Loading...
HomeMy WebLinkAboutC2010-475a - 10/26/2010 - Approved1 IHS Construction S P E C I A L P R O V I S I C S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R CITY OF CORPUS' CHRISTI - ADA SIDEWALK ..ACCESSIBILITY IMPROVEMENTS ALONG ;_ - STAPLES STREET 'FROM. LOUISIANA AVENUE TO SIX POINTS WATER STREET FROM __COOPERS ALLEY TO IH 37 CSJ #0916 -35 --134 Project #6391 MARTINEZ, GUY AND MAYBIK, INC. 6000 S. STAPLES, SUITE 207 CORPUS CHRISTI, TEXAS 78411 Phone: 361/814 -3070 Fax: 361/991 -7970 FOR DEPARTMENT OF ENGINEERING. SERVICES CITY OF CORPUS CHRISTI; -TEXAS Phone: 301/880 -3500 Fax: 361/880 -3501 IPROJECT NO: #6391 DRAWING NO: RICARDO MAR11NEZ 58265 A :., d d na° 16i21!` #41 t2) 2010 -475a M2010 -264 10/26/10 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIX POINTS AND WATER STREET FROM COOPERS ALLEY TO IH 37 CSJ #0916-35-134 PROJECT #6391 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award. A -5 Items to be Submitted with Proposal A -6. Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A -16 Disposal /Salvage 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) Not Used. A-24 Surety Bonds A 25 Sa1es Tax EaempL�oa NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A 27 Responsibility for DaILage Claims Not Used. A -28 Considerations for Contract Award.and Execution A -29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents r -testy atet I'acilitles apecial Itegs1w$ent6 Not Used. A -36 .Other Submittals (Revised 9/18/00) A -38 Worker's Compensation Coverage Government Entities A -39 Certificate of Occupancy and Final Acceptance A -40 Amendment to Section B -8 -6: Partial Estimates A 41 Ozn,± e Ad risozy Not Used. A-42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A 46 Dispo € H4ghly Eh�laxinated Watcz (7/x/00) Not Used Not Used. for Building or Construction A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Errors and Omissions A -51 Contaminated Soils A -52 Revisions to the Standard Specifications • A -54 Stormwater Pollution Prevention Submittal Transmittal Form Attachment I- Project Sign Drawing Attachment II - City of Corpus Christi Generator's Waste Profile Sheet Not Used. Plan " Not Used. Projects for PART B - GENERAL PROVISIONS PART C - FEDERALLY REQUIRED LANGUAGE REQUIRED CONTRACT PROVISIONS - FEDERAL -AID CONSTRUCTION CONTRACTS PART D - FEDERAL WAGE RATES & REQUIRMENTS PART S - STANDARD SPECIFICATIONS (CITY) Section 022020 Section 022040 Section 026202 Section 026206 Section 026210 Section 026402 Section 026411 Section 026416 Excavation and backfill for utilities and sewers S9 Street Excavation S -10 Hydrostatic Testing of Pressure Systems S89 Ductile Iron Pipe & Fittings S81 PVC Pipe - AWWA C900 & C905 S83 Waterlines S88 Gate Valves for Waterlines 885 Fire Hydrants S86 PART SP - SPECIAL Section SP000-002 Section SP000 -003 Section SP000 -004 Section SP000 -006 Section SP000 -009 Section SP000 -461 Section SP000 -1483 Section SP000 -1493 Section SP000 -1676 Section SP000 -9000 PROVISIONS (TXDOT) Partnering Notice to All Bidders Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity Standard Federal Equal Employment Opportunity Construction Contract Specifications Certification of Nondiscrimination in Employment Disadvantaged Business Enterprise in Federal -Aid Construction Notice of Changes to U.S. Department of Labor. Required Payroll Information Schedule of Liquidated Damages On- the -Job Training Program Important Notice to Contractors r" Section SP000 -9001 Important Notice to Contractors Section SP001 -011 Definition of Terms Section SP003 -033 Award and Execution of Contract Section SP004 -017 Scope of Work Section SP005 -004 Control of the Work Section SP006 -030 Control of Materials Section SP007 -213 Legal Relations and Responsibilities Section SP007 -639 Legal Relations and Responsibilities Section SP008-119 Prosecution and Progress Section SP009- -009 Measurement and Payment Section SP009 -015 Measurement and Payment Section SP100-002 Preparing Right -of -Way Section SP166 -001 Fertilizer Section SP247 -033 Flexible Base Section SP416 -001 Drilled Shaft Foundations Section SP420 -002 Concrete Structures Section SP421 -035 Hydraulic Cement Concrete Section SP440 -002 Reinforcing Steel Section SP441-006 Steel Structures Section SP442 -016 Metal for Structures Section SP447 -002 Structural Bolting Section SP448 -002 Structural Field Welding Section SP464 -003 Reinforced Concrete Pipe Section SP465 -001 Manholes and Inlets Section SP500 -005 Mobilization Section SP502 -033 Barricades, Signs, and Traffic Handling Section SP506 -010 Temporary Erosion, Sedimentation, and Environmental Controls Section SP531 -005 Sidewalks Section SP620 -001 Electrical Conductors Section SP636 -014 Aluminum Signs Section SP643 -001 Sign Identification Decals Section SP682 -001 Vehicle and Pedestrian Signal Heads Section SP685 -014 Roadside Flashing Beacon Assemblies Section SP687 -004 Pedestal Pole Assemblies Section SP6266 -017 Video Imaging Vehicle Detection System Section SP8251 -005 Reflectorized Pavement Markings with Retroreflective Requirements PART T — Items 1 -9 Item 100 Item 104 Item 105 Item 132 Item 160 Item 162 Item 166 Item 168 Item 204 Item 210 Item 216 Item 247 Item 300 Item 301 Item 310 Item 320 Item 334 Item 351 Item 354 Item 400 TECHNICAL SPECIFICATIONS (TXDOT) General Requirements and Covenants Preparing Right of Way Removing Concrete Removing Stabilized Base and Asphalt Pavement Embankment (100), (204), (210), (216), (400) Top Soil Sodding for Erosion Control (166), (168) Fertilizer Vegetative Watering Sprinkling Rolling (100) Proof Rolling (210) Flexible Base (105),(204),(210),(216),(520) Asphalts, Oils and Emulsions Asphalt Antistripping Agents Prime Coat (300) Equipment for Asphalt edncrete Pavement (520) Hot -Mix Cold -Laid Asphalt Concrete Pavement (204),(300),(301), (320),(520) Flexible Pavement Structure Repair (132),(204),(247),(310), (334) Planning and Texturing Pavement Excavation and Backfill for Structures (132),(401),(420),(421) Item 401 Plowable Backf'ill Item 402 Trench Excavation Protection Item 416 Drilled Shaft Foundations (420),(421),(440),(448) Item 420 Concrete Structures (400 ),(421),(427),(438),(440),(448) Item 421 Hydraulic Cement Concrete Item 427 Surface Finishes for Concrete (420) Item 430 Extending Concrete Structures (420),(421),(440) Item 440 Reinforcing Steel Item 441 Steel Structures (420),(442),(445),(447),(448) Item 442 Metal for Structures (441),(445),(447),(448),(449) Item 445 Galvanizing Item 447 Structural Bolting (441) Item 448 Structural Field Welding (440),(441) Item 449 Anchor Bolts (445) Item 464 Reinforced Concrete Pipe (400) Item 465 Manholes and Inlets (400),(420),(421),(440),(471) Item 471 Frames, Grates, Rings. and Covers (445) Item 479 Adjusting Manholes and Inlets (400),(421),(465) Item 496 Removing Old Structures (430) Item 500 Mobilization Item 502 Barricades, Signs and Traffic Handling Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Item 520 Weight and Measuring Equipment Item 529 Concrete Curb, Gutter and Combined Curb and Gutter (420),(421), (440) Item 530 Intersections, Driveways, and Turnouts (247),(334),(421),(440) Item 531 Sidewalks (104),(420),(421),(440),(530) Item 618 Conduit (400),(445) Item 620 Electrical Conductors Item 624 Ground Boxes (421),(440) Item 636 Aluminum Signs (643) Item 643 Sign Identification Decals Item 644 Small Roadside Sign Supports and Assemblies (421),(440),(441), (442), (445), (636), (643), (656) Item 656 Foundations for Traffic Control Devices (400),(416),(420), (421), (440), (441), (445), (447), (449), (618) Item 666 Reflectorized Pavement Markings (677),(678) Item 668 Prefabricated Pavement Markings Item 677 Eliminating Existing Pavement Markings and Markers (300) Item 678 Pavement Surface Preparation for Markings (677) Item 680 Installation of Highway Traffic Signals (636),(656) Item 682 Vehicle and Pedestrian Signal Heads Item 684 Traffic Signal Cable Item 685 Roadside Flashing Beacon Assemblies (441),(442),(445),(449), (656),(687) Item 687 Pedestal Pole Assemblies (445),(449),(656) Item 688 Pedestrian Detectors and Vehicle Loop Detectors (618),(624), (682),(684) Item 690 Maintenance of Traffic Signals (416),(421),(620),(624),(636), ( 656),( 680) ,(682),(684),(685),((687),(688) Item 752 Tree and Brush Removal PART U — SPECIAL SPECIFICATIONS (TXDOT) Section SS1020 Tree Protection in Construction Area Section SS4179 Sidewalk Drain Section SS5522 Retrofit Detectable Warning Surface Section SS6266 Video Imaging Vehicle Detection System Section - 858251 Reflectorized Pavement Markings with Retroreflective Requirements GENERAL NOTES & SPECIFICATION DATA LIST OF DRAWINGS NOTICE AGREEMENT • PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS • NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LOUISIANA AVENUE TO SIX POINTS AND WATER STREET FROM COOPERS ALLEY TO IH 37 (PROJECT #6391) consists of the following Base Bid components: The reconstruction of noncompliant sidewalk, driveways, and curb ramps as well as the construction of new sidewalk and curb ramps along both sides of Staples Street of approximately 0.70 mile and Water Street of approximately 0.74 mile for the aforementioned limits. Other related work shall include replacing existing curb and gutter; constructing bulb -outs at intersections at Water Street only; relocating existing curb inlets and constructing new combination shallow curb and grate inlet structures at Water Street only; constructing flumes underneath sidewalks at Water Street only; adjusting existing water valve and meter boxes; replacing and adjusting traffic signal ground boxes; re- routing traffic signal cable within new conduit underneath sidewalks at Water Street only; pulling new traffic signal and VIVDS Comm cables at Water Street only; installing new pavement markings; and maintaining traffic control devices and SW3P control measures. All work must comply with the Texas Department of Licensing and Regulations (TDLR) requirements All work shall be in accordance with the plans, specifications and contract documents to meet the current requirements /standards of the American, with Disabilities Act Accessibility Guideline (ADAAG) and the Texas Accessibility Standards (TAE). Will be received at the office of the City Secretary until 2 :00 p.m. on Wednesday, August 18, 2010, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 10:00 a.m., Tuesday, Aulu.at 10, 2010 and will be conducted by the City, and will include a discussion covering a preview of the work and address technical questions. The location of the meeting . will be the Department of Engineering Services Main Conference Room, Third Floor, Ciy Hall, 1201 Leopard Street, Corpus Christi, Texas. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a. deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the lowest bid. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa Revised 7/5/00 City Secretary ir r-- NOTICE TO. CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6 . Contractual hisurance 7 Broad Form Property Damage 8 Independent Contractors 9 Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY - -OWNED NON-OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -tern environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and rSupplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 O The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. O The name of the project must be listed under "description of operations" on each certificate of insurance. O For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS -- B NOTICE TO CONTRACTORS -- B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self- insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms-of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register . with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation coverage_ The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1of11 Texas AdmnAstrrative Cole TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 114 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NO ..T . ES RULE . §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms .not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of.a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a workers' compensation coverage agreement (TWCC -8 1, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction—Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401:011(44). (5) Coverage agreement --A written agreement on Lorna. TWCC -81, form TWCC -82, form - TWCC --83, or fork!. TWCC -84, filed with the Texas Workers' Compensation Coxxamission•which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project --- Includes the time froth 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 thatperson contracted directly with the contractor and regardless of whether that person has employees_ This includes but.is not .limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2of11 "Services" includes but is not limited to providing, hauling,, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project — Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed -with the appropriate insurance 'carrier or in the case of a self - insured, with the commission's. Division of Self = Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coveragefor its employees providing services on a project, for the duration .ofthe project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide .a certificate of coverage showing workers'cornpensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior.tothe end .of the coverage period, a new certificate of coverage showi..ng extension.of coverage, if the coverage period shown on the contractor's current certificate ofcoverage ends during the duration ofthe project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery; within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This-notice does not satisfy other posting requirements imposed by the Act or other Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language . coznrnon to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, Without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate ofcoverage to the :contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 - (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage. showing .extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: .(i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage .period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; - (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and contractually require each .other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whore they are providing services. - (e) A person providing services on a project, other than a contractor, shall- (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; - (2) provide. a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or .providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification:codes and payroll amounts, and that all coverage agreements will be.-filed with the.. appropriate .insurance carrier or, in the case: of,a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading infomiation cation may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration .. of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) .a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage-period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by ifidii1 orpersonal delivery, of any change that materially affects the provision of coverage any person providing services on the project and send the notice within ten days after the person ko.evi or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of elaSsification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration. of the project; (8) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; • (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (8)-obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end ofthe coverage period, a new certificate of coverage showing extension of the coverage period, ff the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; . (G) notify the governinental entity in writing by certified mail or personal delivery, vvithin ten days after the person brew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the .certificate of coverage to be provided to the person .for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable: (g) This rule is applicable for building or construction contracts advertised for bid by a • governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. .41•■■ Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(t). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406 >097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7of11 T2$S110.11O(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 f the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512- 440 -3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.110(e)(7) Article Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "certificate') - A copy of a certificate of insurance, a cert cate of authority to se f insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC -83, or TWCC 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on. the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toilets. B_ The contractor shall provide coverage, based on proper reporting of clasVication codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.•011(44) for all employees of the contractor providing services on the project, for the duration of the project. C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 r- F 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 certified mail or personal delivery; within .10 days •after the contractor knew orshould have known, of any change that materially affects the provision of coverage .of any person providing services on the project. 11 The contractor shall post on each project site a notice; . in the text, form and manner prescribed by the Texas Workers' Comperisation Commission,: •informing all persons providing services on the project that they are required to be covered andstating how a person may verb coverage and report lack of coverage. I. The .contr. actor shall contractually require. each person withwhom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of class flcation codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the. project, a certificate of coverage showing that coverage is beingprovidedfor all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end ofthe coverage periocX a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration ofthe project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning Work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period if the. coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain-all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notes the governmental entity in writing by.certifed mail•or personal delivery, within 10 days after the person knew or should have known; of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom• it Contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. • T: 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 a carrier or, in the case of a self - insured, with the commission's Division of Self- Page10of11 Insurance Regulation_ Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breachfrom the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS A--1 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LOUISIANA AVENUE TO SIX POINTS WATER STREET FROM COOPERS ALLEY TO IH 37 PROJECT No. 6391 SECTION A - SPECIAL PROVISIONS Time and Place of Receiving Proposals /Pre --Bid Meeting Sealed proposals will be received in conformity advertisement inviting bids for the project. Proposals the office of the City Secretary, located on the first 1201 Leopard Street, until 2:00 p.m., Wednesday, August mailed should be addressed in the following manner: • with the official will be received in floor of City Hall, 18, 2010 . Proposals City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LOUISIANA AVENUE TO SIX POINTS AND WATER STREET FROM COOPERS ALLEY TO IH 37(PROJECT NO.6391) Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and non - responsive. Late proposals will be returned unopened to the proposer. The proposer is soley responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non - responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Tuesday, August 10, 2010, beginning at 10:00 AM. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX and will include a. discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A -3 Description of Project The Project consists of the following-Base Bid components: The reconstruction of noncompliant sidewalk, driveways, and curb ramps as well as the construction of new sidewalk and curb ramps along both sides of Staples Street of approximately 0.70 mile and Water Street of approximately 0.74 mile for the aforementioned limits. Other related work shall include replacing existing curb and gutter; constructing bulb-outs at intersections at Water Street only; relocating existing curb inlets and constructing new combination Section A -- SP (Revised 12/15/04) Page 1 of 27 shallow curb and grate inlet structures at Water Street only; constructing flumes underneath sidewalks at Water Street only; adjusting existing water valve and meter boxes; replacing and adjusting traffic signal ground boxes; re- routing traffic signal cable within new conduit underneath sidewalks at Water Street only; pulling new traffic signal and VIVDS Comm cables at Water Street only; installing new pavement markings; and maintaining traffic control devices and SW3P control measures. All work must comply with the Texas Department of Licensing and Regulations (TDLR) requirements All work shall be in accordance with the plans, specifications and contract documents to meet the current requirements /standards of the American with Disabilities Act Accessibility Guideline (ADAAG) and the Texas Accessibility Standards (TAS) . A-4 Method of Award The bids will be evaluated based on the Total Base Bid subject to availability of funds. The City reserves the right to reject any or all bids, to waive irregularities and to accept the lowest bid. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES FROM LOUISIANA AVENUE TO SIX POINTS AND WATER STREET FROM COOPERS ALLEY TO IH 37 (Project No. 6139)as identified in the Proposal. (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 225 working days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. 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, $800 per working day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and Section A - SP (Revised 12/15/04) Page 2 of 27 f replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and.paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non- responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for heavy. construction. In case of conflict, Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The •Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and Section A - SP (Revised 12/15/04) Page 3 of 27 Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1M) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess 1 -800- 344 -8377, the Lone Star Notification Company at 1- 800 -669 -8344, and the Verizon Dig Alert at 1 -800- 483 -6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826 -3500 Jamie Pyle, RPLS, PE Project Engineer 826 -3502 Consultant: Ricardo Martinez, PE MARTINEZ, Guy & MAYBIK, INC. 6000 S. Staples, Suite 207 Corpus Christi, Texas 78413 Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 814 -3070 991 -7970 (fax) 826 -3540 882 -1911 826 -1880 826 -1818 885 -6900 826 -1881 826 -3461 826 -1970 299 -4833 881 -2511 (826 -3140 after hours) (826 -3140 after hours) 826- 6900after hours) (826 -3140 after hours) (693 -9444 after hours) (1- 800- 824- 4424,after hours) 857 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 - 753 -4355 857 -1960 (857 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888 - 204 -1679) (Pager 850 -2981) (Mobile) A -12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built -drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor s sole and complete responsibility to locate such underground Section A - SP (Revised 12/15/04) Page 4 of 27 A -12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. (However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public_ The Contractor will be required to schedule his operations and coordinate with property owners so as to cause minimum adverse impact on the accessibility of all operating businesses and occupied residences. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. Contractor shall inform property owners of proposed construction in front of their respective properties at least 48 hours prior to start of construction at said properties. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary to the bid item for as per the bid Barricades, Signs, and Traffic Handling 'I'.caf-fs proposal form. • Section A - SP (Revised 12/15/04) Page 5 of 27 A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the. Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the various bid items identified in the proposal form for removal. "S tree ation ", the efore, 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 The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone -(with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on working days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. Section A - SP (Revised 12/15/04) Page 6 of 27 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. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The working time for completion of the Project will be in working days. A -19 Construction Protect Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City 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 or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings_ The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Section A - SP (Revised 12/15/04) Page 7 of 27 Following is the minimum schedule of documentation required: Streets: 0 0 0 Wastewater. 0 0 0 Water: 0 0 0 Stormwater: All curb returns at point of tangency /point of circumference Curb and gutter flow line bth sidhs of at erations at lace soles, pencil r r r All top of valves box; Valves vaults rim; Casing elevations (top of pipe and flow line) (TXDOT and RR permits). o All rim /invert elevations at manholes; o All intersecting lines in manholes; o Casing elevations (top of pipe and flow line) (TXDOT and RR permits). A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must furnish and install 2 Project signs per location as indicated on the following drawings: Attachment I of Section A - Special Provisions_ 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. Section A - SP (Revised 12/15/04) Page 8 of 27 A--22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) • IC Ci Ly C LAS -L LhaL uedliluluul lJ1Jr+ v1.LuULLLy • r • VV. l..tanel ! a any anrt item Leretc. a1 nccoruance lle21n1 L1oi1s Zrs- svae+at b ±r tii fIJ . .tL��cLiLu .. Q 1..0 5a. ere as aftrfi0l]L1t?S. V SeCL1Gl1� W'alte'r erre aLsu • 11fic iLy pJersof3(��Lfla�L (a 01 a So i.e prop rletor61L1p 1SJ7. il0 iterE71 15e, p115� • y g 1115111 @SS as a pal tnerslsi y east :Jl . 0 o ai the assets t5 la Section A - SP (Revised 12/15/04) • Page 9 of 27 • + r r VQ1J Section A - SP (Revised 12/15/04) Page 10 of 27 f 5. Disadvantage Business Enterprise in Federal -Aid Construction This Project is federally funded and requires that Contractor comply with Special Provision 000 -461. A -23 Inspection Required (NOT USED) (Revised 7/5/00) Th — eontretC•tor- --S3ra11 ildiLn Inspe,.ti� .s—by—the A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified . by the United States Secretary of the Treasury and that meets all Section A - SP (Revised 12/15 /04) Page 11 of 27 the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued. A -25 Sales Tax Exemption (NOT USED) �2 Co 5 Lo Separate ne s-i1: ... A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3_ Number of days advance notice: 30 Section A - SP (Revised 12 /15/04) Page 12 of 27 1 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract_ For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B --6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) } CI • 0 A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun Section A - SP (Revised 12/15/04) Page 13 of 27 within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials .supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5j years recent experience in similar work and be subordinate to the superintendent_ Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. Section A - SP (Revised 12/15/04) Page 14 of 27 A--30 Amended "Consideration of Contract" Requirements _ Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to. the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; Section A - SP (Revised 12/15/04) Page 15 of 27 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A- 35--K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Section A - SP (Revised 12/15/04) Page 16 of 27 Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements (PLOT USED) e y OJaCel vepartanear. .,Ltn. L.ru�i or nee Section A - SP (Revised 12/15/04) Page 17 of 27 • • • • • • as detekicrilted by laeeting the qua lifi.catio wvi 111c111at ,, 1)a 1J lIi7 1mite o, aod1l.icatioft5, adLliLiens, p.cog ra1L1irr11y , 4 UJLl'LLiL111,J, 1 ug91ngr 1y, y A 111,0 11 4 ■ picp 114 1C iie 15 regu� ly allgagea in tae computer Lrase a maultociag ana 1-.Vi11Vl JyJLC1ll Lssiness, pre felaLly as app 1ied Lv trla aLer industry. a11LL1. Urn 1 et�LLLL e i1a 111 Llil 11L1 ati.L V1C r t • een activaly engaged are the type of work specifie ea ea.1i toi. at ].east 5 years . Section A - SP (Revised 12/15/04) Page 18 of 27 4 Cju A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b, Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. Section A - SP (Revised 12/15/04) Page 19 of 27 d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of •information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, through Contractor, any inability to comply with provisions. 2,. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" (NOT USED) e ' e� q Tremea 5 Yv2 MU 1 lrin ollowing. Section A - SP (Revised 12/15/04) Page 20 of 27 A -38 Worker's Compensation Coverage for Building or Construction Protects for Government Entities The requirements of "Notice to Contractors 'EP" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance The issuance of a certificate of occupancy for improvements does not con- stitute final acceptance of the improvements under General Provision 3-8-9. A -40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory (NOT USED) A -42 OSHA Rules & Regulations It is the responsibility, of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" 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, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any wor °k 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 12/15/04) Page 21 of 27 The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, . and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub- contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As -Built Dimensions and Drawings (7 /5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. • Section A - SP (Revised 12/15/04) Page 22 of 27 A -46 Disposal of Highly Chlorinated water (7/5/00) (NOT USED) • A -47 Pre - Construction Exploratory Excavations (7/5/00) (NOT USED) ontractor shall then prepare a rep rel:"="t7— A -48 Overhead Electrical Wires (7/5/00) exploratory exGa ral.1,71s. 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 Section A - SP (Revised 12/15/04) Page 23 of 27 operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP &L and inform CP &L of his construction schedule with regard to said overhead lines. .Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Dewaterinq and Disposal of Groundwater This item shall be considered subsidiary to appropriate bid item 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 intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream (Corpus Christi Bay)_ Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. The Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by the Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer system 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. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857 -1.817 to obtain a "no cost" permit from the Wastewater Department. The City will pay for any water quality testing or Section A - SP (Revised 12/15/04) Page 24 of 27 • 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 wter level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A -51 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before the work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor discovered by reasonable diligence on the part of Contractor. It is the intent of this Contract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. A -52 Contaminated Soil If, during the construction, an area is suspected of a high level of contamination, then the City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse to this material, the Contractor shall follow the following procedures: 1. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench_ All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the construction drawings. 2. On -Site Stockpiles: Excess material from excavation, whether non- contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run -on, runoff, and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. 3. Disposal of Excess Non - Contaminated Soil: The balance of any non - contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. Section A - SP (Revised 12/15/04) Page 25 of 27 4. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector. Excess contaminated soil will be transported by the Contractor to the Cefe F. Valenzula Landfill following the City guidelines on special waste handling. 5. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. A -53 Stormwater Pollution Prevention Plan This Project falls under the category of Small Construction Activities" and will, therefore, not be required to have a Notice of Intent submitted as per Part II.D.2 of the TPDES General Permit TXR150000. Contractor will be required to complete a Construction Site Notice and provide original copies to the City at least two days prior to commencement of any construction activities. Contractor shall post a signed copy of the Construction Site Notice at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities, prior to commencing construction activities, and maintain the Notice in that location until completion of the construction activity. Contractor shall adhere to the requirements of the Storm Water Pollution Prevent Plans as per the drawings and specifications contained in the Construction Documents. Due to the amount of ground area that will be disturbed is less than 5 acres, a filing of a Notice of Intent (NOI) will not be required. A -54 Amended Prosecutin and Progress Under "General Provisions and Requirements for Municipal Construction Contracts ", B -7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/ remobilization costs. Such costs shall be addressed through a change order to the Contractor." Section A - SP (Revised 12/15/04) . Page 26 of 27 SUBMITTAL TRANSMITTAL FORM PROJECT: CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LOUISIANA AVENUE TO SIX POINTS AND WATER STREET FROM COOPERS ALLEY TO Iii 37 (PROJECT NO. 6391) OWNER: CITY OF CORPUS CHRISTI ENGINEER: MARTINEZ, GUY & MAYBXK, XNC_ CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Seotjon A - SP (Revised 12/15/04) Page 27 of 27 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 26TH day of OCTOBER, 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 IHS Construction, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,998,388.70 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: ADA Sidewalk Accessibility Improvements Along Staples Street From Louisiana Avenue to Six Points and Water St. from Coopers Alley to IH -37 PROJECT NO.6391 (TOTAL BASE BID: $1,998,388.70) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Jun -2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -11 and Special Provision A -26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 225 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown T above. 7 Page 2 of 3 Rev. Jun -2010 r I ATTEST: City Secretary APPROVED AS TO LEGAL By: Asst. City Attorney (Note: If Person signing for corporation is not President, attach copy of authorization to sign) V14 EL420,... AUTHORIZER NY CO!J C!L .... 10 SECRETARY CITY OF CORPUS CHR By: /. Juan Perales, J4'. , P . E . Assistant City Manager Engineering /Development Services Pete Anaya, P.E. Director of Engineering Services CONTRACTOR By: .Ls` tam 14. S'45�k tri Title: P.O.BOX 8354 (Address) CORPUS CHRISTI, TX 78468 (City) (State)(ZIP) 361/853 -7700 * 361/853 -3098 (Phone) (Fax) Page 3 of 3 Rev. Jun-2010 1 P R O P O S A L F O R M F O R CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LOUISIANA AVENUE TO SIX POINTS AND WATER STREET FROM COOPERS ALLEY TO IH 37 PROJECT NO. 6391 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM Page 1 of 20 ADDENDUM NO, 1 ATTACHMENT NO. 1 PAGE 1 OF 20 1 1 Proposal of S P R O P O S A L Place: c,oA...pe citicr o-, -7-001) Date: AcJC-t,r a ao,' / /V C- a Corporation organized and existing under the laws of the State of OR a Partnership or Individual done- usiness 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: CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LOUISIANA AVENUE TO SIX POINTS AND WATER STREET FROM COOPERS ALLEY TO IH 37 (PROJECT NO. 6139) at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 2 OF 20 x BID ID NO. 11 ITEM NO. Al 104 APPROX. QTY & UNIT 4366 SY ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET C8J #0916 - 35_134 CITY PROJECT # 6391 EASE BID - PART A WATER STREET FROM COOPERS ALLEY TO IH 37 IV DESCRIPTION REMOVING CONC(SDWLK), COMPLETE IN, PER SY v UNIT PRICE IN FIGURES r vx BID ITEM EXTENSION (QTY X UNIT PRICE IN Fromm) A2 104 1467 SY REMOVING CONC(DRVWY), COMPLETE IN PLACE, PER SY A3 104 4349 LF A4 A5 400 REMOVING CONC(CURS & GUTTER), COMPLETE IN PLACE, PER LF NOT USED 1238 SY CUT, REMOVE, & RESTORE FLEX PAVEMENT (12 IN), COMPLETE IN PLACE, PER SY A6 416 1 EA MANHOLE (COMPL) (PRECAST CONC), COMPLETE IN PLACE, PER EA A7 420 866 LF CL A CONC (FLUME), COMPLETE IN PLACE, PER LF AS 427 1604 LF EPDXY PAINT FINISH, CURB (RED) (NO PARKING ZONE), COMPLETE IN PLACE, PER LF A9 427 323 LF EPDXY PAINT FINISH, CURB (YELLOW) (BUS & LOADING ZONES), COMPLETE IN PLACE, PER LF A10 T 1 430 1 EA CLASS C CONC FOR EXT STR (CONVERT INLET TO JUNC SOX), COMPLETE IN PLACE, PER EA PROPOSAL FORM Page 3 of 20 ADDENDUM NO. 1 ATTACHMENT NO. 1 PACE 3 ()R 20 1 BID ID NO. All II III Luwx Ur cURPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CSJ #0916 35 »134 CITY PROJECT # 6391 BASE BID -- PART A WATER STREET FROM COOPERS ALLEY TO IH 37 Iv v q M fNAr w( VI ITEM NO. APPROX. QTY & UNIT DESCRIPTION UNXT PRICE IN FIGURES 465 37 EA INLET(COMPL)(SHALLOW)(COMB CURB & GRATE), COMPLETE IN PLACE, PER EA BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) Alt NOT USED Ala 479 9 EA ADJ MANHOLES, COMPLETE IN PLACE, PER EA A14 A15. 479 31 EA ADJ INLETS, COMPLETE IN PLACE, PER EA 479 48 EA ADO' MANH (WATER METERS, VALVES, CLEANOUTS) COMPLETE IN PLACE, PER EA A16 479 3 . EA ADJ MANHS (VALVE VAULT FLDC), COMPLETE IN PLACE, PER EA Al7 496 1 EA REMOVING STRUCTURE (INLET), COMPLETE IN PLACE, PER EA A18 500 1 LS MOBILIZATION, COMPLETE IN PLACE, PER LS Al9 502 10 MO BARRICADES, SIGNS, AND TRAFFIC HANDLING, COMPLETE IN PLACE, PER MO A20 506 522 LF SANDBAGS FOR EROSION CONTROL (12 IN), COMPLETE IN PLACE, PER LF A21 529 4592 LF CONC CURB & GUTTER (7 -1/2 IN NOM) (REINF), COMPLETE IN PLACE, PER LF PROPOSAL FORM Page 4 of 20 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 4 OF 20 ...+.ice yr C:Ui[2'U:i UMX1Wll ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CSJ #0916 -,3 5 134 CITY PROJECT # 6391 BASE BID - PART A WATER STREET FROM COOPERS ALLEY TO IH 37 PROPOSAL FORM Page 5 of 20 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 5 OF 20 II III IV V VI $ID TD NO. ITEM ND. APPROX. QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTXRSION - (QTY X UNIT PRICE IN FIGURES) . A22 529 541 LF CONCRETE CURB (TY A) (HEADER CURB), COMPLETE IN PLACE, PER LF $ A23 530 1167 SY DRIVEWAYS (CONC) (6 IN) (REINF) , COMPLETE IN PLACE, PER SY $_ A24 531 4234 SY CONCRETE SIDEWALK (5 IN) (REINF), COMPLETE IN PLACE, PER SY $, A25 531 547 SY CONCRETE SIDEWALK (WHEELCHAIR RAMPS)(REINF), COMPLETE IN PLACE, PER SY $ A26 618 720 LF CONDUIT (PVC) (SCH 40) 4 IN, COMPLETE IN PLACE, PER LF $ A27 644 47 EA INSTALL SMALL ROAD SIGN SUPPORT & ASSEMBLY, COMPLETE IN PLACE, PER EA $ A28 644 7 EA RELOCATE SMALL ROAD SIGN SUPPORT & ASSEMBLY (CUSTOM SIGNS), COMPLETE IN PLACE, PER EA $ A29 644 11 EA RELOCATE SMALL ROAD SIGN SUPPORT & ASSEMBLY (BUS STOP SIGNS), COMPLETE IN PLACE, PER EA $ A30 666 164 LF PAV MRK TY II (W) (4 IN) (SLD) (PARKING STRIPE), COMPLETE IN PLACE, PER LF $ A31 668 606 LF PREFAB PAV MRK TY A (W)(12 IN) (SLID) (CROSSWALK & HATCHING), COMPLETE IN PLACE, PER LF $ PROPOSAL FORM Page 5 of 20 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 5 OF 20 ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CSJ #0916 -35 -134 CITY PROJECT # 6391 BASE BID - PART A WATER STREET FROM COOPERS ALLEY TO IN 37 6 ppi P, i 1 .� -- II -- III — IV _. -.. _, - - - -- V — -- VI BXD ID NO. ITEd NO. APPROX. QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITE.1 EXTENSION (QTY X UNIT PRICE IN FIGURES) A32 668 196 LF PREFAB PAV MRK TY A (W) (24 IN) (SLD) (CROSSWALK & STOP LINE), COMPLETE IN PLACE, PER LF $ A33 668 14 EA PREFAB PAV MRK TY A (W) (18 IN) (YLD TRI), COMPLETE IN PLACE, PER EA $ A34 677 106 LF ELIM EXT PAV MRK & MRKS (12 IN), COMPLETE IN PLACE, PER LF $ A35 677 112 LF ELIM EXT PAV MRK & MRKS (24 IN), COMPLETE IN PLACE, PER LF $ A36 678 680 LF PAV SURF PREP FOR MRK (4 IN), COMPLETE IN PLACE, PER LF $ A37 678 606 LF PAV SURF PREP FOR MRK (12 IN), COMPLETE IN PLACE, PER LF $ A38 678 196 LF PAV SURF PREP FOR MRK (24 IN), COMPLETE IN PLACE, PER LF 1 $ A39 678 14 EA PAV SURF PREP FOR MRK (18 IN YLID TRI), COMPLETE IN PLACE, PER LF $ A40 682 4 EA PED SIG SEC (12 IN) LED (2 IN- DICATIONS) W/ BACK PLATE,COMPLETE IN PLACE, PER LF $ A41 684 3600 LF TRAFFIC SIGNAL CBL (TY A) (14 AWG) (16 CONDR), COMPLETE IN PLACE, PER LF $ PROPOSAL FORM Page 6 of 20 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 6 OF 20 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CSJ #0916 -3S -134 CITY PROJECT # 6391 BASE BID - PART A WATER STREET FROM COOPERS ALLEY TO IX 37 I II III IV v ' r VI BID ID NO. ITEM NO. APPROX. QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES _ -- - -- BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) A42 685 2 EA INSTALL RDSD FLASH BEACON ASSM (SOLAR PWRD), COMPLETE IN PLACE, PER EA $ A43 ' 690 21 EA REPLACE TRAFFIC SIGNAL GROUND BOX, COMPLETE IN PLACE, PER EA $. A.44 690 12 EA ADJ. TRAFFIC SIGNAL GROUND BOX, COMPLETE IN PLACE, PER EA $ A45 690 40 EA INSTALL PRD PUSH BUTTONS, COMPLETE IN PLACE, PER. EA $ A46 690 40 EA INSTALL PED CROSSING DIRECTIONAL PLAQUE, COMPLETE IN PLACE, PER EA $ A47 690 19 EA REPLACE PED PUSH BUTTONS, COMPLETE IN PLACE, PER EA $ A48 690 13 EA ADJ EXISTING PED PUSH BUTTONS, COMPLETE IN PLACE, PER EA $ A49 1020 1314 LF HEDGE PROTECTION, COMPLETE IN PLACE, PER LF $ A50 1020 . 42 EA TREE PROTECTION, COMPLETE IN PLACE, PER EA $ A51 4179 50 LF SIDEWALK DRAIN W/ STEEL COVER, COMPLETE IN PLACE, PER LF $ PROPOSAL FORM Page 7 of 20 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 7 OF 20 r CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CSJ #0916 -35 -134 CITY PROJECT # 6391 WATER STREET FROM D - PART A. COOPERS AK+LEY TO IH 37 Ckfe J fliA hh VIVDS COMM CABLE (COAXIAL), COMPLETE IN PLACE, PER LF RE PM W/ RET REQ TY II (W) 4 IN) (SLD)(CHANNELIZATION),COMPLETE IN PLACE, PER LF ELECTRICAL CONDR (NO. 8) BARE, COMPLETE IN PLACE, PER LF BASE BID PART A - ADA SIDEWALI{ ACCESSIBILITY ALONG WATER STREET FROM COOPERS ALLEY TO IR37EMENTS (INCLUDES BASE BID ITEMS Al THROUGH A54): PROPOSAL FORM Page 8 of 20 S • CITY' OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CSJ #0916 -35 -134 CITY PROJECT # 6391 BASE BID - STAPLES STREET FROM LOUxSIANAT B AVE TO SIX POINT, U"g #11Touty'+ r 7 REMOVING CONC(SDWLI(), COMPLETE IN PLACE, PER 8Y REMOVING CONC (CURE & GUTTER), COMPLETE IN PLACE, PER LF BLOCK SODDING FOR EROSION CONTROL, COMPLETE IN PLACE, PER SY CUT, REMOVE, & RESTORE FLEX PAVEMENT (12 IN), COMPLETE IN PLACE, PER Sy CLASS C CONC FOR EXT STR (CONVERT INLET TO JUNC BOX) COMPLETE IN PLACE, PER EA RC PIPE (CL III) (18 IN) (PRECAST) COMPLETE IN PLACE, PER LF INLET (COMPL) (CURB) (8 FT), COMPLETE IN PLACE, PER EA PROPOSAL FORM Page 9 of 20 ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CSJ #O9I6 -.35 -134 CITY PROJECT # 6391 STAPLES STREET FROM LOUISIANA AVE TO - - SIX F02NTS S _ r Mt 0l /F //Lg ry r''r ADJ MA S)WATER METERS, VALVES, LACE, PER EA REMOVING STRUCTURE (INLET), COMPLETE IN PLACE, PER EA BARRICADES, SIGNS, AND TRAFFIC HANDLING, COMPLETE IN PLACE, PER MO SANDBAGS FOR EROSION CONTROL(12 "), COMPLETE IN PLACE, PER LF CONC CURB & GUTTER (6 IN NOM) REINF), COMPLETE IN PLACE, PER LF CONCRETE CURB (TY A)(HEADER CURB), COMPLETE IN PLACE, PER LF PROPOSAL FORK! Page 10 of 20 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CSJ #0916 -35 -131 CITY PROJECT # 6391. STAPLES STREET FROM LOUISIANA AVE TO SIX POINTS min, 0AI CONC SIDEWALK (WHEELCHAIR RAMP), COMPLETE IN PLACE, PER SY CONDUIT (PVC) (SCHD 40 )(4 IN), COMPLETE IN PLACE, PER LF INSTALL SMALL ROAD SIGN SUPPORT & ASSEMBLY, COMPLETE IN PLACE, PER EA RELOC SMALL ROAD SIGN SUPPORT & ASSEMBLY (CUST SIGNS), COMPLETE IN PLACE, PER EA RELOC SMALL ROAD SIGN SUPPORT & ASSEMBLY (BUS STOP SIGNS), COMPLETE IN PLACE, PER EA PREFAB PAV MRK TY A (W) (12 IN). (SLD }(CROSSWALK & HATCHING) COMPLETE IN PLACE, PER LF PREFAB PAV MRK TY A (W) (24 IN) (SLD) (CROSSWALK & STOP LINE ), COMPLETE IN PLACE, PER LF PREFAB PAV MRK TY A (W) (SLD) (18 IN YLD TRI), COMPLETE IN PLACE, PER EA ELIM EXT PAV MRK & MRKS(12 IN), COMPLETE IN PLACE, PER LF ELIM EXT PAV MRK & MRKS(24 IN), COMPLETE IN PLACE, PER LE PROPOSAL FORM Page 11 of 20 ADDENDUM NO. I ATTACHMENT NO. 1 PAGE 11 OF 20 • vva.avn, 44141i/0-Ai ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CSJ #0916 -35 -134 CITY PROJECT # 6391 BASE BID - PART B STAPLES STREET FROM LOUISIANA AVE TO SIX POINTS I II III IV V UNIT PRICE IN FIGURES VI BID ID NO. ITEM NO. APPROX. QTY & UNIT DESCRIPTION BID ITEM EXTENSIQN (QTY x vNIT PRICE IN FIGURES) B31 .678 2566 LF PAV SURF PREP FOR MRK (12 IN), COMPLETE IN PLACE, PER LF $ B32 678 4749 LF PAV SURF PREP FOR MRK {24 IN), COMPLETE IN PLACE, PER LF $ B33 678 14 EA PAV SURF PREP FOR MRK (18 IN YLD TRI), COMPLETE IN PLACE, PER LF $ 834 682 3 EA PED SIG SEC (12 IN) LED (2 INDICATIONS) W /BACK PLATE, COMPLETE IN PLACE, PER EA B35 684 60 LF TRAFFIC SIGNAL C8L (TY A)(14 AWG), COMPLETE IN PLACE, PER EA $ B36 685 2 EA INSTALL RDSD FLASH BEACON ASSN (SOLAR PWRD), COMPLETE IN PLACE, PER EA $ B37 687 1 EA PED POLE ASSEMBLY, COMPLETE IN PLACE, PER EA $ B38 688 4 EA RELOCATE PED DETECT (2 IN PUSH BTN ), COMPLETE IN PLACE, PER EA $ 839 690 1 EA RELOCATE PED POLE ASSEMBLY, COMPLETE IN PLACE, PER EA $ 840 690 2 EA REPLACE TRAFFIC SIGNAL GROUND BOX, COMPLETE IN PLACE, PER EA B41 690 3 EA ADJUST TRAFFIC SIGNAL GROUND BOX, COMPLETE IN PLACE, PER EA $ r 1 PROPOSAL FORM Page 12 of 20 ADDENDUM NO. 1 ATTACHMENT NO.1 PAGE 12 OF 20 7f \..s 1 i yr wz.rio L'riKlr� -1 "t ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ' WATER STREET /STAPLES STREET CSJ #0916 -35 -134 CITY PROJECT # 6391 BASE BID - PART B STAPLES STREET FROM LOUISIANA AVE TO SIX POINTS I II III APPROX. QTY. & UNIT IV DESCRIPTION v UNIT PRICE IN FIGURES VT BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) 1 SID ID NO. ITEM NO. B42 752 25 EA TREE REMOVAL 4 " -12 ", COMPLETE IN PLACE, PER EA B43 752 2 EA TREE REMOVAL 18 " -24 ", COMPLETE IN PLACE, PER EA $ t44 752 1 EA TREE REMOVAL 42 " -48 ", COMPLETE IN PLACE, PER EA $ B45 1020 228 LF HEDGE PROTECTION, COMPLETE IN PLACE, PER LF $ B46 1020 10 EA . TREE PROTECTION, COMPLETE IN PLACE, PER EA $ B47 4179 5 LF SIDEWALK DRAIN W/ STEEL COVER, COMPLETE IN PLACE, PER LF $ B4 8 r 5522 270 SF RETROFIT DET WARN SURF (SURF APPLIED), COMPLETE IN PLACE, PER SF $ B49 8251 60 LF RE PM W/ RET REQ TY II (W)(4 IN) (SLD) (CHANNELIZATION), COMPLETE IN PLACE, PER LF $ B50 r 26416 2 EA RELOCATE FIRE HYDRANT, INCLUDING ASSEMBLY & EXTENSIONS, COMPLETE IN PLACE, PER EA $ B51 620 40 LE ELECTRICAL CONDR (NO. 8) BARE, COMPLETE IN PLACE, PER LF $ BASE BID PART B - ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LOUISIANA AVE TO SIX POINTS (INCLUDES BASE BID ITEMS Si THROUGH B.51): PROPOSAL FORM Page 13 of 20 ADDENDUM NO. 1 A'1TACERMENT NO, 1 PAGE 13 OF 20 Quote To: Phone: Fax: BID PROPOSAL I H S CONSTRUCTION, INC. P. 0. Box 8354 Corpus Christi, Texas 78468 Contact: Ismael H. Salazar Phone: (361)853 -7700 Fax: (361)853 -3098 City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 (361)880 -3500 (361)880 -3501 ATTN: City Secretary Job Name: Bid Date / Time: Addendum.s: ADA Sidewalk Accessibility lmproveinei Staples St. from Louisiana Ave. to Six Points; Water St. from Coopers Alley to 1H 37 Project No. 6139 8/18/10 @ 2:00 pm No. 1 8/13/10; ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT BASE BID - PART A WATER ST. FROM COOPERS ALLEY TO 10 REMOVING CONC (SDWLK) 4,366.00 SY 13.47 58,810.02 20 REMOVING CONC (DRVWY) 1,467.00 SY 17.48 25,643.16 30 REMOVING CONC (CURB & GUTTER) 4,349.00 LF 5.56 24,180.44 40 NOT USED 50 CUT, REMOVE, & RESTORE FLEX PAVEMENT (12 ") 1,238.00 SY 56.00 69,328.00 60 MANHOLE (COMPL)(PRECAST CONC) 1.00 EA 2,865.98 2,865.98 70 CL A CONC (FLUME) 866.00 LF 225.00 194,850.00 80 EPDXY PAINT FINISH CURB (RED)(NO PARKING ZONE) 1,604.00 LF 4.70 7,538.80 90 EPDXY PAINT FINISH CURB (YELLOW)(BUS & LOADING ZON 323.00 LF 4.70 ],518.10 100 CLASS C CONC FOR EXT STR (CONVERT INLETS TO JUNG B 1.00 EA 1,807.89 1,807.89 110 INLET (COMPL)(SHALLOW)(COMB CURB & GRATE) 37.00 EA 1,909.61 70,655.57 120 NOT USED 130 ADJ MANHOLES 9.00 EA 799.91 7,199.19 140 ADJ INLETS 31.00 EA 2,141.61 66,389.91 150 ADJ MANH (WATER METERS, VALVES, CLEANOUTS) 48.00 EA 438.40 21,043.20 160 ADJ MANHS (VALVE VAULT FLDC) 3.00 EA 4,282.89 12,848.67 170 REMOVING STRUCTURE (INLET) 1.00 EA 906.78 906.78 180 MOBILIZATION 1.00 LS 77,000.00 77,000.00 190 BARRICADES, SIGNS AND TRAFFIC HANDLING 10.00 MO 2,500.00 25,000.00 200 SANDBAGS FOR EROSION CONTROL (12 IN) 522.00 LF 5.53 2,886.66 Page 1 of 5 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 210 CONC CURB & GUTTER (7-1/2 IN NOM)(REINF) 4,592.00 LF 15.43 70,854.56 220 CONCRETE CURB (TY A)(HEADER CURB) 541.00 LF 28.96 15,667.36 230 DRIVEWAYS (CONC)(6 IN)(REINF) 1,167.00 SY 56.00 65,352.00 240 CONCRETE SIDEWALK (5 IN)(RE1NF) 4,234.00 SY 37.55 158,986.70 250 CONCRETE SIDEWALK (WHEELCHAIR RAMPS)(REINF) 547.00 SY 127.65 69,824.55 260 CONDUIT (PVC)(SCH 40) 4 IN 720.00 LF 24.00 17.280.00 270 INSTALL SMALL ROAD SIGN SUPPORT & ASSEMBLY 47.00 EA 425.00 19,975.00 280 RELOCATE SMALL ROAD SIGN SUPPORT & ASSEMBLY (CUSTO 7 .00 EA 425.00 2,975.00 290 RELOCATE SMALL ROAD SIGN SUPPORT & ASSEMBLY (BUS S 11.00 EA 425.00 4,675.00 300 PAV MRK TY 11 (W)(4 IN)(SL.D)(PARKING STRIPE) 164.00 LF 1.81 296.84 310 PREFAB PAV MRK TY A (W)(12 1N)(SLD) (CROSSWALK & HA 606.00 LF 6.58 3,987.48 320 PREFAB PAV MRK TY A (W)(24 IN)(SLD) (CROSSWALK & ST 196.00 LF 12.08 2,367.68 330 PREFAB PAV MRK TY A (12 IN)(18 IN)(YLD TRI) 14.00 EA 42.95 601.30 340 ELIM EXT PAV MRK & MRKS (12 IN) 106.00 LF 1.95 206.70 350 ELIM EXT PAV MRK & M.RKS (241N) 112.00 LF 3.36 376.32 360 PAV SURF PREP FOR MRK (4 IN) 680,00 LF 0.67 455.60 370 PAV SURF PREP FOR MRK (12 IN) 606.00 LF 1.34 812.04 380 PAV SURF PREP FOR MRK (24 IN) 196.00 LF 2.01 393.96 390 PAV SURF PREP FOR MRK (18 IN Y.LD TRl) 14.00 EA 26.85 375.90 400 PED SIG SEC (12 IN)(LED (2 INDICATIONS) W /BACK ALA 4.00 EA 525.00 2.100.00 410 TRAFFIC SIGNAL CBL (TY A)(14 AWG)(16 CON DR) 3,600.00 LF 4.10 14,760.00 420 INSTALL RDSD FLASH BEACON ASSM (SOLAR PWRD) 2.00 EA 7,975.00 15,950.00 430 REPLACE TRAFFIC SIGNAL GROUND BOX 21.00 EA 715.00 15,015.00 440 ADJ TRAFFIC SIGNAL GROUND BOX 12.00 EA 330.00 3,960.00 450 INSTALL PED PUSH BUTTONS 40.00 EA 381.00 15,240.00 460 INSTALL PED CROSSING .DIRECTIONAL PLAQUE 40.00 EA 106.00 4,240.00 470 REPLACE PED PUSH BUTTONS 19,00 EA 381,00 7,239.00 480 ADJ EXISTING PED PUSH BUTTONS 13.00 EA 165.00 2,145.00 490 HEDGE PROTECTION 1,314.00 LF 5.35 7,029.90 500 TREE PROTECTION 42.00 EA 242.65 10,191.30 510 SIDEWALK DRAIN W /STEEL COVER 50.00 LF 71.10 3,555.00 520 VIVDS COMM CABLE (COAXIAL) 960.00 LF 5.50 5,280.00 530 RE PM W /RET REQ TY II (W) (41N)(SLD) (CHANNELIZATI 516.00 LF 1.81 933.96 540 ELECTRICAL CONDR (NO. 8) BARE 2,700.00 LF 3.30 8,910.00_ $1,222,485.52 BASE BID PART A - ADA SIDEWALK ACCESSIBILITY IMPRO Page 2 of 5 ITEM DESCRIPTION QUANTITY UNIT UNIT .PRICE AMOUNT BASE BID - PART B STAPLES ST. FROM LOUISIANA AVE T 600 REMOVING CONC (SDWLK) 2,441.00 SY 13.43 32,782.63 610 REMOVING CONC (PAV) 51.00 SY 31.45 1,603.95 620 REMOVING CONC (DRVWY) 896.00 SY 17.51 15,688.96 630 REMOVING CONC (CURB & GUTTER) 3,350.00 LF 4.44 14,874.00 640 BLOCK SODDING FOR EROSION CONTROL 765.00 SY 8.88 6.79320 650 CUT, REMOVE, & RESTORE FLEX PAVEMENT (12 IN) 1,049.00 SY 56.00 58,744.00 660 CL C CONC FOR EXT STR (CONVERT INLET TO JUNC BOX) 3.00 EA 1,807.89 5,423.67 670 RC PIPE (CL 11.1)(18 [N)(PRECAST) 12.00 LF 87.08 1,044.96 680 INLET (COMPL)(8 FT) 4.00 EA 3,683.21 14,732.84 690 ADJ MANHS 1.00 EA 800.32 800.32 700 ADJ INLETS 18.00 EA 2,141.60 38,548.80 710 ADJ MANHS (WATER METERS, VALVES, CLEANOUTS) 11.00 EA 437.74 4.815.14 720 REMOVING STRUCTURE (INLET) 4.00 EA 906.79 3,627.16 730 MOBILIZATION 1.00 LS 55,100.00 55,100.00 740 BARRICADES, SIGNS & TRAFFIC HANDLING 10.00 MO 2,500.00 25,000.00 750 SANDBAGS FOR EROSION CONTROL (12 ") 396.00 LF 5.38 2,130.48 760 CONC CURB & GUTTER (6 IN NOM)(REINF) 3,456.00 LF 15.19 52,496.64 770 CONCRETE CURB (TY A)(HEADER CURB) 402.00 LF 28.89 11,613.78 780 DRIVEWAYS (CONC)(6 IN) 953.00 SY 55.00 52,415.00 790 CONC SIDEWALK (5 IN) 2,364.00 SY 37.52 88,697.28 800 CONC SIDEWALK (WHEELCHAIR RAMP) 980.00 SY 120.25 117,845.00 810 CONDUIT (PVC)(SCHD 40)(4 IN) 30.00 LF 24.00 720.00 820 INSTALL SMALL ROAD SIGN SUPPORT & ASSEMBLY 59.00 EA 425.00 25,075.00 830 RELOC SMALL ROAD SIGN SUPPORT & ASSEMBLY (CUST SIG 15.00 EA 425.00 6,375.00 840 RELOC SMALL ROAD SIGN SUPPORT & ASSEMBLY (BUS STOP 11.00 EA 425.00 4,675.00 850 PREFAB PAV MRK TY A (W)(12 IN)(SLD) (CROSSWALK & HA 2,566.00 LF 4.75 12,188.50 860 PREFAB PAV MRK TY A (W)(24 IN)(SLD) (CROSSWALK & ST 4,749.00 LF 8.90 42,266.10 870 PREFAB PAV MRK tY A (W)(SLD)(YLD TRI) 14.00 EA 42.95 601.30 880 ELIM EXT PAV MRK & MRKS (12 IN) 1,983.00 LF 1.95 3,866.85 890 ELIM EXT PAV MRL & MRKS (24 IN) 1,906.00 LF 2.65 5,050.90 900 PAV SURF PREP FOR MRK (12 IN) 2,566.00 LF 1.25 3,207.50 910 PAV SURF PREP FOR MRK (24 IN) 4,749.00 LF 1.25 5,936.25 920 PAV SURF PREP FOR MRK (18 IN YLD TRI) 14.00 EA 26.85 375.90 930 PED SIG SEC (12 IN)LED(2 INDICATIONS) W /BLACK PLAT 3.00 EA 525.00 1,575.00 940 TRAFFIC SIGNAL CBL (TY A)(14 AWG) 60.00 LF 6.60 396.00 Page 3 of 5 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 950 _ INSTALL RDSD FLASH BEACON ASSM (SOLAR PWRD) 2.00 EA 7,975.00 15,950.00 960 PED POLE ASSEMBLY 1.00 EA 2,640.00 2,640.00 970 RELOCATE PED DETECT (2 1N PUSH BTN) 4.00 EA 165.00 660.00 980 RELOCATE PED POLE ASSEMBLY 1.00 EA 2,420.00 2,420.00 990 REPLACE TRAFFIC SIGNAL GROUND BOX 2.00 EA 825.00 1,650.00 1000 ADJUST TRAFFIC SIGNAL GROUND BOX 3.00 EA 550.00 1,650.00 1010 TREE REMOVAL 4" - 12" 25.00 EA 332.92 8,323.00 1020 TREE REMOVAL 18" - 24" 2.00 EA 1,474.86 2,949.72 1030 TREE REMOVAL 42" - 48" 1.00 EA 1,769.84 1,769.84 1 040 HEDGE PROTECTION 228.00 LF 4.95 1,128.60 1050 TREE PROTECTION 10.00 EA 251.87 2,518.70 1060 SIDEWALK DRAIN W /STEEL COVER 5.00 LF 71.11 355.55 1070 RETROFIT DET WARN SURF (SURF APPLIED) 270.00 SF 33.58 9,066.60 1080 RE PM WIRET REQ TY II (W)(4 IN)(SLD) 60.00 LF 1.81 108.60 1090 RELOCATE FIRE HYDRANT INCL. ASSEMBLY & EXTENSIONS 2.00 EA 3,702.73 7,405.46 1 100 ELECTRICAL CONDR (NO. 8) BARE 40.00 LF 5.50 220.00 BASE BID PART B - ADA SIDEWALK ACCESSIBILITY IMPRO $775,903.18 Page 4 of 5 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT SUMMARY OF BID TOTALS 1140 BASE BID PART A - ADA SIDEWALK ACCESSIBILITY 7150 IMPROVEMENTS ALONG WATER STREET FROM 1160 COOPERS ALLEY TO IH 37 (INCLUDES BASE BID ITEMS Al THROUGH A 54) Z�-r A-SS 1180 BASE BID PART B - ADA SIDEWALK ACCESSIBILITY 1190 IMPROVEMENTS ALONG STAPLES STREET FROM LOUISIANA AVENUE TO SIX POINTS 775;703. 3. , {, ?`fig, 3gg D - TOTAL BASE BID PART A + PART B _ GRAND TOTAL $ 1,998,388.70 NOTES: [ H S CONSTRUCTION, INC. (Contractor) herewith certifies that the unit prices shown on this print -out for bid items (including and additive or deductive alternates) contained in this proposal are the unit prices and no other information from T print -out. I H S CONSTRUCTION, INC. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print -out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. Signed: Date: /110/0 President Page 5 of 5 1_ L L CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS WATER STREET /STAPLES STREET CS.7 #0916 -35 -134 CITY PROJECT # 6391 SUMMARY OF BID TOTALS PART A - WATER STREET FROM COOPERS ALLEY TO IH 37 PART B - STAPLES STREET FROM LOUISIANA AVENUE TO SIX POINTS SUMMARY OF BASE BID BASE BID PART A -- ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG WATER STREET FROM COOPERS ALLEY TO IH 37 (INCLUDES BASE BID ITEMS Al THROUGH A54): $ BASE BID PART B - ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LOUISIANA AVENUE TO SIX POINTS (INCLUDES BASE BID ITEMS B1 THROUGH B51): TOTAL BASE BID PART A + PART B 1 PROPOSAL FORM Page 14 of 20 $ 775,1 03 r 1, RN e, 3g8- 7Q ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 19 OF 20 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Disadvantaged Business Enterprise Program Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of DBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 225 working days for BASE BID from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : 4i o 0,n,p $ (SEAL - IF BIDDER IS a Corporation) Respectfully submitted Name; .t H S Cj n:yt,zv By: l., = SmAe.L- (/'{'. tLR iii, (SIGNATURE) Address: 3 s y Q.vQc..�,r (P.O. Box) (Street) c.0 (L C. - sr55 —x 1068 (City) (State) (Zip) Telephone: (6)) K.53-7700 - NOTE* Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. PROPOSAL FORM Page 15 of 20 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 150F 20 P E R F O R M A N C E BOND STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT IHS Construction, Inc. of NUECES County, Texas, hereinafter called "Principal ", andE(J,v corporation organized under the laws of the State of ', .and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, — Texas, hereinafter called "City ", in the penal sum of ONE MILLION, NINE HUNDRED NINETY -EIGHT THOUSAND, THREE HUNDRED EIGHTY -EIGHT AND 70/100($1,998,388.70) 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 26TH of OCTOBER , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: ADA Sidewalk Accessibility Improvements Along Staples Street From Louisiana Avenue to Six Points and Water St. from Coopers Alley to IH -37 PROJECT NO.6391 (TOTAL BASE BID: $1,998,38$.70) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of tune, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copiers, each one of which shall be deemed an original, this the day of Wit+% "ree/ , 20 bs . PRINCIPAL By: C0 Yr. 0 -VGt 10,, (Print Name & Title) ATTEST (Print Na:1.7 & Title) SURETY 1 +u. tit: By: \NJ\s#$ Attorneys -fact, ( w t (Print Na e) The Resident Agent of the Surety in Nueces County, Texas, delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date _3_ i t umffi±wrorkwy6., 17 C2-1,F9 j o (f4) of Performance Bond must not be prior to date Performance Bond Page 2 of 2 of contract) (Revised 3/08) or -. CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469 -9277 RE: Certification of Power of Attorney for Performance and Payment Bonds Project Name & No,: ADA Sidewalk Accessibility Improvement /No. 6391 Surety Company: American States Insurance Comp ny Ladies /Gentlemen: I, David W. Morgan, Bond ,Manager, II ' hereby certify that the facsimile power of attorney submitted bycary W. Wheatley . for IHS Construction, Inc.. a copy of which is attached to this certificate, is a true and correct , copy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full force and effect, and salt designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be noted in writing by certified mail within seven (7) days thereof at the following address: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 Signed this 3rd day of No yemr/ � , 2014. Name: Da W. Morgan Title: Bond Manager, II Sworn and subscribed to before me on this 3rd day of _ November 2010. Hilaria Tijerina Notary Public STATE OF TEXAS My Comm. Exp. Oct. 29, 2013 (Revised 2/10) Notary Public State of Texas My Commission Expires: 10 -29 -2013 L1 kthu; ; #tte 9X.V 1 4 1.000.40090: 01:#000W0.0001.0 ik � oth ` 1 =af filar- �0.r Tssp ..4 i�' Ailla l'ST c E$?C� Nc Cit N1041:Or; :�r�s �a� 9 ft Al WI* S er s 1N #p end 1?r- (srts *10 40 **46164. itP *444 a Y[ �r M 1 10- k reSid00*;; iHO # qtr rear, th t, C k f °steOt 900'i i[ts, Pk ` f4.01. ' � 1 o f c haf by jiltt 1d deaf sf 01 004.44 i�r trtgl '4goos&o tl ark a alb *.010' 40)§-* its I ...rygrA104100171Ans N! ", i�f > y ar eAr. 04140.1 '# i s fA ©1n i a > eootio;c r ar-. i . oto-d Att i u OPAWit softea and i1 ` b i t.* *4= .f106fuRiOor G res%f1;1n If:fa 400 e , AN W 0:51,0 r 4 0 s e ra lv040d * lid.A X4016* * ?' 'r .0 Important Naito TO OBTAIN INFORMATION ABOUT THIS BOND OR TO MAKE A COMPLAINT: You may contact the Texas Department ofInsurance to obtain information on companies, coverages, rights or .complaints at 800-252-3439 You rnay-Write.thel Texas D.epartrnent Inturarit.e at: P. O. Box 149104 Austin, TX 78714-9104 Your notice of Claim against the attached bond may be given to the Surety Company that issued the bond by sending it to the following- address:- Liberty-MO.1a] Surety Interchange Corporate Center 450 .Plymouth Road, Suit-4400 Plymouth Meeting, PA 19462-8284 Ytitt:ctialytibiltaetsthe .daith office 1*.telOphOtle.,4t '610-832-8240 Premium or Claim Disputes If you have a dispute concerning a premium, you should contact the agent first If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contactthe,Texas Department of Insurance. This notice, is for infornlation purposes only and does not become a part of or a condition of the.affached document. It is given tQcom* with Section 225:3,046, GOVQhment Code, and Section 53.202 Property Coder Effective Septpater 1, 2001 PAYMENT BOND STATE OF TEXAS § 112146/VW KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT IHS Construction, Inc. of NUECES County, Texas, hereinafter called "Principal ", and a corporation organized under the laws the State of and duly authorized to do business in the State Taw s, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached, contract, in the penal sum of ONE MILLION, NINE HUNDRED NINETY -EIGHT THOUSAND, THREE HUNDRED EIGHTY- - EIGHT AND 70/100 ($1,998,388.70) 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: r THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 26TH day OCTOBER , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: ADA Sidewalk Accessibility Improvements Along Staples Street From Louisiana Avenue to Six Points and Water St. from Coopers Alley to IH -37 PROJECT N0.6391 (TOTAL BASE BID: $1,998,388.70) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each on2,1 of which shall. be deemed an original, this the 13-14- day of Ovi , 20 i:1) . PRINCIPAL GO w � rl� UflJ r� J By: � (Print Name & Title) ATTEST (Print Nathe & Title) 101 The Resident Agent of the Surety in Nueces County,,,' ': '• delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: ZIelm DI"' w65 (NOTE: Date of Payment Bond must not be prior to date Payment Bond Page 2 of 2 of contract) • (Revised 3/08) or ' 9 ACORICY CERTIFICATE OFAILIrY' INSURANCE DAB 1MD 11/02/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION. . 4/112;CO, RS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEIrDte EXTEI Y OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF :INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. . . IMPORTANT: If the certificate holder le an ADDITIONAL INSURED, the pulleyotsj 1}lu t be endorsed. If SUBROGATION IS WAIVED, subject to the terms arid conditions of the polcy, cerslhr policies may require an endoraeeierit. A statement on this certificate does not confer flghts to the certificate holder In 8eu of such endowiementis). 'RODUCER Phone: (381)490.4105 Fax (981) 490 -4108 IARRIS & HARRIS INSURANCE AGENCY 2.0. BOX 1380 GRANGE GROVE TX 78372 IsuRED HS CONSTRUCTION, INC. P. O. BOX 8364 CORPUS CHRISTI TX 78468 cwrACT Covert Harris Amp PHONE H fIJC1 N•, Esn; (161) 7796247 E- yN.�1L CQvertharri ahoo.corn PROP.Y R CUSTOM R ID; 761 lr•� (210) x-4562 INSURERS) AFFORDING COVERAGE JNSURER A drnlr Insurance Co. INSURER B pa• `a Insurance Co. NAIC ■ INSURER 0 INSURER D. INSURER E : INSURER F : :OVERAGES CERTIFICATE NUMBER: 15104 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAV€ BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREM ENT, TERM OR CONDITION QF ANY CQ!!ITRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE * MAY BE ISSUED OR MAY PERTAIN, .•a -.1 •1•;.,i1L•. • THE - INSURANCE AFFORDED BY THE I .e1, . ,,_ 1 I. Z. • ROLiCIES • _ DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, h LL., NSR 11' TYPE Cf INS,UNCE ADM INSR SUER INVD POLICY NUMBER 15YEFF ornnne POUCYEEP mw000nerro Limn A GENERAL © LMMLJTV ,/ COMMERCIAL GENERAL LIABILITY ITI OCCUR WCN10001121 07/02110 07/02111 v,./ EACH OCCURRENCE 5 1,000,000 DAMAGE TO RENTED PRFMISES IE, eeeureneel $ 100,000 ■. CLAIMS-MADE MELT. EXP (Anyone person) $ 6,1100 PERSONAL & ARV INJURY $ 1,000,000 GENERAL AGGREGATE * / 2,000,000 GENII AGGFF€GATE UNIT PRO - POUCY II .]F( APPLIES PER PRODUCTS - COMP/OP AGG s 2,000,000 LOC S B AUTOIROaLE maim ANY ALIT° ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 014AU00522 09111110 09/11/11 COMBINED SINGLE LIMIT (Ea accident) $ / 1,0110,000 BODILY INJURY (Per person) $ I BODILY INJURY (Per escideM1t3 $ PROPERTY DAMAGE (Peracddenq # 5 S A • © IU RELLA Lua EXCEED LIAR ■ OCCUR CLAIMS-MADE WU0103973 11/02/10 07102111 7 EACH OCCURRENCE S 2,000,000 AGGREGATE 1 2,000,000 DEDUCTIBLE RETENTION $ 10,000 S S UR WORKER! COEPAATATN Al m EMPLOYER!' LNIP.RY ANY PROPRETORRARTNERIEXECUTNE OFFIEERIEMEER EXCLUDED? (Mandatary In (ryes, describe under DESCRIPTION OF OPERATIONS bedew YIN NIA I TORYUMTTS-� { r $ EL, EACH ACCIDENT $ EL DISEASE -EA EMPLOYER= $ EL DISEASE-POLICY LIMIT s ) ESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Reniarfls Schedule, If nlors space Is required) 'inject #6391 - AIM Sidewalk AccesslbSty Improvements rerlihicate holder Is shown as Addltkmai insured on General Liability and Auto policies. ;ER KATE H ER CANCEL,IATION CITY OF CORPUS CHRISTI Engineering Services Dept. P. O. Box 9271 Corpus Christi, TX 78469 Attention: Contract Adm lnistrator SHPUL,p ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE rig F P RATION DATE THEREOF, NOTICE WILL BE DEIJVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATRNE /au) 4601 Green ACORD 25 (2009109) The ACORD name and logo are registered marks ofACORp ACORD CORPORATION. All rights reserved, a , ACOR 0 CERTIFIC ATE OF LIABILITY INSURANCE DATE (IRW ois(yyYY) 1 1/03/201 0 PRODUCER TRUSSELL INSURANCE SERVICES, INC. 8131 LYNDON B JOHNSON FWY STE 750 DALLAS, TX 75251 -1331 6 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL # INSURED BUSINESS RISK MANAGEMENT DBA CORPSOL 11 2032 ORCHID AVENUE MCALLEN, TX 78504 INSURER A: ULLICO CASUALTY COMPANY 37893 INSURER B: INSURER C: INSURER D: INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR INSRD ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE OATEDoiyyvyi .Rk(AII POLICY EXPIRATION DATE E D/YYYYi LIMITS EACH OCCURRENCE $ GENERALUABILITY COMMERCIAL GENERAL LIABILITY PRMMGE TO RENTED PREMISES IEa occurrence) $ MED EXP (Any one person) $ CLAIMS MADE OCCUR PERSONAL & ACV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP /OP AGG $ GEN'L AGGREGATE POLICY LIMIT APPLIES PRO- JECT PER: COMBINED SINGLE LIMIT (Ea accident} $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS 1 UMBRELLA LIABIUiY OCCUR 1 1 CLAIMS MADE DEDUCTIBLE RETENTION $ /// EACH OCCURRENCE $ AGGREGATE $ $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N OFFICERIMEMDER EXCLUDED? ECUTNE I (Mandatory In NH) Ik yes, describe under SPECIAL PROVISIONS below UPE0436000001 -110 / a�/ 7/20/2010 7/20/2011 X WC STATU- OTH- TOFLYIIMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1 ,000,000 E.L. DISEASE - POLICY LIMIT I $ 1 ,000,000 OTHER DESCRIPTION OF OPERATIONS! LOCATIONS 1 VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS COVERAGE IS EXTENDED TO THE LEASED EMPLOYEES OF ALTERNATE EMPLOYER (TEXAS OPERATIONS ONLY): I.H.S. CONSTRUCT1ON #1HC THIS CERTIFICATE APPLIES TO PROJECT #6391 ADA SW ACCESSIBILITY 1MPR. STAPLES FROM LOUISANA AVE. TO SIX POINTS /WATER ST. FROM COOPERS ALLEY TO IH37 /WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER, CITY OF CORPUS CHRISTI. J CERTIFICATE HOLDER CANCELLATION CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR P.O. BOX 9277 CORPUS CHRISTI, TX 78469 ACORD 25 (2009/01) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETyIE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE �7 l ©1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and Ioao are reaistered marks of ACORD t 10/28/2010 16:51 FAX 3618533098 11008/013 COMMERCIAL GENERAL IAEI L,G TY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CARE (ILLY I ADDITIONAL INSURED - Q.WNIM, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the fo11nri V COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Pareon or Organisation: City of Corpus Christi Department of Engineering Services ATTN: Contract Administrator P.O. BOK 9277 Corpus Christi, Texas 784 69 -9277 g: (If no entry appears above, information required to complete this endorsem -.t will be shown in the Declaration as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization Shown in the Schedule, but only with respect to liability ari- -ng out of your work" for that insured by or for you. Named Insured) 145 OAS CUe.on ..Inc. Policy Number: (I 10 00 11 Effective Date of This End Authorized R rsement: Name (Printed); Title (Printed): co 20 10 11 es 10/29/2010 16:51' FAX 3'818533098 fj 009/013 ADDITIONAL INSURED This endorsement modifies insurance provided under the following: EDSruESS AUTC.. . PO*H MAW � TE 99 pia This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number oat << U05a- Named Insured }}S e Sins a tc . coact (Autho iced RepreseatativV The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. City of Corpus. Christi Dept. of Engineering services Attn: Contract Adniinistrator P.O. Box 9277• Corpus Christi, TX 78469 -9277 (Enter Name and Address of Additional inaur.d.I is an insured, but only with respect to legal responsibility for acts 3r omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in tae policy or earned from the policy. Any return premium and any dividend, if applicable,' declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining 'Co this insurance. We will mail the additional insured policy. If :the cancellation is by us, additional insured. The additional insured will retain any this policy, notice of any cancellation of this we will give ten days notice to ttie right of recovery as a claimant untl:r Dated TO 99 01B - ADDITIONAL ZNSW ZD Texan Standard Automobile Endorsement Prescribed March. 18, 1992 4/29/2010 16:51' FAX —46-1-853309W 6- 18533098 @} 010/013 COMMERCIAL, GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: 'COMMERCIAL ERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS; AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART 'RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree t.o mail prior Written notice of cancellation or material change to: Schedule 1. Name: SEE BELOW 2. Address: SEE BELOW 3. Number of days advance notice: THIRTY (30)/ City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 Named Insured: �{s C+(UC Q . Policy Number: 1 06 ftc2-1 Effective bate of This Endorsement: Authorized Repr, illa -ja010 Name (Printed) : Vii, E Graf, Title (Printed): Er CG0205 (11 -85) 1"0)21/201.0-7-6:51 FAX :3618533098 X1011/013 TE 02 OZA CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: =EM S& AUTO . FORK GUM covgAR:..T cfS MOW TORN This endorsement changes the policy effective on the inception date ci the policy urn] ens another; date is indicated below: Endorsement .f active 1( : o_ora ! 1 policy lumber oiclA U 0DSaa- v Named Insured 1:-.4s Con,51t an, ..:Li' .(. _c ter--_., f Authorized Representative) THIRTY (3Oi days before this policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: SEE BELOW SEE BELON (Enter Name and Address) �^ City of Corpus Christi Dept. o± Engineering Sexyices Attn: Contract Ade►inietrater P.O. Box 9277 Corpus Christi, TX 76469 -9277 FORM T3 02 OZA - CANC LLATION PRORVX$sON O1 Tmaaral Cal: ummomuumaft Texan !standard Autiii0il $ideraamant preeeribsd Nova sr t, 1917 P TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Number of days advance notice: 30 l Schedule 2. Notice will be mailed to CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING P.O. BOX 9277 CORPUS CHRISTI TX 78469 - 0000 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy) Endorsement Effective: 7/20/2010 Insured: Corpsol Inc Insurance Company: Lillie() Casualty Company WC420601 (Ed. 7/84) Policy No.: 436000000001110 Carrier Policy Igo.: UPE0436- 000001 -110 Endorsement No.: Carrier No.: 22055 Premium: $1,440,763. 00 Aurr. pis Countersigned by Copyright 1983 National Council on Compensation Insurance. Punt Underwriters. Inc.-33333 Primed an: November 0, 2010 1.t.OSEEOI WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE WC 00 0313 POLICY (Ed. 4 -84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. UPE0436000001 -110 Insured: Business Risk Management dba Corpsol II (I.H.S. Construction - Texas Operatigns Only) Premium Endorsement No. Insurance Company: Ullico Casualty Company WC 000313 (Ed. 4-84) O 1983 National Council on Compensation Insurance