.e. preparation of plans, approval and permit from City, and implementation fo the plan on each site for the duration required will bs included in the unit price listed in the proposal form. .If the site needs any adjustments in the traffic control sign location, which may by required for safety of traffic and pedestzians, not additional payment for the implementation and enforcement shall be made to the Contractor. A-14 Construction Eauinment Snillacre and Trackin 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 E~ccavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled witiz "clean" dirt. "Clean" dirt is defined as dirt that is capable of pzoviding a good growth of grass when applied with seed/sod and fertilizer. The dirt ,..r 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 bid item fax- "Street Excavation"; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 9/18/OO} Page 5 of 27 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. A-17 Field Office {23'OT USED} ~. ~e~~r~e-ter. 'Fher~ is r're separ~€e-paw-ite~a €e~ the €reld-a€€iee. '°'"' A-18 Schedule and Semaeuce of Construction The Contractor sha11 submit to the City Engineer a work plan based only on calendar days. This ,plan must detail the schedule of work and must be submitted to the City Engineer at least three (3} working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1_ Initial Schedule: Submit to the City Engineer three (3} days_prior to .the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3_ Submittal Dates: Indicate submittal dates required for all submittals. 4. 12e-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed ____ to prosecute his work at such times and seasons in such order or precedence and in such manner as shall be most conducive to economy of construction, subject to the following conditions: _._, A_ The schedule of construction shall be .structured to meet all requirements of Section A-fi °Time of Completion/Liquidated Damages' and as noted ahove. B. The schedule of construction shall not conflict with any provision of the '~ Contract Documents, and also-that when the City is. having other wank done, either by contract or by City forces, the City Engineer .may direct the time and manner of construction the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will- be harmonized. C. Traffic control is essential to maintaining public safety and flaw of traffic. The Contractor shall be. aware of other construction projects occurring in the area. and shall coordinate scheduling, traffic control, maintenance of services, and street access-with other Contractors. D. Contractor shall coordinate and cooperate with the City for construction Section A - SP (Revised 9/18/00) Page & o~ 27 ~°`~ '"" during the period of the contract. E. The Contractor shall provide temporary access to residential driveways whenever safely possible. Access to any residential driveway must not be blocked for more than five {5) calendar days {the City Engineer must be notified five calendar days in advance of any driveway closure). F. The Contractor must provide solid waste pickup services whenever access by the normal service is blocked by construction activities {the City Engineer. must be notified five calendar clays in advance of any solid waste pickup service area- - disruption}. G. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 A.M. or continue after 6:30 P.P4. without prior approval from the City Engineer. A-3.9 Constrsxation Stakin The drawings depict Lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. The major controls and bench. marks required for setting up a project, if not shown on the drawings, will be provided by the A/E Consultant. The contractor shall furnish al.l lines, slopes and measurements necessary for control of the work.' _ If, during construction, it is necessary to disturb or destroy a control. paint or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established at no cost to the Contractor. Control points or ]bench marks damaged as a result of the Contractor's- - negligence will be restored by the-City or Consultant Project Engineer at the expense of the Contractor. " If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required fox the City or Consultant Project Engineer to revise the drawings. The Contractor.sliall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the ` Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and `~ verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be '~ approved by the City prior to any woxk. .Any discrepancies shall be-noted by the Third Party Surveyor and certify compliance to any .regulatory permits. Following is the minimum schedule of documentation required: Streets and Drives: • All curb returns at point of tangency/point of circumference; • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200` interval and at all intersections. Section A - SP {Revised 3/3.8/OD) Page 7 of 27 Wastewater: • All rim/invert elevations at manholes and grinder station; • All intersecting lines in manholes; ,.,_ • Casing elevations {top of pipe and flow line} {TXDOT and RR permits}. water • All top of valves box; ~; • Valves vaults rim; • Casing elevations {top of pipe and flow line} {TXDOT and RR permits). Stormwater• • All rim/invert elevations at manholes; • A11 intersecting lines in manholes; • Casing elevations (top of pipe and flow line} {TXDOT and RR permits). See Special .Provisions A-45 "As-Built Dimensions and brawingsr` for additional "4' requirements. A-20 Testingand Certification A11 tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The.cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the `~' Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must install two (2} 9x8 MDO Plywood Project Signs [to be , provided by the City) as indicated on the attached- drawing. The signs must be installed before construction begins and will be maintained throughout the Project period by the.Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Pol c: {Revised ].0/98} 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, 19$9, and any amendments thereto. _, In accordance with such policy, the City has established goals, as_stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Pr.ixne Contractor; Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, ~. association, or joint venture as herein identified as providing work, labor, services, supplies,- equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minorit Business Enter rise: A business enterprise that is owned and controlled by one or more minority person{s}. Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American ; Section A - SP SRevised 9/I8/00} Page 8 of 27 Indians, Alaskan Natives, and Asians or Pacific Islanders. ~'or the purposes of this section, women -are also considered as minorities. " Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: ' 1. Owned (a} Far a sole proprietorship to be deemed a minority business ' enterprise, it must be owned by a minority person.- - {b} For an enterprise doing business as a partnership, at least _ 51.0$ 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 persons}. 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 stockholdex's, of the enterprise. as the case may be, must )oe entitled to receive 51.0% or mare 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.D% 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. Joa~nt 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 NIBS 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 50.6% 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. Section A - SP (Revised 9/18J00] `' Page 9 of 27 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) 95$ 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 fox the sole purpose of meeting the Contractor's percentage is prohibited: 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which. have been achieved. `Phe 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. (NOT USED) f~e ~h t f ~ t ~ t E ' ~ a ~~ : ~:c: e ' ~ c4b' c a}~ e } xea e~ $~ ~~s ef- x~~~Ge~r-a~ ee'ettp= --e P ~ ; : r e r . . • 1 I -- J-_x>__ --s ---1 A-24 Surety .Bonds Paragraph two (2} of Section B--3--4 of the Gener.a~ Provisions is changed to read as follows: "€~o 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 era in an amount in excess of ten percent (10~} of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that-exceeds ten percent (10~} of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas_ The amount of the bond reinsured by any reinsures play not exceed ten percent (l0oy Section A - SP '~ tRevised 9/18/00; ~ Page 10 of 27 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 autk~orized 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 e~cecuted 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 $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that --- meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register_as holding certificates of authority on the date the bond was issued." (NDT USED) -- {~~re-~3e~e~~ts-~ € Texts . ~~ ~~ 3~i-~c6 ~3e n` .,a- "J ^ , ~ .~.. ...:r,r __._,_ . , ~ Section A - SP (Revised 9/IB/QO) Page 11 of 27 A-26 Su leanental insurance Re ' rem.ents For each insurance coverage provided in accordance with Section B-6-11 of the "." Contract, the Contractor shall obtain an endorsement to the applicable insurance policy,- signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by-this coverage part,-each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 7$A69-9277 3. Number of days advance notice: 3Q The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. within thirty (3Q} 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 shal3. 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 F~7orker'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 cove~'age 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_ ,~ (NOT USED) _~ ~,. ~,..a,. ...... ...~r- ----~~--- - ~~ - ,.~~ _ Section A - SP {Revised 9/18/00) Page 12 of 27 ~-- A-28 Considerations fox 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 2. Whether there are any outstanding unpaid claims against bidder for services or _ materials supplied whic3z 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 refexencea and a financial statement, pxepared no later than ninety (9fl} days prior to the City Engineer's request, s5.gned 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 cax'eful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years of recent experience in the day--to-day field management and oversight of projects of a similar size ~' and complexity to this Project. This experience must include, but is-not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal .and state wage rate requirements, and contract close-out procedures.. The superintendent shall be present, on the job site, at all times that work is being performed. ~. 2. The foreman must have at least five (5) years of recent experience in oversight of projects of a similar size and complexity and management of the work of various subcontractors and crafts. If the scope of the Project is such that a r~ foreman is not required, the Contractor's superintendent shall assume the responsibilities of a foreman. {Foreman cannot act as a superintendent without pzior approval 'of the City). ~.,. Documentation concerning these matters will be reviewed by the City Engineer. The _ Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such ,.:~, superintendent or foreman assu~i.ng responsibilities an the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is ,w 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 Section A - SP ._.. (Revised 9/18/60) Page 13 of 2~ staff for this Project during the term of the Contract, such a failure constitutes a basis to annul. the Contract pursuant to section B--7--13. ~~ A-30 Amended "Coasideratiox~ aF Contzaat" Re irements 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 demonstx'ate, 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 wkiich 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 Engineex of all of its subcontractors prior to beginning work on the Project. If the City Engineex 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 xeplaced 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 incxease in the Contract px'ice. 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 relationsha.ps between the major - components of the work. The final progress schedule must be submitted to the City Engineex at the pre-construction conference; 8. Aocumentation required pursuant to the Special Provisions A-28 and A-23 concerning Considerations for Contract Award and Execution and the Contractor's ~, Field Administration Staff. g. Documentation as required by Special Provision A-35-K, if applicable. r ..~ Section A - SP (Revised 9/18/00} Page 14 of 27 -..~ L .. 10. Within five (5) days following bid opening, submit in letter form, information identifying type o£ entity and state, i.e., Texas (or other state) Corporation _, ar Partnersi'iip, and name(s) and Title (s} of individual(s) authorized to execute contracts on beY~.al£ of said entity- . A-31 Amended Poli an Extra Work and Chan a Orders -Under "General Provisions and Requirements for.Municipal Construction Contracts" $- , 8-5 Polic on Extra Work and Chan e Orders the present text is deleted and replaced with. the following: Contractor acknowledges that the Gity has no obligation to pay for any extra work far which a change order has not been signed by the Director of Engineering Services ox his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,004.00. 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" Re irements 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 tune priox to the- date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized _. designees. Contractor has no cause of action of any-kind, including for breach of contract, against the City, nox 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 Meetin referred to in S ecial 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. 5pe.cifications, and General Provisions, in that order. A-35 Ci Water Facilities: S cial Re 'rements , Section A - SP {Revised 9/18/00) Page 15 of 27 °, ~ ._~ B. eration of Ci =Owned E i ment The Contractor shall not start, operate, or stop any pump, motor, va}.ve, equipment, switch, breaker, control, or any-other item related to City water facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. C. Protection of Water Quali The City must deliver water of dx'inkinq quality to its- customers at all times. The Contractor shall protect the quality of the .water in the job site and shall coordinate its work with the City Water Department to protect the quality of the water. __.'; D. Conformit with ANSI/PTSk' Standard 61 Ali materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps,. or any other items, which could come into contact with potable water, must conform to American National Standards lnstitute/National Sanitation Foundation (ANSI/NSE) Standard 61 as described in the Standard Specifications. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds, coatings, ar hydraulic equipment. These items must not be used unless they conform with ALdSI/IdSF Standard 61 and unless such items are inspected an the site by authorized City personnel immediately prior to use. The Contractor shall provide the Engineer with copies of written proof of ANSI/NSF Standard 61 approval for all materials whioh could come into contact with potable water. E. Handlin and Dis oral o£ Trash A11 trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work ~. areas clean at all times and remove all trash daily. . . G. Contractor shall provide telephones for Contractor personnel. ~3-a~r'~ ~, s.,,.,..i. a...,, i i U.,. ~, nn r _*e.- ~..,., ~ ... -------~ - r I. Contractor must not use any City facility restrooms. Contractor must provide own sanitary facilities. "' Section A - SP (Revised 9/18/00} Page 16 of 27 `~°' . €~~-~'~gai~~er~-'era-x ~ '' r ' .. ^'Y ~ .._ --- - - "2 - - • Tl~nT17 CTTTl1L7~ 23L~'Qx0'S~v ~. ! r r r r r r r r r r r r r ., c~ ~ ~ t-eid' 3 '~ ' ' ' r .., a. ~ t-e'~' l ..-.t... -- i - v [ ~r:c ~ r- §~-t~?'~ ~ x~ x s r r ~- - feel e~ s-t s- r _ r a~~e~~~r-a-zzT~ e ex fae~~~e~ ' s ==~ Lv,~_.,.. _-- - • ~ the ~ent~aet f - ~~ - , r •Ee3~}~~-a--}cep--arra-=p ~'6CjI'r~i~Y ` ~ay~~.-_~ ..~ ...t....,.~_J.. ~ - - ~~n~-sor-pc£ ~6~'~'~33e e-3~ ~ i~ ~: A~ . °~~ ~"a-i-=~ -., ~., h ~.~ .. ~ ..... r :-~ f•~ -~e~~ae~e~ ~ a~~l~~ex }de - ,~ L. '`Drenching Requirements All trenching for this project at the ~-- shall be perforated using a backhoe or hand-digging depending on -the number o£ existing underground obstructions. i~o trenching atachines shall '~` be allowed on the project. Section A - SP ~- (Revised 9/18/00} Page Z7 of 27 r-- A-36 Other Submithals 1. Shop Drawing Submittal: The Contractor sha11 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. ,,,w; d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certa.fies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittais: Contractor must revise and resubmit submittals as required - by City Engineer and clearly identify all changes made since previous submittal. j. Distributions Contractor must distribute copies of reviewed submittals to subcontractors and suppl~.ers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Steles: The Contractor must submit samples of finishes from the full range. of manufacturers 'standard colors, textures, and patterns for City Engineer's `"`1 selection. 3. Test and Re air Re ort When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, arid repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equi merit will. not be a roved for use on the project. Section A - SP (Revised 9/18/b0) Page 18 of 27 "° A-37 Amended "Arran ement and Char a for Water Furnished the Ci " Under "General Provisions and Requirements for 1+5unicipal Construction Contracts", B-6-15 i~rran ement and Char e for Water Furnished b the Cit , add the following: "The Contractor must comply with the City of Gorpus Christi's Water Conservation and Thought 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." f A-38 Worker's Cam erisation Covers a for Buildin or Construction Pro'ects £or Government Entities 'the requirements of "Notice to Contractors 'B'" "are incorporated by reference in this Special k'rovisian. (NOfi USED) 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 deli~rered 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 Adviso _ 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 calendar day and the Contractor will be compensated at the unit price indicated in the proposal. .-. A-42 OSHA Rules & Re lations 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 Tndemn~.ficatian & Hold Harmless . Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, a"~torneys, 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, materialman, or their officials, employees, agents! or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. Section A - SP {Revised 9/18/DO} Page 13 of 27 .., ._i The contractor shall hold the City, its officials, employees, attorneys, anal 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, ox any subcontractor, supplier or materialman. A-44 Chan a Orders Should a change order{s} be required by the engineer, Contractor shall furzaisk~ the "`~'' engineer a complete breakdown as to all prices charged fox 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 A~.mensions and_Drawings (7/5/00) {a} The Contractor shall employ the services of a Texas Registered Pulalic `~"' Land Surveyor (RPLS) throughout the construction period to survey the as- built horizontal and vertical locations of all valves, fittings, hydrants, road/ditch crossings, etc. installed during the construction period. At the completion of the construction but prior to final payment the Contractor shall provide the Engineer with RPLS sealed drawings and an electronic survey point file of the as-built construction. The horizontal and vertical datum used fox the survey shall be tine same as W~ the Project datum. The .horizontal and vertical locations of all below grade construction must be surveyed and recorded prior to trench backfill. Payment for this work shall be considered subsidiary to other bid .items. ~-~- {b} Contractor shall make appropriate. daily measurements of facilities constructed and keep accurate records of .location (horizontal and vertical) of all facilities.' {c) Upon completion of each facility, the Contractor shall furnish the City with one set of project drawings and specifications, marked with red pencil, showing all deviations from the original plans, including any substitutions for the materials originally specified. Any deviations from the original plans or substitutions for the materials specified Require prior approval from the Engineer. A-46 Dis osal of Hi hl Chlorinated water (7/5/04). The Gontractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, „~, particularly high levels of chloxine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EP1~,, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory ~J agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the Gity for approval. There shall be no separate pay f'or disposal of highly chlorinated water. Contractor shall not use the Gity's sanitary sewer system for disposal of contaminated water. -~-~ A-47 Pre-Construction E lvrato E~caavatiorss (7/5/00} Prior to any construction whatever on the project; Gontractor 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. Section A - SP (revised 9/18/(30) Page 20 of 2~ `"" For existing pipelines which parallel and are within ten feet (10') of proposed °~ pipelines of the project. Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel. pipelines at 300-feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the prajeat until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor reoeives Engineer's approval of report. Exploratory excavations shall be considered subsidiary to the utility cost. Any pavement. repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his awn survey work effort fno separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (715/00? L 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 £or adequate safety with regard to overhead lines whether shown in the plans or not. A--49 Amended "Maintenance Guarant (8/2A/00} L7nder "General Provisions and Requirements for N3unicipal Construction Contracts", S- 8-11 Maintenance Guarani. 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, ar relinquish any rights or remedies available to the City of Corpus Christi for any claims, or causes of ~,.~ action against the Contractor qr any other individual or entity." A-50 Amended Prosecution and Pro rese. ~-` 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 r~ 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 remohilization at a late date, the Contractor may request payment for demobilization/remobilization costs. Such casts shall be addressed through a change order to the contract. .., A-51 Dewatering/Well Pointing This item is considered subsidiary to the appropriate bid items or shall be measured """' by the linear feet of trench as described in Section A-4 where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all. costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can"be pumped out as long as care is .taken to minimize solids and mud `~' entering the pump suction and~flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where.ponding occurs naturally without leaving the designated work area or by manmade berms} prior to `"" entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet: Storm water or groundwater-shall not be discharged to private property without permission. It is the inteat.that Contractor discharge groundwater pximarily into the existing storm 4'' water system, provided that the quality o£ groundwater is equa]. to or better than the receiving stream, the Corpus Christi Bay. Testing of groundwater quality is to be performed by the City, at the City's cast, prior to commencing discharge and shall be retested by the City, at the City`s expense, a minimum of once a week. Contractor shall coordinate with the City, on all. testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer ~, system. If discharging to temporary Bolding tanks and trucking to sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. ~ ~I Prior to pumping groundwater-from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857-1817 to obtain a °no cost° permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an. estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump Bole or trench dry to a holding tank or vacuum truck then record Bow long it takes to fill to original level and overnight level. Tn any event, the Contractor shall be required to take whatever steps necessary to provide a stable trench bottom for the installation of any structure or pipe. A-S2 Slectroaic Submittal of Bids The following paragraph modifies Section 8-2-7. "Preparation of Proposal", of the Part B - General Provisions and Requirements for Municipal Construction Contracts- The bidder has the option o£ submitting a computer-generated print-out, in lieu of the. Proposal Form (Pages 3 through 6, inclusive}. The print-out shall list all bid items {including any additive or deductive alternates} contained on the Proposal Form (Pages 3 through b, inclusive}. The print-out shall be substantially in the form attached on the following- page to these Special Conditions. If the bidder chooses to submit a print-out, the print-out shall be accompanied by properly completed Proposal Form pages 1, 2., 7,. 8, and 9. In addition, the print-out proposal shall contain the following statement and signature, after the last bid item: "{Bidder} herewith certifies:that the unit prices shown on this print-out for bid items {including any additive or deductive alternates) contained on the Proposal Form are the unit prices intended and that its-bid will be tabulated using these unit prices and no other information from this print-out. (Bidder} acknowledges and agrees that the Total Bid amount shown will be read as its Total Bid and further agrees. that the official Total Bid amount will be determined by multiplying the unit bid price (Column N) shown on this print-out by the respective estimated quantities Section A - SP (Revised 9/18/00) Page 22 of 2~ '"""' J shown on the Proposal Form {Column II) and then totaling the extended amounts_ {Signature) (Title (Date) ~• A-53 Video Documentation ~~ As part- of the project requirements, the Contractor shall perform televised inspections of the entire length of any improvements to any wastewater treatment lines for evaluation after newly installed lines or rehabilitation work/construction contract is complete. All inspections shall 'be recorded in color, adequately "" lighted, on Digital Video Disk {DVD). The specific findings and observations made during the video recording shall be documented on the DVD by audio narration tied to the continuous footage documentation portrayed on the screen. Specific requirements fox the on-screen labeling during each line segment inspection set-up, video file labeling. and hard-copy Inspection Report format are addressed in Standard Specification Section 027610. The original. and one copy of each inspection video shall be forwarded to the _ Engineer for his and the City Wastewater Department concurrent review for approval; as each ins ection video is com lEted. If the quality of the DVD's does not meet with the Engineer's/City's approval, the Contractor shall repeat the video .~~ documenting process, at no increase in contract price, until the video is acceptable.. Approved DVD's will not be returned to the Contractor. The Contractor shall also make and retain one direct copy of. the original DVD '~ recording of the results of the inspection. At the time of contract final inspection, the Contractor is to furnish the City Wastewater Department the past- construction/rehabilitation DVD's in an organized manner, properly labeled, and in a suitable three ring binder, the cost of which is to be included in the applicable - bid item in the proposal. The work and materials will be considered subsidiary to other items in the proposal. ~To separate payments will be made fox the televising unless specifically listed in the bid proposal. A--54 Trench Safety ' If the Contractor's proposed construction methods require the excavation of any trenches, access pits, or other below ground operations, such work shall be in ' compliance with all federal, state, and local requirements for trench excavation and safety. Akl costs associated with meeting these .requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal form. A-55 Confined S ace 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 {Standarrd 23 CFR) Permit Required Confined Spaces 1910.146. A.1..1 personnel entering confined spaces shall be properly trained and certified. At any time,' upon demand, the Contractor shai]. supply the Engineer with this certification information of .any/all personnel who are doing confined space entry work. Section A - SP _. (Revised 9/18/00) Page 23 0# 27 ~ ' ~~ A-56 Pavement Restoration and Project Clean Up It is the intent of the plans and specifications that any and all areas within the limits of ht proposed project that are affected in any way by construction operations be restored to the same or better .condition than that existing prior to Construction. Where asphaltic pavements are excavated or damaged, the replacement pavement shall as a minimum conform to the pavements restoration detail shown on the plans (refer to "Trench Backfiil and Pavement Repair" details for all pavement restoration]. If the excavated or damaged pavement section exceeds these requirements, they shall be replaced with the same types and thicknesses of materials as the existing pavement. Where concrete pavements, sidewalks, curbs, etc. are excavated or damaged, the replacement shall as a minimum conform with the City standard details and standard specifications which are included as part of this Contract. Tf the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structures}. Restoration of all improvements as described above shall be made within 5 working days of the completion of the work, and shall be in accordance with .applicable City Standard Specifications, as determined by the Engineer. All lawns or other grassed areas, concrete or asphalt driveway,' landscaping, or other vegetation areas disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be required to perform "clean tips" of the entire project or sections of the project during the course of construction, as directed by the Engineer. Upon completion of construction, the Contractor shall perform a final c~.ean up of the entire project, again as directed by the Engineer. 3311 project clean up shall be considered subsidiary to the various bid items. Asphalt and Concrete restoration shall be included in the amount bid item as shown in the proposal. A-57 Re-XOUtin o~ Traffic Darin Constructzaa The Traffic Control Plan for the work is included in the drawings-for typical applications. Should the Contractor desire to deviate from the plan, it is the responsibility of .the Contractor to provide a Traffic Control Plan (sealed by a registered Engineer in the State of Texas] to the City Traffic Engineer for approval. The plans should be submitted for approval two weeks in advance prior to its implementation. The Traffic Control Plan subrnittais should be on the Standard 22"x34" plan sheets and should be readable, legible; clean, proportionate, and if possible to scale; 'and shall meet the City of Corpus Christi's "Uniform Barricading Standards and Practices" for City roads, and the requirements of the Texas Department of Transportation (TxDOT} for roads under the jurisdiction of TxDOT. Any additional costs incurred due to preparation of a revised Traffic Control Plan shall be the Contractors responsibility_ No additional payments will be made. The Contractor shall secure the necessary permit from the City's Traffic Department. Any costs associated with the implementation of the traffic control plan-shall be included zn the bid item as shown in the proposal. Additional information regarding approved traffic control devices and signing is available an TxDOT's website (http://www.txcot_gav/publictoins/traffic.htm]. A-58 MieasuaGenient and Pa ent of 5ubsidi items of Work Unless specifically included in the Proposal, the measurement and payment requirements indicated in the individual standard specifications for any work do not apply, ant he cost of this item of work shall be included in the. cost of the item or work to which it is subsidiary. .._: ~., Section A SP (Revised 9/18/00} Page 24 of 27 A-59 Restoration o£ Private Pro ert The Contractor shall confine his work to the public ROW as shown on the plans; however the possibility exists that repairs/construction activity may occur within ' private property. The Contractor shall restore any disturbed area to a condition equal to, ox better than, existed prior to his construction. Restoration may included, but is not limited to 1. ltle-Sodding existing lawns 2. Removing and replacing fences 3. Pruning damages trees or shrubs In the event that a property owner has same type of structure (i.e, storage shed, playground equipment, etc.) within the required work area, the Contractor shall coordinate with .the property owner and a City representative for the removal or relocation of these items. .~-60 Access to Private Pra ert As previously stated, it may be necessary for the Contractor to access Private Property for some of the work. In most cases, the private property is single-family residential lots that are developed. The Contractor shall coordinate all access with the property owner and will work closely with the owner and a City representative far all construction operations. The Contractor shall be required to video record the conditions that exist on the property with a City representative present, prior to performing any construction operations. If, in the course of work, it is necessary to temporarily .remove any fences, the ' Contractor shall provide temporary fencing sot that the property owner's property is secure at all times. A-61 Pipe Trench Bedding and Back£i1.Z The Wastewater Standard Details indicate * (asterisks) for project specific requirements. For this project the requirements are as follows: 1. Bottom o£ Trench Above Groundwater Table a. Bedding - Depth Over 10' Crushed Stone - Depth Under 10' Sand b. Backfill - Paved Areas Cement Stabilized Sand - Unpaved Areas Clean Excavated Material 2. Bottom of .Trench Below Groundwater Table a. Bedding. - All Depths Crushed Stone on Stabilized Bottom b. Backfill - Same As Above The type and depths of crushed stone bedding shall be as specifS.ed on the Standard Detail Sheets. Section A - SP (Revised 9/18/00} Page 25 of 27 r'-^ AW62 Storntwater Pollution Prevention Due to the type and location of this project, stormwater pollution prevention is `'" critical, and improper implementation can have a negative impact on the adjoining streets and private property. Strict compliance to all stormwater pollution preventions items shown on the plans shall be enforced. St shall be the Contractors responsibility to prepare the Storm Water Pollution Prevention Plan using the best `w management practices (Sheet 22 of 49) provided in the construction drawings; and this plan shall be submitted to the City of Corpus Christi prior to the pre- construction meeting .for review and approval. The contractor will also be responsible for- submitting this plan and associated stormwater permit (see Attachment No.3) to TCEQ prior to beginning an the project. All costs associated with meeting stormwater pollution prevention requirements shall be included in the amount bid for the items as listed in the proposal. In addition, `W" if during the course of the project other minor stormwater pollution prevention items axe required to limit or control sail erosion or transport of soil, then the Contractor shall implement these measures based on the unit rates established in the ~-.: proposal. A-63 Bust Control The Contractor shall take reasonable measures to prevent unnecessary dust- .Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When necessary, dusty materials in piles or in transit shall be covered to prevent blowing dust. Monthly payment will be withheld if this provision is not followed. A-64 Noise Control and Working Hour Restrictions The Contractor shall take reasonable measures to avoid unnecessary noise- Such measures shall be appropriate for the normal ambient sound levels in the area during wanking hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the lease amount of noise consistent with efficient performances of the Work. Decibel levels are not to exceed one hundred (1D0) decibels. Any work which creates a noise level above the ambient sound levels shall not commence before 7.00 A.M. or continue after 6.30 P.M. on weekdays, and shall not commence before 8.QO A.M. or continue after 5:00 P.M. on Saturday without prior approval from the Engineer. A-6S Other Accessibility Requirements The Contractor shall provide assistance and is required to ensure that disruption of community services to residents (i.e. US Postal Service, RTA Care B, Meals on Wheels, Emergency Services, etc.) does not occur during construction. -Requisite assistance and/or coordination during construction is considered subsidiary to the work. Section A - SP (Revised 9/18/OD} w Page 26 of 27 SUBMITTAL TRANSMITTAL FORM PROJECT: ROBERT STREET FROM GAINES TO OCEAN DRIVE BOND 2008 (PROJECT N0.~6492) ` pyp~,~ER,; CITY. OF CORPUS CHRISTI ' ENGINEER/A12CHITECT; Naismith Engineering zria. CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPEGIFIGATION OR DRAG+IING 5025404 S025412 SUBMITTAL As halts, Oils, and Emulsions _ Prime Coat 5025414 A re ate for Surface Treatments & Seal Coat 5025424 Hot Mire As halt Concrete Pavement 5026206 Ductile Iron Pi a and Fittin s 5026404 Water Service Lines 502641]. Gate Valves for LQaterlines 5026416 Fire H drams 5027205 Fiberglass Manholes 5027402 Reinforced Concrete Pi a Culverts 5027602 Gravit Sanita Sewers 5030020 Portland Cement Concrete 5032020 Reinforcing Steel 5037040 Epa~cy Com ounds _ 5055420 Frames, Grates, Rin s, & Covers T025260 Crushed Limestone Base T093000 Geo rid Reinforcement T093100 Composite Shell Cast-in-Place Tactile 5~7a Surface Unit Sheet 22 of 49 Backwater Valve Sectzon A - SP (Kevised 9/38/DO} Page 27 of 27 r--~ SUBMITTAL NUMBER: A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § ISIS AG~T is entered into this I9TH day of OCTUBER 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 Grace Paving and Construction, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,047,037.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: ROBERT STREET FROM GAINES TO OCEAN DRIVE soND 2oas PROJECT N0.6492 (TOTAL BASE SID: $1,047,037.00} 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 0~ 3 Rev. Juxt-201D Contractor shall indemnify, save harmless anal defend the City of Corpus Christi in accordance r~i th General Provision B-S-II and Special Provision A-25 of the General ~- I~ and Specia.I Pxovisions and Requirements for ~unicipa.I 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 w~..thin 200 CALENDAR DAYS after construction is begun. Should ` Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the wont progresses. Signed in above. 4 parts at Corpus Christi, Texas on the date shown Page 2 of 3 Rev, Jun-2 010 T-' ATTEST: City Secretary APPR AS TO LEGAL TtM: By. ~ Asst. City Attorney c~Ty of coRpvs c isTl By: ~~s~c- f~i Juan Perales Jr.,P.E. Assistant Ci y Manager Engineering/Development Services B Y fete Anaya, P.E. Director of Engineering Services CONTRACTOR ~r ATTEST: {If Corporation) G ~~~ {Seal Below) (Nate: If Person signing far COr~]OratlOn 13 not President, attach cO~y of authorization to sign) ~ I 0 ~-~~a ~a~7~oR~~~ ~r c~u~rc~~. ~ R P D ~~~ s~'xer Grace Pavin and Construction Inc. By: Title: I ~~rr 4237 B~ALDWIN BLVD. {Address) CORPUS CHRISTI, Tx 78405 (City} {State){ZIP) 363./883-3232 * 361/883-1296 (Phone} {Fax} Page 3 of 3 Rev. Sun-2p1D R E V I S E D P R O P O S A L F 0 R F 0 R M ROBERT STREET FROM GAINES TO OCEAN DRIVE BOND 2QQ8 (PROJECT NO. 6492) DEPARTMENx' OF ENGINEERING SERVICES CIT`~ OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM Page 1 of IO ADDENDUM NO. ~ ATfiACHMENT NQ.6 SHEET 1 OF IO w ' R E V I S E D P R O P O S A L Place: Corpus Christi, Texas Date: September 15, 210 Proposal of Grace Paving and Construction, Inc. a Corporation organized and existing under the laws a£ the Stat e of Texas _ OR a Partnership Individual. doing busineS,s 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: ROBERT STREET FROM GAINES TO OCEAN DRIVE BOND 20D8 (PROJECT NO. 6492) at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: REVISED PROPOSAL FORM Page 2 of 10 ADDENDUM NO. 1 ATTACHMENT N0.6 SHEET 2 OF 1 C} - -- ,T-. .~.3,A5$ SZI?, PAAT A - FsTREFT LMPROV~EL~TS T- ~ II III ~ IV V '~ ~~ 4TH & SIT ABSCR~FTIO~i UNIT PRICE FI IN CL#RgS M A. ]. 7320 SY SDRFAC~ (2 ° 't5fP8 ' D' EiiflC.Cj , complete $ • Ll~ $~~~! in place per SY R. 2 - 7 320 SY 1y,1~ SUtiF.ACE (2 _ S" TI~PE ' 8' HMAC} , $ ~ ~~ $ (J" ~• L-[/ ' T complete in place. Baer 5 I A.3 7320 SY SRAT, CQAT' (ONE COtTfkSE] , complete in $ ~.,j (f $ ~ ~i C~ place pax S7~ T 8 4 2498 C=HI, PRIME CO~iT, HC-30 {0.~5 C:AI~/S3C1, ~ ~~~ $ ~~ ~~ ~ ~ . ---~ F - - caap].ete in plane per CAL I A. S 7590 SY' 7" CRUSIiEB LIRfSSTO1QS BASE , complete $ /~I~~ $ /~~ i l SY /~ T n p ace per A.6 '759Q SY xC60GEtIF3, TB~7SAR T]C 5, complete in $ ~ $ ~/ -~~ l = - ~ p r--- - - ace pex 5Y A. 7 777Q 5X ~XCAVATION Al_rID E~ffiA13LCM~iVT f complete $ n Q . v~ $ {l J~C~ _. j n place per SX ~~ A.B 34x0 LF C:[1R8 AIVJ] GBTTER, complete in place $ re~•c~l~ $- ~f~~~ ex LF p '~ A. g 500 LF 4" D Y8I,L094 1~7~V"'T MARSZ]iCiS, $ i ~~ ~/ $ b~. ~xat+a is place par ~ A.10 3I6a LF $" SOLID YRLL4~i PAVBi~NT' t+f141~PCIi3C, ~ rr ~(.~ $ .~ //~- !/ l I I. y co~ ete in place ger Lx I I A . 1X. 200 ZF S„ SOI,TD L1AITf3 PA'VENI~' [~CAKICING, $ ~' (/f/ $ L ~ . ` «.......JJJ courpiete in place per [.,F .A .12 55 LF 1.2 ° SOT.IB YELLQi~ PAVEI+~i~ MARYCCi57G, ~ ~~~ $ ~~~ ~,''~1 Gc~plete in place per I,F r .A _ 13 14 EA PR$-FASRICA,T~D WHITE DliiEt'~IQNAL ~ ~~ $ taw, complete in pI.ace ger ~A ~ A. i4 g EA F3.tE-~'AHF,.xCATSD WI3TTE ~roxn "oNi,,x* . ~L $ ~J~ ~ $ ~1 ~/~ complete i.n place per Iilh - ~ a.~.s 2567 ~~° CQNCKSTE DRr4SW1~l7iC ~TI•I 3IED a]~1EC~ cam~,] eta in pleas per sp ~ --~J.~ $ ~~ ~ r~ . , .w A,.16 1452 SY BLflCK 50DDING, complete i~l place per $ ~f~J~ $ ~ Q i SX - ~„ A_17 i L5 R'RAFFIC Cb~RflL PLAN, complete in $ ~(~ ~ l,O(~ $ /~~/~ place per I,S '~ A.I.B 30bQ 5F SIDSF7ALK D~MCILITION, complete in lace er SF $~ $~~d .., p p ., A.Z9 3 F.Pi 4~$ AC"PI4N 17AY, complete in place $ ~~~~~ $ ~ /_tiJ /Y ~ per EA A. 2Q 200 I,F iCUR91ANII GUTT$RF DEMQI,ITIOIY, complete ~ $ / n~~~ ~ '''' A.21 3975 Sig DR.PVEwAY DFMOLT'~ION, complete ixx ' $ ~,/~ $ ~~,aJ place per S~ ADDII~~iDUM NO. 1 ATTACC~iENT N0.6 SHEET 3 DF ~p ~. _ Page +3 o f ' 1 tl ~ ..,j... I- :~ ~ Ir rIZ zv v ~ . ~ ~ ~ ~~ ~ R~v~ Ain x~~znc~rrr, a l r i l $ ° $ ~ ~ c ~ a o ns p ace par GF .; ~i. 23 11 BA ~ ~ S1C,d~TAGE, complete in place per $ %~~•Gt/ $ll'~L7,~ 1.24 3 EA SOLAR P07~8R8D ~ALS~DB 'F'I,ASITY~p SSACON o¢I'IIi S]C~, aampXeta in pleas $~~~U~~~~ $ . ~ r $A n -ai 25 z9~3 I,P' ~' rFC {sett. sQ} ~L~CTAIC~IT, COMDriTT. $ ~' /Q $~0 _ com lete in l p p ace per L~ A.26 3 EA PT,ASTIC PUI.,Y~ HaX ~f/3' Gl~A•V'SI, 9HDI]T1Qd, ~ -UC/ $~ complete is place per 8A x.27 s L5 ~sEZLIZATIOIN~, complete an place pea-. ~ .~ $ oCU x..28 I. I,S DSMpBSLI~ATIC~67, complete in place per LS ~ ~ ~~ $lU;-Ul~J' ~ ~~-~a~AE,, ~AR~ A - ~~' s~% ~ .mod {A.1 - a.ZB) "`ASL BSI3, PART H -- AI]A COMPLIANCE I II III N V' SIl} QTy & TJNIT DESCItIPTI4N RIC UNIT 'TO'1'AI~ PRSC@ ITEM P E IN FIGIIRRS a.l 1,2'70 SP CONCRSZTs SIbB-iALIC, complete in place er SF $ ~„g~ $,~Lp p B ~ B EA CflNCREI'$ £.'URB RAMPS, complete in l S !1/y! ~} $ ~, CIF„ ~J~ OyL~ }~ aee per &4 $ . 3 2 7.fi LF 4' BROK~I+i YST,L09P Plei'ITSb~bl'~ ~IREI#it~: cotep] eta in lace er LF $ l r ~ $ . , p p 8.4 A Qo z,F TYPE ' C' GRDSSWALK STRIPING & $fioP SAR [24 ° } l t i l LF /.q ~~ 3J~:11 - ~ ~ /U~• , comp e e ,n p ace per $.5 5 DO LF TXPE ' C' CRE3SSiT~AI~1C STRIFING & STOP SAR [12"? , cot~plete in place pax i,f' $ ~~~ $ ,~~~v • ~0 SL'8-DOTAL, PART B - ]~A Ca~I~~NCE (B .1 - S . 5 } $ ---5~~~ REVZS~n PRt7POSAL ~o~[ .~.- Page +~ of la 1. ADDENDQM 1+I0. 1 ATTACHI~7EN`~' ?d0.6 SHEET 4 flF 1 Q ,I~,,..814,u$ BTDr PART C - $TDI2M T~iA-TER ~~ffPRDVSBd$N'Y'S z II III IV ^ SID IT ~y & L7nTTT I?FSC1tIPTIDiU T'~~'AT, PRICE F~ I~rT PRIC33 TN PZt3i312ES C.3 8 gA 51~. 5' CAB- TNLBT, complete in place per EA $ ~ , $ ~ ~. C.2 8 EA PC~o'RaBeI~ ~T~EXT~TSI4N, complete in $ fawd ,~,1 aw v(~ $ p ~i 1 C.3 ~$6 LF 2~" RHLI~7F4R~Eb CONCRE'I'B PTFE, complete a.n place per LF $ •SU $ ~` ~ }C) -~~ ~` C . 4 59B L,F 3.8" RHIxQFOitCED CCISCitETS YIPS, complete in place per LF 5 /- UD ~ h~DD !! ~tJ $ GtSC~~ C.5 ~ g~ TYPE 'A' STDRMWATHIt HL~N'fiQLE, complete in place per EA $o~ ,Q $ _~Q ` C.6 475 LF STORMir~TEB FIFE L7HN1QLiTIpN, complete iu place per LF f~ rry~e $_!~lt~ $ y S~ ~d C.'7 4 8A iNLB~ ENIpI,ITION. coatple~e in place $ ~ ~~ p $ ' µ...I L'.8 ~{}8g I,g TR.SriI Cll S3~FETY FOR STQR)~iRATEQ, complete in place per LP $ ~ ,aQ U $ ,~~p•~ld C_ ~ 254 LF SILT P~1CB F complete 3 i1 place per LF r ~~ $-- J~~ ' G` . l D ~. LS ALL4LiANCB t~pR I1NAt~TICZPA'~ED iiTILITY ~ ADJ[75TMENTSr complete ~ place per LS $5,000.00 $5,p4p ~p p ~ 5[113-TOTATj, P11RT C - STOR~S4PATER ~ 7 ~ ~ ~ r, .^. j $ /, (/l/ SAS$ BID, PART D - WASTEWATER TMPRD~7B~EN'PS z zx IzI zy ~ !, ; BIIJ TTEME 4~ & IIi7IT DESCRIPTYCx+i TDTAT, PRICE IIi+IIT PRICE Ixd : FI~[3RES i D. 1 i 10 LF s ° PVC SEWER so BE 3NSSR'I'E3J INSIDE 23' VCF. complete in place per 1,F ~__ ~/~vr} 7 {/ $ ~7 . ~j~ C/ (/ 648 3.F 12° Pv'~G GRAVITY LINE (5'-7' 1 , $ / ~ ,{ - 3 D.2 comp3.e~e in place per LF " ,S p 4, ~D ~,,. D.3 412 LF F2" PVC C+3tAV3'TY ZINE {7'-9' } ! campYete in place per LF $ ~~~ S.Q~~ ~'i, o. ~ ~~o L~ ~~" pv~c cR~v~Tr z,zr~ c~' -x~.' ~ . com lete x l ~ D $ ~/ $~G~ p n p ace per ):,F . ~ 182 D LF' TRHNCH SAFETY FOR Y~lA.STFaW'A'FER, , ~ ,a ~ ~ . D.5 complete in place per LF ~--- ~ $ d dp I 1 ~ ~3' DIA. FIBERGLASS [KANfIOLE {5' -7' ] , com l a ~ ' ~ ~~ ~ D.6 p ete .n place per EA ' ,,~ A . 7 7. EA 4 ~ DIA, FI8$RGL.R.S.^ MANH011r (7' -9') , complete in place pez SA $ r I/1 s $ ~ 9l' ~ r5~ ~ I $A 5' DIA. FIH)rRGLASS MANHOI,6 { 9 ' -13 ' ~ , ~/ •Uy ~ ~• ~ -- D. 6 c~Iete in place pex' EA /i 7 $ 7/ L~l/ ~~. RFs1TI SHD PROFQSRI, Ft7A~7 Page 5 of 1f] .t~n~r2DtrM No. z AT,CAC~IMRIIl"1' N0.6 SHEET ~ QF ], 0 I zz xzI Iu v 1 ~ 5' DIA . FT$EI2GLASS MANHOLE (11 ~ -13' } . l i $ ~~ OLD $ ~~~ ,f0 f~ n.9 cr~mp ate n puce per EA ;D. 10 2 EA ~QDI[QBCT 'I'p FICISTIl3G L~1,~liTFIOLE (EIL`I'Si2Ip22 DROP L"Ob~TSCTZONI , consplet.e in glace $ ~~~'.Uv $ ~ / ~~0 per EA - 1 ~ BY-FREE F'17MPINGr coua~oSeLe in place $$ $ ~ ~1~ry ~ '~ ~'~ D. 11 P~ ~ 760 LF G170[]x' I+IL]L 2i" VCP (TO BE 1S.HANDpI4ST7 IN PL C ~ ~~ $ ,~0 -D. 12 A B~ , cott,~]leke i~ place per LP --~- D.13 2 ~ R~ILITA'I'E BRIQ( MANHOLE, azm~l.ete i l $ ~`~~" ~ i '4~ n p ace Baer EA 1 ~ T'RAFFIC CONTROL F'OR WASTB~7l1TER. { OCEl~ril~ " $ ~(J .~ /r~ ~1 `/~ $ I D.14 F3R.I VE) , complete an place ger LS ^ ~ a 54 SY PANT RFsPAIR, complete iTS place $ ,~(~(! $ ~ = - - 17.16 7. LS SAk1ITARY HACICWATEi2 VAI~l7E, complete is l F S $ xj -~~ $ ~ .~ ~- p ace per ... ~-- J.?.X'7 3 $R MANEiOLE RING/cav>;nR ADJUSTMENT, complete in lace er El4 $ v ~j $ o__~~~-. as p g I S>m`i-'TRTAI.. PlIRT ~ - i4A.ST8~AT8R $ ~~y / /~ 1 y,~~ BASR HID. PART E -- WATER ~YST~ ~MFR~VS I II xII ~v v BID QT'S & UDTZT D85CRTPTI4ET IC U 'FDT1~1L PRIG XTI~ E NIT PR IN .~IGLIRES E _ 1 4 ;3A FIRE iiYDR~' ASSF:MAI,Y, complete in lace er EA $ ~ /(1/ ` $ p p . $.2 5 )3A Rx'COAINgCTfRRI,OCATE EXISTING WATER ~+lETBR l i l $ ~ ./~.~ ~"' $ ~ ~ y , comp ete n p ace per SP. GROUT FILM. EXISTING AC WATERLINE {I'D ' ' / ~ S_ 3 ZQ~a raF ~~' .a A~DQN~ Xl~ ~~iG $} , complete 1]1 ` / / $ r S ~/ / rI/ lace per hF g.~ 3 Ss14, TiiA,TERLINE ADU[TSTBMLNTS, complete ire lace EA $ ~~ $ ~' p per E. S 9 liA 'S7ALVE ?30}C AITJiT5T1+~NT, complete J.i3 l ' $ JF`lI.S~ $ ~-(~ - ' p ace pex EA / SD>B-TD?AI., PART H- LQA~.'ER ~r _i RE''R'ISED PROPOSAL FORM _ Page 6 of 10 i. i~.. A17DENDUM N4, 1 A'~'l'ACHI+SEI3T N0. 6 sx~gT ~ of ~a I,..~iS$ HYp r PART F -- RSGl4NAL TRANSPD~tTATION AIITHO~t~TY I~RAVSb!~.QTS I II YiI IV V SID 4~ & ZiPdIT DESCRIPTION SIT PRICE TOTBI, PRIC$ Z'TffiH IN PIGURES £+_1 724 SF B" fiANCRE'i'$ FACTS PAp ('WITH CxLiSHF.D ZIM85TON8 BASK} , cn~Iete ixx dace $ ,brCJ ~l~D $ ~. pex SF ~ F.2 12D $F CONCRETE SHBDTSR. PAI3f aomp}~ete aun $ ~u~ ~ /~ $ ~i ~7~ ~ place pex~ SF SUS-xi}TAL, PERT F- R8t3IOnT,q,i, ' ' $ x 17AI+T5PORTAiON AIITH~7RIT Y [ F .1- ~' . 2 3 aan sur~R~ TOTAL AASl3 B I D REVISETJ C'itO~SAI~ FORM Forge 7 of 1D ADDENDUM P30 , 1 ATTACHMEI+F~ NO . b SHEFsT 7 OF ~p The undersigned hexeby declares that he has visited the site and has carefully Axama~ed t:he plane, specifications and contract documents relating to the work covered by his bid or bids, t}3at he agrees to da the work, and that no representations made by the City are i.n any asses a warranty but are mere estimates far the guidance of the Contractor, The City reserves the right to negotiate additional quantities far parking, trails, and sidewalk at the time of award; using unit prices provided in the base bid. Upon notification of a~tard of contract, we will within ten (10) calendar days eae~CUte the formal contract and will deliver a Performance Bond (as required} for the fai.t}lful 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 became the property of the City of Corpus Ghx'isti in the event the contract and bonds are not executed within the tame above set forth as liquidated damages for the delay and additional work caused thereby. -... ~3aority/~.~aoxity Business 13aterprise Partiaipatiam: The appaxent low hidd~r shall, hri.thin five days of receipt of bids, submit to tht3 City $ngineer, in waiting, the names :,. and addressee of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. ', ~+TUaaber of Signed 5ats of Documents: The contract and all bands will be prepared in not less than four counterpart (original signed} set~_ Time of CompXetion: 7Che undersigned. agrees to complete the work within 200 cal~dax Sys from the date designated by a Work order. The undersigned further declares that he will pzovide all neceBSary tools and apparatus, do all the work and furnish alI materials and do everything required to carry out the above rnent.ioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set farkh. Receipt of the following addenda is acknowledged (addenda number): 1 2 & 3 Respect~uliy sul~mit.ted: ' ~ Name: Edd e M. tiz - - ,,~. By: ~. ~-:(~SSAC~ ~ 1~ BIDDER IS (SIGMA S) - '-.~- ,`, ,,~ `' a ~~orporation) Address: 4237 Baldwin, Blyd. . (P.O. soac) tStree~j '.~~ ~~~ ~ Corpus Christi, Texas 78405 `"" ........ (City) (State} (dip) Telephone: 361/883-3232 I~IO'1'S: Do not detach bid froze other papers. Fill in w~.th ink and submit catnplete ~f" with attached papers. {Revi.aed august 2aoa> ., ~I ADDENDQM 13Q . 1 ATTAC~T NO. 6 "' " SHEET 8 OF 10 REVI5S77 PFLOB052~L PpRM Page 8 of to _. I~ .: .~,r _.~.------~-~-.,-,-~-.. , __i .,. , . P E R F O R M A N C E B O N D BOND NO. 1962825 STATE OF TEXAS § COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT Grace Pa~rin aad. Co~.struction Inc. of NUECES Gounty, ~~ Texas, hereinafter called "Principal", and~HE a corporation organized under the laws of the State of New x~r~PSZ~zuE .. __, and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and fir~ily bound unto the City of Corpus Christi, a municipal corporation of Nukes County, Texas, hereinafter called "City", in the penal sum of ONS MILLION FORTY--SEVEN THOUSAND THIRTY--SEVEN AND ~ NOf 100 {$1,,~©4'7 r Q37 - 00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, far 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 19TH of :OCTOBER 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: ROBERT STREET FROM GAINES TO OCEAN DRIVE BOND 2008 PROJECT N0.6492 (TOTAL RASE BID: $1,047,037.04) 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 nne (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 fond Page I of 2 This bond is given to meet the requirements of Article 516Q, 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, Vernan`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 2sTx ~ day o f OCTOBER 2 0 10 PRINCIPAL 1~~in G. 61f~7t~~ C i°.r~r~T .~ . ~ ~~- (Print Dame & Title} SURETY By : .,~ Attorney fact MARY Ei,LEN MOORS (Print Name) The Resident a'9,gent of the Surety ir1 i+fueces Count Texas, for delivexy of notice acid serrrice of process is: - ~~ ~enCy; SWANTNER & GOROOI~ INSiIRANCE ,AGENCY _ COIltSCt Pexson: MARY EL N - _ Addxess: P_n_ B _ _. Phone Numbex: 361-883-1711 (NOTE: Date of Perfprrnance Bond must not be prior to date of contract){Revised 3/p8) Performance fond Page 2 of 2 7~-. '.Ir._. P A Y M E N T B O N D STATE OF TEXAS ~ COUNTY OF NUECES § BOND NO. 10962825 KNOW ALL BY THESE PRESENTS: THAT Grace Paving and Construction, Ina. of NUECES County, Texas, hereinafter called "Principal", and Txs xANOVxR ~NSxR~cx coM~xN~, a. corporation organized under the laws of the State ofN~w z~r~~sxzxE , 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 supp~.ying labor and materials in prosecution of .the work referred to in the attached contract, in the penal sum of ONE MILLION, FORTY-SEVEN THOUSAND, THIRTY-SEVEN AND ___ _ •-- NO/L00($1,4_47,0_37.44) 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 19TH day OCTOBER 24 14 a copy of which is hereto attached and made a part hereof, for the construction of: ROBERT STREET FROM GAINES TO OCEAN DRIVE BOND 2408 PROJECT N0.6492 (TOTAL .BASE BID; $1,047,037.44) 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 ail 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 na 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 shad in anywise affect its obligation an 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 Pond 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 "Clairt~c3rSt", "~rabGr" ca3'td "P~at~rial", 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 28TH day of OCTOBER , 20 10 PRINCIPAL L~L~ ., f - {print Name & Title} - ^- ~, ~ - - wr --~. ATTEST ///j ~ _ a~ ~~ - L`! kCCT`9"1 1!V CTr (Print Name & Tit3.e} SURETY THE HANOVER INSURANCE COMPANY 7~S ~~ZL7-'ftl /~ By: Attorney-'" fact MARX ELLEN MOORE "V (Paint Name} - The Resident Agent of the Surety in Nueces Coca Texas,. fora.. delivery of notice and service of process. is: Agency: SWANTNER & CORDON INSURANCE AGENCY Contact Person: MARX ELLEN MOORE Address: P CORPUS CHRISTI TEXAS 78403 Phone Ni~tber: 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contzact) (Revised 3/b8) Payment Bond Page 2 of 2 THE HANDVER INSURANCE COMPANY '~ MASSACHUSETTS BAY INSURANCE COMPANY _~ - CITIZI=NS INSURANCE COMPANY OF AMIrRICA - - - POWERS O1=ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANDVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corparakions organized and existing under the laws of the State of New Hampshire, and C1TlZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint _ STEVE AD-KISON, TAMI J. DUNCAN, R.M. LEE, MARY ELLEN MOORE l . Df Corpus Christi, TX and each is a true and lawful Attorney(s)-in fact to sign, execute, seal, acknowledge and deliver far, and on its behalf, and as its ad and deed any p{ace within the United States, or, if the following line be filled in, only within the area therein designated ~- any and all bonds, recognizances, undertakings, contracts of indemnity or other writings ob[igatory in the nature thereof, as follows: ,„ Any such obligations in the United States, not to exceed Ten Million and Na1100 (10,000,000} in any single instance and said companies hereby ratify and confirm a!I and whatsoever said Attomey(s}-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Qirectors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, Ue and they are hereby authorized and „~ empowered to appoint Atfomeys-in-fact of the Company, in its name and as its acts, to execute and acknowledge far and on its behalf as Surety any and ap bonds, recognizances, contracts of indemnity, waivers of citaticn and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Atlameys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons:' (Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 -Massachusetts Say insurance Company; Adopted September 7, 2001 -Citizens Insurance Company of America) ' iN WITNESS WHEREOF, THE HANDVER INSURANCE COMPANY, MASSACHUSETTS SAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested 6y a Vice " President and an Assistant Vice President, this 12th day of July , 2010. THE!-3AN(JVER1N5i1RANCE COMPANY ~~~ MASSAGWUSETTS HAY INSURANCE CpNIPANY +'~,~ A ~ ,,~"°~~i,`~ CITI/ZEt~t.51tJ5UF2ANCE COMPANY OF AMERICA . ~ max" ~ t~, '^rI f_ _ jj ~,C.~~i~-`-.. > Mary.teanne ~~rscn. Lice Preside t ~'. ,: , :Robert K Greririah. Assistari >ce. Pi•ssident : ' THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. On this 12th day of July , 2010 before me came fhe above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay insurance Company and Citizens Insurance Company of America, to me personally known to tie the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duty affixed and subscribed to said instrument by the authority and direction of said Corporations. Nd~Bf~ f~rGl}lIC My commission expires on November 3, 2011 I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attomey are still in force and effect. This Certificate may be signed by facsimile under and by authority of the fallowing resolution of the Board of Directors of Ttte Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attomey and Certified Copies of such Powers of Attomey and certification In respect thereto, granted and executed by the President or any Vice President in conjunction with any Assistan! Vice President of the Company, shall be binding an the Company to the same extent as it all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 -"fhe Wanaver Insurance Company; Adopted April 14, 1982 Massachusetts Say Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of Amerfca) GIVEN under niy hand and the seals of said Companies, at Worcester, Massachusetts, this 2g~~ day of Ot~~pgEg , 20 1fJ TWE HANgVE=R1NSURANCE COMPANY MASSACNUSETTS BAY INSURANCE COMPANY CITI 5 INSU CE CO PANY qF ERICA ,,.. . Sfep . t3rau , ssrstan ice Ares nt _. , rwr wuwrrx Mry Hi1a ~d y,~,,,rrw,epwrr4m ~..~ • Hanover Insurance Group_ FOR INFORMATION, OR TO MAKE A COMPLAINT, CALL: 1-800-999-9239 PARR INFORMACION, O PARR HACER UNA QUEJA, HABLE: 1-800-999-9239 COMPLAINT NOTICE - TDCAS Should any dispute arise about your premium or about a claim that you have filed, contact the agent or write to the company tha# issued the policy, bond. or certificate. If the problem is not resoled, you may also write the State Board of Insurance, P.D. Box 149091, Austin, Texas 187149091. FAX# (512j 475-1771. This notice of complaint procedure is for information only and does not become a part or condition of this policy, bond or certificate. 231-1314 TX (9-91j CITY OF CORPUS CHRISTI ~ Cx~ f L L DISCLOSURE 4F INTEREST _. comas ~~ Christi ' City cif Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do bus mess 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. C41~'~ANYNA.ME: Grace paving and Construction, lnc. p, p. BOX: STREETADDRESS:4237 Baldwin Blvd CITY Corpus Chrism Z~' - F1KM IS: 1. Corporation ~X 2. Partnership ^ 3. Sole Owner ^ 4. Association u 5. Other DISCLOSUTtE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. X . 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." Narrie Not App 1 i. c ab 1 e lob Title and City Department (if lmown} 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 "fia~in." Name Title Not Applicable 3. State the names of each "board rriember" of the City of Corpus Christi having axi "ownership interest" constituting 3% or rx~ore of the owxxexship in the above named "firm." Name Nat Applicable Board, Commission or Committee 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 rriore of the ownership in the above named "firm." Name ~ Consultant Not Applicable ADDENDUM NO. 1 ATTACHMENT N0.6 SHEET 9 OF 10 REVISED PROPOSAL FORM Page 9 of 10 ~' ~~ FILING REQUIREMENTS ,, , If ~ ~e~aon~raho requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is disiiriguisl-iable frorrA tie effect that the actior•. will "rave on mcmbprs of the pvbiic iri general or a ~, substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or b ody that has b een reque sted to act in the matter, unless the interest of the City official or employee in the matter rs apparent. The disclosure shall .. also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] i CERTIFICATION r~ I certify that all information provided is true and correct as of the date of this statement, that 1 have notkxiowirigly withheld disc] a sure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. ' Certifying Person: Eddie M. Ortiz Title: President {'type ar Psint) Signature of Certifying Date: Person: September k5 , 2010 ~~ DEFINITIONS a. "Board member." A metuber 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. "Ennployee." 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 pxafessianal, industrial or con~ercial, andwhether established to produce ar deal with a product or service, including but not limited to, entities operated in the forth of sole proprietorship, as self-employed person, partnership, cozporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated asnon-profit organizations. e. "Official." The Mayor,.rrrembers 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 lnterest." Legal or equitable interest, whether actually ox constructively held, in a firm, including when such interest is held through an agent, trust, estate, or liolding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special teens of venture or partnership agreements." g. "Consultant." Anyperson or firm, such as engineers anal architects, hiredby the City of Corpus Christi for the purpose of professional consultation and recommendation. I .~„ REVISED PROPOSAT, FORM Page 10 at 10 ADDENDUM NO _ 1 ATTACHMENT N0.6 SHEET 10 OF 10 .~~~~® a-GERTIFICATE GF LIABILITY INSURANCE DRa~T~E1RE ` ~~~"'~" PRaOUGER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFpRMAT10N sxantraer ~ Gordon Ina ~3CX-GC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A gi.gginhotham company HOLDER. THIS CERTIFICATE DOES NOT AMEND, E)CTENIh OR Soaz 870 PO ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. . Corpus Christi 17[ 78903-4870 Phone ; 361-883-1711 Fax: 361-844-0101 INSURER5 AFFORDING COVERAGE NAIC # ~"s~a IHSURERA: Association Caa. Ins. Co. 35629 1NSIIRER & Grace PBVInLf & COri$tX'17Ct10R, Irio . INSURER C: 4237 981dx1n S1Yd. h i ti 78405 3324 INSURER D: r s TR - Corpus C INSIfiiER E CdVERAGES THE POI-ICIF.S OF IN^ RANCE U57PDBELOW HAVEBEEN ISSUfO T07HE IN5UREO NAMEPABWEFOR THE POLICY PERIOD MPIGTEO. NOMITNSTANOING ALIY pEpUY1EJtiE'NT, TERM Oq CA010R1gV OF ANY CONTRACT OR OTfiER DOCUMENTVIATH RESPECTTO WHICH THOS CERTIFICATE MAY 8E ISSlIEO OR MAY PERTAIN, THE INSURANCE AFFORDEP RY THE POLICIES DESCRIBED HEREIN IS SU&IECT TO ALLTHE 7ERN8. E%CLU§OON§ AND CONORIONg OF SUCH POLICIES.AOGpE>:+ATE L0.ET5 SHW+N NAY HAVE SEEN REO11CE0 BY PAIOOLAWS. tlISR 'L POLICY EFFECTNE POLCY E1rPIRATWN LTf1 TYPE OPN E POLICY NOMBER DALE ~IAM'DD/YYyY) DATE IN LIABI8 ~~~ MIIBILRY EACH OCCURRENCE S 1 , DOO , DQO A X COMMERGALCENERALLwe1Lm CMP900396610 07/3.2/14 07/12/11 DMNGETO REHfEO PRaalseslEaem~Nma7 s iDD,040 cwlls NAOE X~ oeeuR MEO EAP uDr one xRm> s 5 , 0 D0 PEpsoruLaAnvlNUpY s 1,OD0,000 GENEMLAOGREGATE § 2,000,000 GENLAGGiIEG'ATE LRARAPPLIES PER: PRODL1C15-COMPWP AGG § 2,000,000 YRD POLICY X JECT LOG AD" "0B11t CpMBINEOpINp.PLINiT ~"104a°'~ § 1,ODO,DDO A X ANYAUrD CAP9D0291514 07/12/10 07/12/11 AuvANEDADTOs eoolLYlruDRr IP'~ w~+oN § SCHEDULED Auras HIREDAI{TPS 80DILY IWURY (PeraacMN) § NON4IYNEPAUTOS PROPERTY DAMAGE IPSremdrb) § IaARAOE llABA]TY AUTOONLY-EA ACGLgHT § PNY Al1T0 EAACC OTHER THAN § lWTO ONLY: AGG § C11GE5§IU18RElJ.A INIMR'!TY ~ EACH OCCURRENCE 3 1,000,OOD A X DccuR ~ cwMSMAce 1AID050075D42 07/12/10 07/12/11 AGGREGATE s 1,DOD,ODO s oEOUCT18LE S X RETENnON ~ s 10 , 00 s Y1PRI~RB COWFJVSA7TON " YIC STAN- OTH- X TORY LPAITS ER AND EBTPLOY~ NIIaRAIT Y ,Pj ANY PROPRIETORfPARTNERIEAECUTiVE F1GAD40431606 D7/12/lO D7/12/11 EL EACH ACCIDENT S 1,DOD, DDD ~ OFFICEpfNEM8El1 FXCLUDED7 (•dMldNwyh RNf EL. DYSE45E-FA EMPLOYEE § 1,DOO, OOD N yes. dnalAA MIEo gpEC1AL PROYLRWNSLMLAr E.L DISEASE-POLICY UMrI § 1, DDD,DOD OTHER OESCIOP7ION OF OPERILTMMVS f LOCATRkI§!VE)NC1ESf E%OLUSHINS ADDED BY EN110R9EMENTIBPECWL PROVISIONS / Rg; Project No. 6992 -Robert Street fray Gaines to Ocean Drive Hond 20D8 .V// See Attached Addendum. CERTIFICATE HOLDER CANCELLATION SNdRD ANYOF7HEADOYEDE.47oBE0 POLICIES ONE CANCELLEDBLH~TNE E]IPRATIDN CICC-CQ pATETREREOF,THE6suIN6wsnlffRWILLENOEAYORTOMAIL 3D an~sWRITIEN 1 NOTICE PO THEC60RF1CATE IIOLDFR NAI®70TNE LL}T. BIR PABAII~TO as so aH l1 City Of Corpus Christi l p~pSEHDOeLIRATIDM aR UBeRnr aF ARrKwouPOn TNevauR~ER msrLaEpTSaL EagiaeerirLg SFrviCe$ tsEMTAYNES. Contract Administrator P.O. Sox 9277 us Christi 3'X 78469-9277 ACORD 25 (2009!01 ~ g 1986-2049 ACOR ORATION- All tights reserved. The ACORD name and logo are registered marks Of ACORD -,r .,-.--..... ..... -----r....._ . __ . , _ I~--~---------,. --- IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) muss be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s}. if SUBFtDGATIDN IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endon3emenf. A statement on this certifrcate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmaiiveVy or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 GC ~w~ HOLDER CODE cxCC-co GA]lPA1C1 PAGE 3 ~~~G~f'!~~. IN$41RED'8.I~IAME. Grace Paving=b CoAStructiom, OP IQT81tL, : DA7Ea11l09/i0 CERTTgtCATE 90LDER: City o£ Corpus Christi Waiver of Subrogation as required by written contract in favor of City o€ Corpus Christi its officess, officials, employees, volunteers, and electred representatives applicable to Workers Compensation Policy- Addi tional insured as required by written epntract in favor of City of Corpus Christi its officers, officials, employees, volunteers, and eiectred representatives applicable to General Liability b Auto polices per attached endorsements. (General Liability is Pximary witk xeapect to work performed by contractor for owner PQl ICY NL1iVIBER: C:h1 P 9 Q ^ 3 ~~ o f> - ~ ~ ~ COMMERCIAL G~NI=RRL LEA91LiTY CG 2p 37 07 f?4 THIS ENI}ORSEMENT CHANGES THE F'OLJCY. PLEASE READ IT CAREF[1LLY, ~ADDITIQNAL INSURED - t~WNERS, LESSEES QR CONTRACTORS - CQMPLETED OPERATtQNS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) pr O iration s : Lpca4nn And Descri 'an Of C O one 13T.ANIC3T - ANY PERSO'd OR 03GANIZATIG'N TO WFiCM YOU HAVE AGREED TO PlAME AS ADDITIONAL, INSURED FOR THE COVERAGE SPECiFICE'7 BELOW BY WRITTEN CONTRACT O1Z AGREEMENT IF THE COItiTRACT OR AGREEMENT I S EXECUTED PRIOR TO THE LOSS. Information r wired to cam ~Ge this Schedule. if not shown above wilt be shown in the Declarations, Section II -Who Is An Insured is anwended to in- clude as an additional insured the person(s) or ar- ganizaatian(s) shown in the Schedule, but only with respect to liability far 'bodily injury" or "property damage" ceased, in whole or in part, by '~aur work" a# the lacaiian designated ~d described in the schedu~ of this endorsement performed for that additional insured and inducted in the "products- campleted operations hazard". ~Q'"~ CG Za 37 d7 t1R ®IS~ i'roperties, Inc., 2004 Page 1 of 1 ^ ~,~aen caw POLICY NUMBER: CMP900396670 COMMERCIAL GEN7~RAl. LIABILITY CG 2010A t38 05 TH15 ENDORSEMENT CHANGES THE P4L1CY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES 4R C4NTRACTQRS _ SCHEDULED PERSON QR aRGAN 17ATI Q N This endorsement mod'rfies insurance provided under the following: COMMERCIAL GENEiZAL LIABILITY COVERAGE PAIT# sc~tl=oul.E Name t3f ~4ddlliar:~ Insured Person{sJ Or O irati s: s Of Covered O s CITY 4F CORPUS CHRISTI / PO BO}C 9277 / / CORPUS CrIRISTI, TX '18459-9277 Ir-formation uired to co lei this Schedule if not shown above wiA lie shown in the Declarations. A Section 11 - HYI-o Is M Insured 'is amended to include as an additional insured- the person(s) rx organizations} shown in the Schedule, but only with respect to liability for 'bodily injury", "property damage" or "personal and advertising injury" caus~i, in whole or in part, by: 1. Your act;; or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insureds} at the location(s) The Insurance provided io the person or or- ganizatii~n shown in the schedule is primary insurance and we wr~l net seek contrit~ution from any other insurances available to that in- sured_ designated above. CG ZO ~tOr4 00 06 Page 1 oIP 'I D easu~ erxr AOLICY NU4vSBEwR: C.•5?9;.+~? 96~ - 1 ~ , CQMME#tCIAL GENERAk LIA61LtTY CG 24 t3+10$ t?9 WA~V~R OF TRANSFER OF RIGHTS QF RECOVERY AGAINST OTHERS TO US This andorserrient rnadiiies insurance provided under the €ollowing; COMIuI£RCiAL GENERAL E.iASiLITY CaVERAGi" PART P1~00UGTSlCOMPI_£TED OF'ERATiONS k1Ai31LlTY CQVERAGE PART sc~>=ot~t_~ fame Of Person Or Organ'rratlon: IF3T~.At~T~tET - ANC Pz`R50N OR ORGP.NTZA"TION TO m3HOM YOU AFtE REQC3TRED BY WRITTEN C(}IJTRACT OR AGRt::~ENT TO WAIVE RIGHTS OF RiCCVERY IE THE CONTRACT 4R AGREE1~iENT rs EXSCT3'FED PRTOI7 'TO >;oss . The following is added to Paragraph B. Transfer 4f t~hts Of Recovery Against ~tt~ers Ta Us of Section lV -Conditions: 1Me waive any r~ht of recovery we may have against the person or organization shown in the Schedule above because a€ payments we make for injury or damage arising out of your ongoing operations or 'your work" done under a contract ~nnth that person or organization and included in tHe "products- completed operations hazard°'. This waiver applies only to the person or organization shaven in the 5ehedule al,ove. CG 2d I)4 05 09 ®insurance Services taffire, Inc.. 20Q8 Pam 't of 1 ~sur~n cow POLICY I3UMBFR:CAP90t~3~15-1Q THiS ENDORSEMENT CHANGES THE POIJCY. ~EKAS ADD#T#QNAL This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE C01JEI3AGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM COMMERCIAL AUTO CA {)4 03 Q6 04 PLEASE READ 1T CAREFU LLY, INSURED With respect t4 coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the pdicy effective ort the inception date of the policy unless another date is indiicated below. Endorsement Effective: 07/12/10 Countersigned ay: ,~~ insured PAVING & Ct:3N~TRUCTIOLJ, ILVC. Authorized resentative SCHEDUI~ Name and Address of AddlElanat lnsured: BLANKET -ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED TO NAME AS AN ADDITIOATAL I1~TSURED BY WRITTEN CONTRACT OR AGREEMENT IF THE ~COIV'I'RACT OR AGREEMENT IS EXECUTED PRIOR TO LOSS. {If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A Who Is An Insured {Section ll) is amended to in- clude as an 'insured" the person(s) or organiza- tion(s) shown in the Schedule, but only with respect to their legal liability far acts or omissions ~ a per- son for whom Liability Coverage is afforded under this policy. B. The additional insured named in the Schedule or Declarations is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, de- clared by us shall be paid to you. CA t]4 03 t>8 04 C_ You are authorized to act for the additional insured named In the Schedule or Declarations in alt matters pertaining to this insurance. D. We wilt mail the addi#ional insured named in the Schecie~~ or Decaratlons notice of any cancellation of this policy. If we cancel, we will give 10 days no- tice to the additional. insured. E. The additional insured named in the Schedule or Declarations will retain any fight of recovery as a claimant under this policy, ~ lS0 Properties, loc., ZOU3 Page 1 of 1 ^ u~9ugffi caar POLICY EriUMBER: CAF' 90 ~~'? 415 -1 D COMMERCIAL AUTO CA 20 89 06 t]4 THiS ENDORSEMENT CHANGES THE POLICY. PLEASE REAQ IT CAREFULLY, TE S CHANGES IN TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL pAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTQR CARRII=R COVERAGE FORM TRUCKERS COVERAGE FORM Wth respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless macii- fiied by the endorsement. This endorsement changes the policy effective On the inception date of the policy unless another date is medicated below. I~rrdar3emertt Effective: 07/3.2/10 countersigned By~ ~= Named Insured: GiZACE PAVING & CONS3RiJGTION, INC. Authorised Re resentative SCHEDULE Name O(Person(s) Or Or~ization(sj; BLANKET -ANY PERSON OR ORGANIZATION TO WHOM YOU ARE REQUIRED BY ~1RITTEN CONTRACT OR AGREEMENT TO WAIVE RIGHTS Off' RECOVERY IF THE CONTRACT OR AGREEMENT IS EXECUTED PRIOR TO LOSS. tir no enrry appears al,ove, information required to complete this endorsement wi11 be shown in the Declarations as applicable to this endorsement.} The Transfer OFRights Of Recovery Against Others To Us Condition does not apply to the person(s) tx organiza- tions) shmnrn in the Schedule. V1~ will re#ain the additional premium shotim al,ove, regardless of any early termi- nation of this endorsement or the paiicy. CA 20 89 W q4 ~ 1S0 Properties, Inc., 2t1D3 Page 1 of 1 ^ caw f'(?LIGY DUMBER: ,.'~[P9 Q ~l3 ~~6 - :. C1 ~ COMMERCIAL GENERAL LIASILtTy CG t12 0512 Od THIS ENDORSEMENT CHANGES THE PQLICY. PLEASE REA©rr CA~tEFULLY. TEXAS CHANGES --AArIEND~I#ENT OF CANCELLAT~Q~t PROMS#OP~S fll~ OVERAGE CHANGE This endorsement modifies insurance provided ender the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIA8ILITY COVERAGE PART OWNERS AiVD CONTRACTORS PROTECTIVE l.IABtI_ITY COVERAGE PART POLLUYION LIABILITY COVERAGE PART PRQDUCT WITIiDRP+WAI. COVERAGE PART PRODUCTSICaMPLETED OPERATtt}N$ LIABILITY CQVERAC~ PART RAILROAD Pf30T>*CTIVE LIABILITY COVERAGE PART In the event of cancellation or r~aleriai change that reduces or restricts the insurance alfvrdecf by this Coverage Parl, vve agree to mil prior written notice of cancenation or material change to: SCHEDULE 1. Name: 5EE ATTACHED E~ANU5CR7PT SCHEDULE 2. /4dd~ess: SEE ATTACHED MA.NiJ5C12IPT SCHEDULE ~ Mt~ber o€ d 8dvanCe neCoe; 3 0 Information aired to com fete this Schedule, if not shown above, wilt be shown in the DeGarations_ i~w CG 02 t)~.r 12 04 ©ISO Properties, Inc., 2003 Page 1 0# 1 ^ ~NStlft~J tiOf'1' Policy Nurnbe~ C MP90a3g66.1 a ENDORSEMENT ASSOCfAT1aN CASUALTY INSURANCE COMPANY Named Insured uRF~~.E PYt!t;3~"; 1:~!D C~}i'dS't'R1:'C'TICIh , f EflecGve l]ale: c}7 - 1 ~: - i 0 12:01 A.M., Standard Tune Agent Name SirIFiNTNER & GG`RI30Ai IN5 URANCE AGENCY, Lent No. 8 2 (?22 Q 0 0 D 0 CG 0 2 O S - TX CAGE - Al~iEND OF C.ANCELLATI 30 DAY NOTICE OF CANCELLATION WILL SE SENT TO: IVAVFAC SOLTT~EAST x tr:D K_rNGSVILLI!: 2Q1. '_~IIMIT2 AVENUE, BLDG 4711, SUITE 102; KAi11GSVILLE. TX 78363-51133 .7E~~ABCRES CCNSTRUCTIO~I COMPANY, TZC 1'.O. POX 50089; CORPUS CHRISTI, TX 7846+ CORPTJS CHRIST- INDEPEN7BNT SCHDOL DISTRICT P.O. BO3~ 1iQ; CORPUS CHRISTI, TX 78403 CITY CF wCiRPUS CHRISTI P.Q. BCX 9277; CORPt7S CHRISTI, TX 784b9 NAVAL FACILITIES ENGINE)?RING COMMAND ROICC S. TX 8851 OGEAn DRIVE, BLDG 19, 5TE 101; CORPUS CHRISTI, TX 78419-6626 CITY OF CORPUS CHRSITX - ATTN 50LID 1w1ASTF DIBPOSAI. P.O_ BOX 9277, CORPUS CHRISTI, TX ?8469 ZACHRY' CONSTRUCTION CORP & IST PARENT, SUBSIDIARIES & DEI: MAR COLLEGE P.O. HDX 240130; SAN ANTONIO, TX 78244-0130 TEiE DIOCESE OF'' CARPUS CHRISTI A1VD THE Iv-VOLV£D PARISH 620 LIP4l~T STREET; CARPUS CHRIS'iI, TX ?8401 ~TALERJ ENERGY CORPORATION AND ITS AFFILIATES P.O. BOX 696000; 5AN ANTONIO, TX 78269-50017 TEXAS A&:+9 UNIVERISITY - KINGSVYLLE 7GG UNIVERSITY BLVD; KINGSVILLE, TX '78363 MARSHALI, COMPANY P.O. BOX 4995; (:ORPUS CHRISTI, TX 78469 CORPUS CHRISTI REGIONAL TRANSFOR7ATICN AUTY'.ORITY 5658 BEAR LANE; CORPUS CHRISTi, TX 78445 CCRPUS CHRISTI ARMY DEFO': - ATTN COtVTRACTING CEFICu 308 CREC-~' S7', 3LDG lZ9 STOP 7; CC3RPUS CHIZISTi, T3{ 78419 IMR-LYJO-LYN]70N l3. 4TOHNSON NATIONAL HISTORICAL PARK PO BOX 329; JC?iNSON CITY, TX 78636 NAVFAC SOUTHEAST; SOUTH TEXAS PWD CORPUS CHRIST j PwD INGLESIDE 8853. OCEAiti? DRIVE, X19; CORPUS CHRISTI. TX 7$419-5525 S&M AND ASSOCIATE5, INC 1126 JACKSON AVE, STE 348C; P_z15CAGOULA, MS 395E7 TEXAS A&M AGRII, F'E 7607 5'A57' I~iARi{ DRI~7E, SUUTE :.06; COLLF<:E STAT=Oti, TX 77$45 EN-01q (~ (01'!95) lMSUR~ GAP:' PaGcy Number cmP9oos~ss-~o ~~~o~s~r~~n~~r ASSC?ClATlON CASUALTY INSURANCE COMPANY Ned Insured (~Rr'iCE PAVT~1'~:T A1~f} C:+PiSTRt3C i ION, tuftective Q~te: r, 7 - 3 ~? .-1 ~ 12:01 A.M., Standard Tlrne Agent Name S~~NT~3$P. & Gf}RDC}~ INSURAstiC'E AwENCY. L~entNo_ g2a2Z(}C~000 CG 02 Q5 - TX CHGS Ai+lEND OF CANCELLATI CITY JP' CORPUS CHRYS`rI - DEPT OF' ENGINEERING SERVI S ~,TTI~ LOI4 T RACT hDb1lh' TSTRATOR PO BOK 9277; CORPiJS CHRISTI, TX_ '78f 69 HAi~'EA9AN EXCAVATING, IfIC 3.814 HQLLY RD, CORPUS CHRIS'#'I, TX 78417 7ACNRX COI~STRJCTI:}N CORD AR3D ITS PARENT, 5l)BSIDIARIFS ~. AFFILIATES PO BOX 240130; SAN ANTONIO, TX 78224-0130 JIMMY EVANS CO[+3PANY, LTD PO 30X 9'749; AUSTIN, T3~ 78766 10 DAY NOTICE OLD CANCELLATIQN WILT. BE SENT TO: CANANAWILL, INC, BZi.]E SKY PREMIUM FINANCE, L'_^D 1~iG0 MILWAUKEE AVE'; GLENVIE;n7, IL 6Q025 1=.rt~a ~E) I~+~1 ~~~ t~ a POLICY NUMBi:R~ CE~~P°00')_~i• 15 - k 0 COMMERCIAL AUTp Cr4 OZ 44 O6 04 TH15 ENDORSEMENT CHANGES THE POlJCY. PLEASE READ IT CAREEUt,lLY, ~EXAS CANCELLATION PROVISION OR -COVERAGE CHANGE ENDORSEfVIENT This endarsernent modifies Insurance provided under the following: /BUSINESS AUTO COVERAGE FORM J GARAGE COVERAGE FORM ~~jj MOTOR CA~iIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modl- f'ted by the endorsement_ . This endorsement changes the policy effective on the ins~ption date of the policy unless another date is indidted blow. Endorsement Effective: 07~12~10 Countersigned By: NaTried Insured: GRACE PAVING & CONSTRUCTION, INC. Autharized resentative SGHEDUt.E Number d Days' Noce 3 0 Nana Of Person Or Organktation CITY OF CORPUS CHRISTI Address P.O. BOX 9277; CORPUS CHRISTI, TX 78469 !f this policy is candled ~ materially changed to reduce or restrict coverage, we wia mail notice of caricellatian or change to the person or organization named in the Schedule. VNe will girre the number of day's notice indicated in the Schedulo. CA 02 44 t)6 04 ~ 150 Properties, Inc., 20Q3 wsvsea copy r...._..... , -- --- Page 7 of 1 ~ a IN~RKER5 CQMIj1:T~5A710N AND EMPLOYERS LfABILITI INSURANCE POLICY POLICY NUMBER: WCA0400316-06 ~ TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT WC 42 06 07 This endorsement applies only to the insurance provided by the policy because Texas is shown in It~n 3.A. of the ]nfarrr~ion Page. 1n the event of cancelation or other maieri~ change of the policy, we will marl advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorserr~errt shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1. NUMf~R OF DAYS ADVANCE NONCE: 3 0 2 NDnCf: W1LL BE f#AILED To: NAVAL FACILITIES SNGINEI~RIN(3 COMMAND ROICC SOUTB TX 8851 OCEAN DRIVE BLDG 19 3TE 101 CORPUS CHRISTI TX. 78419-5525 7.~-CARY CONSTRUCTION CORD & ITS PARENT P.O. BOX ~4t}130 5AN A1~1T'DNIO, TX 78224 CITY OF CORPUS CHRISTI PrDr HDX 9277 CORPUS CHRISTI, TX 78489-9277 CORPUS CHRISTI IND$P$NDBNT SCHOOL DISTRICT PU&CBASIN(3 AND DISTRISVTION P.O. HOX 11f), CORPUS CHRISTI, TX 78403 MARSHALL COMPANY P.o. eox CARPUS CSRI3TI, Tx 78469 DATE 01= ISSUE: 07-15-10 ~~~..' 1N COPY ' 1111~RiSERS COMPENSATION ANC EMPLOYERS L,IASiLITY INSURANCE POLICY POLlC'r NUMBER: WC~-Q400316-05 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 42 03 t}4 A Thhis endorsement applies only to the insurance provided by the policy because Texas is shown in lfiern 3.q. ~ the information Page. YVe have the right to recover our payments from anyone liable for an injury covered by this policy. Wls will not enforce our right against the person or organization named in the Schedule„ but this waiver applies ortiy 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. Tt~e premium far this endorsement is shown in the Schedule. Schedule t . ^ 5pedfic Waiver Name of person or organization ® Blanket Waiver Any person or organizatlon for whom the Named Insured has agreed by written contract to famish this waiver. 2. Operations: ALL TE7[AS OPLRATIDN3 3. Premium: $ 314 The premium charge for this endorserr~nt shall be 2 percent of the prenvum developed on payroll in con- nection with work performed for the above person(s) or organizations} arising out of the operaations described. 4. Advance Premium: $ 3I4 BATE OF ISSUE: t]7-ZS-10 J Q,rq~,~, wSURF~ caav