Loading...
HomeMy WebLinkAboutC2011-102 - 1/11/2011 - Approved2011-102 M2011-015 01/11/11 Ti-Zack Concrete 8 P E C I A L P R 0 V I S I ( N 6 S P E C I F I C A T 1 0 N S A N D F 0 F C .0 N T R A C T S A N 1) B () N D S F 0 R ADA lifiprovemeptE! ZrqUp 1 Bond Issue 2008 I FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PhOUe 361/.826-3500 Faxw 361/a26 -350 . h ciity Of l, cojpu� MMMW Chfisti A"W "Now Pr6pared by Goldst:on EngiMering, a tMM HILL Company TBPR Firm No. F-2297 210 S. Carancahua, Suite 200 Corpus Christi, TX 78403 Phone (361) 889-8100f Pax (361) 888-9600 . GEI Job. No. 399615 PROJECT NO: E09050 DRAWING NO: STR 835 I (:)/I /)C) ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 PROJECT NO. E09050 TABLE OF CONTENTS NOTICE TO BIDDERS NOTICE TO CONTRACTORS - A Insurance Requirements NOTICE TO CONTRACTORS - B- Worker`s Compensation Coverage for Building or Construction Projects for Government Entities SECTION 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 A -11 Cooperation with Public Agencies 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 -Aloe (NOT USED) A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 WajeO Signs (NOT USED) _ A -22 Minority/Minority Business Enterprise Participation Policy A -23 Inspee4iea R-equiFe4 (NOT USED) A -24 Surety Bonds A -25 Sales Tm Ewemptien (NOT USED) A -26 Supplemental Insurance Requirements A -27 (NOT USED) A -28 Considerations for Contract Award and Execution ' A -29 Contractor's Field Administration Staff' A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents :.. A -35 e iliti e : S a l R e „+ (NOT USED) - TOC Page 1 of 4 ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 • PROJECT NO. E09050 TABLE OF CONTENTS continued A -36 Other Submittals A -37 Amended "Arrangement and Charge for'Water Furnished by the City-L' A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -39 Geffifleate of Oeeupaney and Final Aeeeptmee (NOT USED) 1 A -40 Amendment to Section B -8 -6: Partial Estimates A-41 Ozone Advisory A -42 OSHA .Rules &Regulations f A -43 Amended Indemnification & Hold Harmless A-44 Change Orders . } A -45 As -Built Dimensions and Drawings (715/00) A-46 Disp osal ::l of High Chlorinated ed W..t (7X00) (NOT USED) A -47 (NOT USED) A-49 Overhead Electrical Wires (7!5/00) A -49 Amended "Maintenance Guaranty" (8124/00) A -50 Plan Sheets A -51 Errors and Omissions A -52 Lack of Information A -53 Storm Water Pollution Prevention e A -54 Dust Control A -55 Noise Control and Working Hour Restrictions A -56 Amended Prosecution and Progress SECTION B - GENERAL PROVISIONS SECTION C - FEDERAL WAGE RATES AND REQUIREMENTS SECTIONS - STANDARD SPECIFICATIONS 025 ROADWAY f..� 0258 TRAFFIC CONTROLS & DEVICES ' # 025802 Temporary Traffic Controls During Construction 026 UTILITIES 0262 GENERAL 026201 Water Line Riser Assemblies 026202 Hydrostatic Testing of Pressure System 0264 WATERLINES 026411 Gate Valves for Waterlines 026416 Fire Hydrants 050 METALS J 050200 Welding W ToC ) Page 2 of 4 J ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 PROJECT NO. E09050 TABLE OF CONTENTS (continued) 055420 Frames, Grates, Rings, & Covers SECTION T - TECHNICAL SPECIFICATIONS T -021 -SITE PREPARATION T- 021080 Removing Old Structures T -022 EARTHWORK T- 022020 Excavation & Backfill for Utilities, Culverts & Sewers T- 022150 Cement Stabilized Sand T- 022420 Silt Fence T -025 ROADWAY 0252 SUBGRADES' &BASES T- 025205 Removing and Replacing Pavements T- 025220 Flexible Base 0254 ASPHALTS & SURFACES T- 025404 Asphalts, Oils and Emulsions T- 025424 Hot Mix Asphaltic Concrete Pavement 0256 CONCRETE WORK T -025608 Inlets T- 025610 Concrete Curb and Gutter T- 025612 Concrete Sidewalks and Driveways T- 025614 Concrete Curb Ramps T -026 UTILITIES 0262 ' GENERAL T- 026206 Ductile Iron Pipe and Fittings T -028 SITE IMPROVEMENTS & LANDSCAPING T- 028040 Erosion Control by Sodding T- 028300 Relocation of Fences T- 028320 Chain Link Fence T- 028500 Curb Inlet Silt Fence T -029 ENVIRONMENTAL T- 029000 Storm Water Pollution Prevention Plan T -030 CONCRETE & GROUT T- 030020 Portland Cement Concrete T- 032020 Reinforcing Steel T- 037040 Epoxy Compounds TOC Page 3 of 4 ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 PROJECT NO, E09050 TABLE OF CONTENTS continued T- 038000 Concrete Structures T -040 MASONRY 041080 Brick Pavers T -090 FINISHES T- 093100 Composite Shell Cast in Place Tactile Warning Surface Unit LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL FORMIDISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TOC Page 4 of 4 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: ADA IM2rovements, Group 1, Bond Issue 2008, Project No. E09050, consists of Americans with Disabilities Act (ADA) Improvements to selected City street intersections within the City of Corpus Christi. The intent is to provide for the construction of ADA compliant curb ramps and attached sidewalk facilities at intersections where street construction projects are not currently planned. Attached sidewalk facilities will be improved only as needed to achieve ADA compliant transition from new ramp construction to existing sidewalk conditions and will be determined on an individual ramp location basis. Project streets, boundaries, and total estimated base bid quantities are described as follows: The project includes portions of thirteen city streets which consist of Port Avenue (Agnes Street to Ayers Street), Agnes Street (at 45 Morgan Avenue (Baldwin Boulevard to Ocean Drive), Baldwin Boulevard (Crosstown Expressway to Staples Street), Texan Trail (Staples Street to Santa Fe Street) , Gollihar Road (Staples Street to Lum Drive), McArdle Road (Holmes Drive to Whitaker Drive), Williams Drive (Everhart Road to Airline Drive), 19 Street (Buford Street to Hospital Boulevard), Chaparral Street (Hughes Street to Brewster Street), Greely Drive (at Fairfield Street), Alameda Street (at Greenway Drive and at the Church driveway between Colony Drive and Parade Drive), and Airline Drive (at S.P.I.D.). The project base bid will include approximately 49,256 S.F. of concrete removal, 28,068 S.F. of new ADA curb ramps, 8,430 L.F. of concrete curb & gutter remove and replace, 63 L.F. of concrete valley gutter remove and replace, 28,042 S.F. of new concrete sidewalk, 19,310 S.F_ of asphalt pavement repair, 1839 S.F. of concrete driveway /concrete parking lot repair, 101 L.P. concrete type A header curb, 238 S.F. of concrete median island remove and replace, 46 each remove and relocate traffic signs, 1 each remove and relocate business sign, 2 each adjustment of manhole, 1 each remove and replace curb inlet top, 2 each remove and replace parking bollards, 105 S.F. new sidewalk drain with steel plate cover, 32 each adjustment of water /gas valve, 32 each adjustment of electrical junction box, 2 each relocate electrical junction box, 2 each tactile panel warning surface, 4,404 L.F. of 12" white crosswalk striping, 4,402 L.F. of 24" white crosswalk striping, 66 S.F. of concrete bus pedestrian pad, and all associated traffic control measures; together with all appurtenances and associated work in accordance with the plans, specifications and contract documents. Proposals will be received at the office of the City Secretary until October 20, 2010 @_2:00 pm and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting will be scheduled for October 13, 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. 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. NTB ` Page 1 of 2 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 City has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer,." "workman," or "mechanic" employed on this project_ The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, .P.E. Director of Engr. Services /s/ Armando Chapa City Secretary i 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 Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad. Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY- -OWNED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSA'T'ION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY X500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILI'T'Y/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ❑ REQUIRED discharge; to include long -term. ® NOT REQUIRED environmental impact for the disposal, of contaminants BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED ® NOT REQUIRED INSTALLATION FLOATER See Section 8 -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED ® NOT REQUIRED ADA Improvements, Group J Notice to Contractors —A Bond Issue 2008 Page 1 of 2 City Project No. E09050 The City of Corpus .Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to. insurance policies or coverages which are specified in section 13-6 -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 -8500. ADA Improvements, Group 1 Notice to Contractors - A Bond Issue 2008 Page 2 of 2 City Project No. E09050 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 I of the 3 forms of worker's compensation coverage.. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 26, 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 (Revised 8/11/08) Page 1 of 11 8/7/98 ADA Improvements, Group 1 NTC -B September 2010 City Project No. E09050 Page 1 of 11 Bid Set Submittal Texas Administrative Code Title 28 INSURANCE Part 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION Chapt 110 REQUIRED NOTICES OF COVERAGE Subchapter B EMPLOYER NOTICES 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 shrill 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 -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance . coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction - -Has the meaning defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44). (S) Coverage agreement--A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project - Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in § 406.096 of the Act) - -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. ADA Improvements, Group 1 NTC-B September 2010 City Project No. E09050 Page 2 of 11 Bid Set Submittal "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 (d) A contractor shall: ADA Improvements, Group 1 NTC -B City Project No. E09050 Page 3 of 11 September 2010 Bid Set Submittal (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing. services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; . (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for. the notices shall be the following text provided by the commission on the sample notice, without any additional wards or changes: Attached Graphic (S) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; (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; ADA Improvements, Group 1 NTC- -B September 2010 City Project No. E09050 Page 4 of 11 Bid Set Submittal (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 (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person. signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (S) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (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; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; ADA Improvements, Group 1 NTC -B September 2010 City Project No. E09050 Page 5 of 11 Bid Set Submittal (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; . (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the .coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail - or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (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, § 40). (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, ADA Improvements, Group 1 NTC -B September 2010 City Project No. E09050 Page 6 of 11 Bid Set Submittal 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: The provisions of this § f i6f 10 adapted to - fie effectve September 1, 1994,. 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. ADA Improvements, Group 1 NTC -B September 2010 City Project No. E09050 Page 7 of 11 Bid Set Submittal TM 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " Call the Texas Workers' Compensation Commission at 5I2- 440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " ADA Improvements, Group 1 NTC -B . City Project No. E09050 Page 8 of 11 September 2010 Bid Set Submittal T28S 110.110(c)(7) Article Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate")- A copy of a certificate of insurance, a certificate of - authority to self insure issued by the commission, or a coverage agreement (TWCC -8I, 7WCC- 82, MCC-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'slperson'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" includes, without limitation, providing, hauling, or delivering equipment of materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodlbeverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been - extended_ E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and ADA Improvements, Group 1 NTC -B September 2010 City Project No. E09050 Page 9 of 11 Bid Set Submittal (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period show on the current certificate of coverage ends during the duration of the project. 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 certi, fled mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Teams 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 being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) 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 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 ADA Improvements, Group 1 NTC -B September 2010 City Project No. E09050 Page 10 of 11 Bid Set Submittal (7) contractually require each person with whom it contracts, to perform as required by paragraphs M-0, with the certificates of coverage to be provided to the person for whom they are providing services. .1. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- 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 with ten days after receipt of notice of breach from the governmental entity. ADA improvements, Group 1 City Project No. E09050 NTC -B September 2010 Page 11 of 11 Bid Set Submittal SECTION A SPECIAL PROVISIONS ADA IMPROVEMENTS GROUP 1,, BOND ISSUE 2008 Project No. E09050 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Rece iving Proposals /Pre -Bid Meetin Sealed proposals will be received in conformity with the official advertisement inviting bads for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m. on Wednesday October 20, 2010. Proposals nailed should be addressed in the following manner: City of Corpus Christi Secretary's office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - ADA IMPROVEMENTS, GROUP 1, BOND ISSUE 2008 PROJECT NO. E09050 Any proposals not ph ysically in possession of the City Secretary's Office at the time and date of bid opening will be deemed.late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office: Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City _address or office other than the City Secretary's Office will be deemed non - responsive if not in possession of the City Secretary's Office prior to the date and time of bid.openins. _ A pre-bid meeting will be held on Wednesday, October 13, 2010,. beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Ball, 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 ADA Improvements, Group 1, Bond ISSUE 2008, Project No. E09050, consists of Americans with Disabilities Act (ADA) Improvements to selected City street intersections within. the City of Corpus Christi. The intent is to provide for the construction of ADA compliant curb ramps and attached sidewalk facilities at intersections where street construction projects are not currently planned. Attached sidewalk facilities will only be improved as needed to achieve ADA compliant transition from new ramp construction to existing sidewalk conditions and will be determined on an individual ramp location basis. Project streets, boundaries, and total estimated base bid quantities are described as follows: The project includes portions of thirteen city streets which consist of Port Avenue (Agnes Street to Ayers Street), Agnes Street (at 45 Morgan Avenue (Baldwin Boulevard to Ocean Drive), Baldwin Boulevard (Crosstown Expressway to Staples Street), Texan Trail (Staples Street to Santa Fe Street),.Gollihar Road (Staples Street to Lum Drive), McAZdle Road (Holmes Drive to Whitaker Section A - SP (Revised 12/15/04) ` Page 1 of 24 Drive), Williams Drive (Everhart Road to Airline Drive), 19 Street (Buford Street to Hospital Boulevard), Chaparral Street (Hughes Street to Brewster Street), Greely Drive (at Fairfield Street), Alameda Street (at Greenway Drive and at the Church driveway between Colony Drive and Parade Drive), and Airline Drive (at S.P.1.D.). The project base bid will include approximately 49,256 S.F. of concrete removal, 28,068 S.F. of new ADA curb ramps, approximately 8,430 L.F. of concrete curb & gutter remove and replace, approximately 63 L.F. of- concrete valley gutter remove and replace, approximately 28,042 S.F. of new foot concrete sidewalk, approximately .19,310 S.F. of asphalt pavement repair, approximately 1839 S.F. of concrete driveway/ concrete parking lot repair, approximately 101 L.P. concrete type A header curb, approximately 238 S.F. of concrete median island remove and replace, approximately 46 each remove and relocate traffic signs, approximately 1 each remove and relocate business signs, approximately 2 each adjustment of manhole elevation, approximately 1 each remove and replace curb inlet top, approximately 2 each remove and replace parking bollards, approximately 105 S.F. newly constructed sidewalk drain with stef-I p] ato- c -over, approximately 32 each adjustment of water /gas valve, approximately 32 each adjustment of electrical junction box, approximately 2 each relocate electrical junction box, approximately 2 each tactile panel warning surface, approximately 4,404 L.P. of 12" white crosswalk striping, approximately 4,402 L.F. of 24" white crosswalk striping, approximately 66 S.F. of concrete pedestrian bus pad, and all associated traffic control measures; together with all appurtenances and :associated work in. accordance with the plans, specifications and contract documents. A 7-4 Method of Award The bids will be evaluated based on the following, subject to the availability,of funding: 1. Total Base Bid The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. 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 IMPROVEMENTS, GROUP 1, BOND 2008, PROJECT 809050, 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 3. Statement of Qualification and Contract. Information as Required Lby A- 28, A -29, A -30 A -6 Time of Completion /Liquidated Damages The working time for completion of the .Project will be 250 calendar 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. Section A - SP (Revised 12/15/04) Page 2 of 24 For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time - period as extended pursuant to other provisions of this Contract, $500 per calendar day will be.assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, .which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract_ Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. 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 Acknowledament 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 r- non- receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/24/2009) Tabor preference and wage rates for heavy- Highway and He2yy Construction -In Mini= Prevailincr Wacre Scales Section A - SP (Revised 12/15/04) Page 3 of 24 The Co rpus Christi City CoLmcil has det e rmine d the gen prevailirg mix n Yxcurly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the s wage rates to all laborers, workmen, and medics employed by them in the ocecu - ion 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 Pearson 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 imecbanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working an the Project. These documents will also be SLA=tted to - the City Engineer bi- weekly. (See section for Minority /minority Business Ente Participation Policy for additional reqUIrMMtS concerning the pr oper fcan and content of the payroll submittals.) One and one -half (1 %) times the specified hourly wage must be Paid for all hours worked in excess of 40 hours in any one week and for all hours worlrcd on Sundays or holidays. (See Section 8 =1 -1, Definition of Terms, and Section 8 -7 -6, Wo rking hours.) A- 11 Coo 2eraticn with Public (Revised 7/5/oo) 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 b+y Using the Dig Tess at 1- 800 - 344 - 8377,. the bone Star Notification Company at 1- 800- 669 - 8344,, and the Verizcn Dig Alert at.1 -800- 483 - 6279. For the Contractor's convenience, the following telephone numbers are listed.. City Engineer 826 -3500 Project Engineer 888 -8100 ext 127 (Phone) 888 -8600 (Fax) Don Peebles, P. E. C/O GoldSton Eng A CH2M HILL Company 210 S. carancahua, Suite 200 Corpus Christi, TX 78403 Traffic Eng ineering 826 -1610 Police Department 886 -2600 Water Department 826 -1881 Wastewater DeparbTent 826 -1800 Gas Department 885 -6900 Storm Water Department 826 -1815 Parks & Recreation. Department 826 -3461 Streets & Solid Waste Services 826 -1940 A E P 299 -4833 A T & T 881 -2511 City Street Div_ for Traffic Signal /Fiber Optic Locate 857 -1946 Cablevision 857 -5000 A CST (Fiber Optic) 887 -9200 FMC (Fiber Optic) 813 -1124 ChoiceCan (Fiber Optic) 881 -5767 MPROM (Fiber Optic) 512/935 -0958 Brooks Fiber Optic (DPM` 972 - 753 -4355 Regional Transportation . Authority (RTA) 289 -2712 Corpus Christi ISD 886 -9005 U.S. Postal Service 886 -2216 TxDOT Area Office 808 -2384 (880 -1888 after hours) (880 -1888 after hours) (885 -6900 after hours) (880 -1888 after hours) (1- 877 - 373 -4858 after hour's) (1 -800- 824 -4424, after hours) 857 -1960 (857 -5060 after hours) (Pager 800- 724 - 3624). (Pager 888 -204 -1679) (Pager 850 -2981) (Mobile) Section A - SP (Revised 12/15/04) Page 4 of 24 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 aranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities 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 Plumed 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 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 so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's 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. i A -14 Construction Equipment Spillaae and Trackin The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to. or from the construction area. Hand labor and /or. mechanical equipment must be used where necessary to keep these roadways. clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb. line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm Section A - SP (Revised 12/15/04) Page 5 of 2.4 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. 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 Meld office (NOT USED) field effiee at the eenstruetien site. The field effiee must eentai�_+ �__ _IP__nst_ and heated and must be fiarnished w_i#I!J ;;-n J:RP table that efflee en the site as required by the Gity--F�3aeer- or his 4 . !-Phle field offiee must be furnished with a telepheRe (with 21 heui per da�, P separate pay item €er the — field — effiee. A -18 Schedule and Sequence of Construction The Contractor shall submit to .the City Engineer a work plan based only on cAL Ew .R days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The plan must indicate the schedule of the following work items: 1'. Initial Schedule Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. The Contractor shall schedule his work such that the following intersections be constructed last to accommodate necessary right -of -way acquisitions: Agnes and 45 Street; Baldwin and Ayers; Baldwin and Glendale; Baldwin and Riggan; McArdle and Airline; Morgan and 6 Street; Morgan and 11 Street; Morgan and Baldwin; Morgan and Brownlee; Morgan and Elgin; Williams and Betty Jean; and Williams and Everhart /Corona. Section A - SP (Revised 12/15/04) Page 6 of 24 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 pates Indicate submittal dates required for all submittals for the entire project. 4. Re- Submission Revise and resubmit as required by the City Engineer. 5. � Monthly Update Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this contract that the contractor will be allowed to execute his work at such times and seasons in such order or precedence and in such manner as shall be the most conducive to economy of construction, subject to the following conditions. A. The schedule of construction shall be structured to meet all requirements of Section A -6 "Time of Completion /Liquidated Damages" and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing - the work done under this Contract so that conflicts will be avoided and the construction of '- various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic, control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the contract.. A - 19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bei:*ehffiarks reetuired €er prejeet— 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 rCity 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 Section A - SP (Revised 12/15/04) Page 7 of 24 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 Gentraeber shall previde the fell aiad verifieation ef cemplianee wi t-he- C�+�tt���� - e�me�t s ; , . glans -aizd • Garb aad gutter f lew line bath sides ef street 1 j3at an d a t a ll 1 a!; Wastewatei— • All rini/inver-t e'levatien - 9 at e les;- • All ieterseetin:g lines in mar-491es- • Gasing elevatiens (tep ef pipe and flew line) (T-XDGT aed 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 (NOT USED) A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10 /98) Section A - sP (Revised 12 /15/04) Page 8 of 24 1. Policy it is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded. by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of. the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and far Minority Business Enterprise. 2. Definitions a. Prime Contractor Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any _ combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise , A business enterprise that is owned. and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0 of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0 of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0 °; or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, Section A - SP (Revised 12/15/04) Page 9 of 24 procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. MR d. . Minority See definition under Minority Business Enterprise. e. Female. Owned Business Enterprise A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.08 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.01 of-whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.01 of the contract work itself and in'which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0 of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for. the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 15 b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractors percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. `Along with the .request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to Section A - SP (Revised 12/15/04) Page 10 of 24 submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection ate fired (Revised 7/5/00) (NOT USED) The Geatiaeter- shall assu3se the a"repriate building insiseetiefts by the amended in that the Gentr-deber- must pay all fees anel eharges levied by the Gity's Building Inspeetien Department, and all ether- Gity fees, ineluding water/wastewateF meter fees and tap fees as required by 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 (lot) 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 (l0t) of the reinsurer's capital and surplus.. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NOT USED) if the Eentr -aeter- eleets- te- eperate under a separated eentraet, hc—shall section A - SP (Revised 12/15/04) Page 11 of 24 =21MIMM A -26 Su lemental Insurance Ae irements 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 cha to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, .Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer .requests that the Contractor sign the Contract documents. 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: Section A - SP (Revised 12/15/04) Page 12 of 24 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) .Fl. . Y atOr Oeyexage — ma u t,st he — " Al l Risk" Perm. Centraeter west; pay all in9 a ee— eeverage— inelttding any — deductible. The— City —must be -named A -28 Considerations for'Contract Award and Execution To allow the City Engineer; to determine that the bidder is able to perform its obligations under the proposed contract, then prior to' award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. if any such lien has not been released, - the bidder shall state why the claim has not been paid; and 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 Engineers request, signed and dated by the bidders 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: Section A - SP (Revised 12/15/04) Page 13 of 24 1• The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work'is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements %4 !! shall be provided with the Proposal and 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. 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. Section A - 5P (Revised 12/15/04) Page 14 of 24 i ; I � r I i i 3 I ' r' 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 8-7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A -35 -K, if applicable. 10. 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. Section A - SP (Revised 12/15/04) Page 15 of 24 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-Rid referred to in Sp ecial Provision A -l. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be. given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with 'any other referenced specifications, such as the. Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order- A-35 City Slater Facilities: Special Requirements (TOT USED) B. operation City_Owned Equ4vment The eentEaeter shall av r u , r re-lated to City water faelliby at - any time,' zal sueh items must k�e the Gity Water Section A - SP (Revised 12/15/04) Page 16 of 24 ueh materiale aye: iude all solvents, eieameEo, lubwLeanta, gasketo, .. - thimad eem ecI - e m - hydre e i- e$le. ! Pupae items was_ not be used unless they eamEmm with 34PrgIMS1 Stand 61 an n' t. tr�esa--- eueh —i te3us— awe— inspaet e�ae - -the� —site -- b� a��ri�: � � -- ��¢ persesmel immediately priew to lie is regularly eBgaged in based meniterin Section A - SP (Revised 12/15104) Page 17 of 24 He M-IM lie is regularly eBgaged in based meniterin Section A - SP (Revised 12/15104) Page 17 of 24 , opera all haFdware here s p ecif ic atl eas. 'red and/er aeftware spee}fted —er re lie is regularly eBgaged in based meniterin Section A - SP (Revised 12/15104) Page 17 of 24 All ts....f....1..', . Thal shall be — a A -36 Other Submittals i 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 J � 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 18 of 24 .�w d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 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, thru 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 approve for use on the project- A-37 Amended "Arr ement and a for Water Furnished. the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 6- 15_Arrangement and Charge for Water Furnished by the City add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the'Plan to Contractor at the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Pro for Government Entities r— Section A - SP (Revised 12/15/04) Page 19 of 24 The requirements of "Notice to Contractors 'B'T' are incorporated by reference in this Special Provision. - — o f O eeupaue y — and Fina A (NOT USED) A -40 Amendment to Section H -8 -6: Partial - Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite_ A -41 Ozone Advisory ,Priming and hot -mitt paving operations, must not be conducted on days for which an ozone advisory has been issued, except for repairs. 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, material man, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, .employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent .act or omission of the. City, its officials, employees, attorneys, and agents that directly ar indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. A-44 Chan a Orders Should a change order(s) be required by the engineer, Contractor shall fuirnish 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 Section A - SP (Revised 12/15/04) Page 20 of 24 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. A -46_ Disposal. of Highly Chlorinated water (7/5100) (NOT USED) WN �i__ 30 A -47 Pre - Construction Exploratory Excavations (7/5/00) (NOT USED) aipW e�Epese all existing pipelines ef- the p3�ejeet that ea�ess withiR 20 feet E>f- pipel p - misting— pipelines v qhieh - parallel aad - are within ten feet(l$ ) o f exitiRq pipelines at a ma3eimvam eff 309 feet G.G. and GeRtrraeter shall 300 feet maximam -9. r-- Section A - SP (Revised 12/15/04) Page 21 of 24 S]�Pler-atel-y ene tiells shall be paid for- e35k a lump sum, - avememt asseeiat6d with eaEpleratO" Shall be paid fer- A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operator's of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP 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 ", 5 -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 Plan sheets The drawings for the project are based on field investigations by the A /E, information in the form of record drawings supplied by the City, and other .sources. 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 prior to construction and which, in the opinion of the Engineer, could have been 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 Section A - SP (Revised 12/15/04) Page 22 of 24 i 3 Contractor shall perform all work to complete the project ready for its intended use. A-52 Lack of Information If the Bidder feels that there is insufficient information in order for him to prepare his bid and /or construct the work, he is required to make a written request for additional information. All costs associated with the pre -bid investigation shall be borne by the Bidder, with no compensation from the City. However, the Bidder shall not perform any investigation at the above project site. unless a written request is submitted and approved. The .Contractor shall not use the lack of information as a basis for requesting extra compensation. A -53 Stormwatear Pollution Prevention. Due to the type and location of this project, stormwater pollution prevention (SWPP) is critical, and improper implementation can have a negative impact on the adjoining street and private property. Strict compliance to all SWPP items shown on the plans .shall be enforced. In addition, if during the course of the project other minor SWPP items are required to limit or control soil erosion or transport of soil, then the Contractor shall implement these measures. All materials and labor required to perform this work shall not be paid for directly, but shall be considered subsidiary to the various bid items. Contractor must complete a Notice of Intent (NOI) and a Notice of Termination (NOT), and submit each to the EPA, with a copy to the Director of Engineering services. A -54 Dust control The Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting. shall be kept moist with water or by application of a chemical dust suppressant. When necessary, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings shall be adequately protected from dust. monthly payment will be withheld if this provision is not followed. A -55 Noise Control and Workina Hour Restrictions The Contractor shall take reasonable measures to avoid unnecessary noise. Such measures . shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound- muffling devices, and operated in a manner to cause the least amount of noise consistent with efficient performances of the Work. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 a.m. or continue after 7:30 p.m. without prior approval from the Engineer. A -56 Amended Prosecution and.Progress Under "General Provisions and Requirements for Municipal Construction. Contracts ", B -7 Prosecution and Progress add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization /remobilization costs. Such costs shall be addressed through a change order to the contract. Section A - SP (Revised 12/15/04) Page 23 of 24 r^ SUBMITTAL TRANSMITTAL FORM PROJECT: ADA IMPROVEMENTS, GROUP 1. BOND 2008, CITY PROJECT NO. E09050 OWNER: CITY OF CORPUS CHRISTI ENGINEER: GOLDSTON ENGINEERING, A CH2M HILL Com an CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR.DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 12/15/04) Page 24 of 24 A G R E E M E N T — THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 11TH day of JANUARY 2011, 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 Ti-Zack Concrete, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: in consideration of the payment of $1,448,396.50 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: AAA IMPROVEMENTS GROUP 1 BOND ISSUE 2008 PROJECT NO. E09050 (TOTAL SASE BID: $1,448,396.50) 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 4 are made a part hereof. Page 1 of 3 Rev. Jun -2010 i _. 10! 1412010 15.09 8263802 ENGINEERING Am IMPROVEMENTS GROUP 1, BONA ISSUE 2008 CITY PROJECT NO. E09050 PAGE 10117 I I II V. Bm I QTY & IEAA FOOT L ITEM UNIT DESCRIPTION PART A --AAA COMPLI. NCE AGU EMENT STREE'T'S REMOVE CONCRETE, COMPLETE IN A - 1 23,454 SF PLACE PER Sf3UAEE FOOT CONCRETE CURB RAM', A - 12,849 SF COMPLETE IN PLACE PER SQUARE IV V - BID ITEM EX'T'ENSION SNIT (QTY X PRICE IN PRICE IN r � 7 � $ REMOVE AND REPLACE CURB AND A - 3 3,833 LF GUTTER, COMPLETE IN PLACE PER $ $ j 3 3 k IEAA FOOT L CONCRETE SIDEWALK, A - 4 13,'123 SF COMPLETE IN PLACE PER - S $ $ /a L s 0 FOOT. ASPHALT PAVEMENT REPAIR, A 5 3,647 SF COMPLETE IN PLACE PER SSUARE $ . _ v. , $ 3 , 9K _ FOOT. - REMOVE AND RELOCATE TRAFFIC , $ a ?$ J $ A -6 16. EA SIGH COMPLETE IN PLACE PER - EACH. REMOVE AND RELOCATE A-7 0 EA BUSMSS SIGN, COMPLETE IN $1 $ r te PLACE PER EACH A1�3UST WATER/GAS VALVE, A -g i6 EA COMPLETE IN PLACE PER EACH. ADJUST ELECTRICAL JUNCTION f E ,b $ SSA A -9 17 EA. BOx, COMPLF'IE IN PLACE PER S o EACH RELOCATE ELECTRICAL JUNCTION . �, C3 $ A -10 2 EA BOX, COMPLETE IN PLACE PER $ EACI I TACTILE PANEL WARNING $ "� $ A-11 0 EA SURFACE (STAND ALONE), rn?.ADT R'J`R TW PT.A17TZ M R EA i , ` -Al J. Adam&& %.1 Atwhma%Ko 4 REVISED PROPOSAL FORM Page 4 of 1U ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 CITY PROJECT NO. E09050 I II III ry 'y $m XTEM EXTENS10N 'ANTI' (Q'Tv X U nT BID QTY & PRICE IN PRICE IN ITEM UNIT DESCRIPTION )FIGURES CONCRETE DRIVEWAY/CONCRETE r� (, $ A -12 565 SF PARKING LOT REPAIR, COMPLETE $ IN PLACE PER S DARE FOOT, CONCRETE TYPE A. HEADER CURB, $ �- S `7 i � A -13 71 LF COMPLETE IN PLACE PER LINEAR FOOT REMOVE AND REPLACE VALLEY f � A -14 32 LF GUTTER, COMPLETE IN PLACE PER LQ A& OOT REMOVE AND REPLACE CONCRETE �� A -15 178 SF MEDIAN ISLAND, COMPLETE IN $ +� - - -- - S PLACE PER SQI ARE F0_OT STRIPING A -16 COMPLETE IN PLACE PER 2,916 LF COP Ia ObT 24" WHITE CROSSWALK STMrNG, c� S A -17 2,918' LF COMPLETE IN PLACE FER LINEAR F_O CONCRETE PEDESTRIAN BUS PAD, r� A -18 0 SF COMPLETE IN PLACE P ER Z LARP- FOOT, ADJUST MANHOLE, COMPLETE IN $ $ 5 $ A-19 1 EA PLACE PER EACkI — REIIIOVE AND REPLACE CURB INLET TOI' (INCL RWO AND A 0 EA COVER), COMPLETE IN PLACE PER E CH. REMOVE AND REPLACE PARKING $ _ Tao � � �� A -21 2 EA BOLLARDS, COMPLETE IN PLACE PER EACH i SIDEWALK DRAIN INCLUDING i� `� � � O 0 A -22 0 SF STEEL FLATS COVER, COMPLETE � ' IN PLACE PER S U a LOOT. TRAFFIC CONTROL, COMPLETEr IN $ 5`A coy, $ - , - $ :A r pvc'"`. A -23 1 LS PLACE PEI.t L'C3MP gum Adam&& %.1 Atwhma%Ko 4 REVISED PROPOSAL FORM Page 4 of 1U ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 CITY PROJECT NO. E09050 Z u III IV v BID ITEM T EXTEN UrT (QTV X UNIT BID QTY & fdcE IN PRICE I kN ITEM UNIT DESCRIPTION GURES FIGU S MISCELLANEOUS DEMOLITION A -24 1 LS AND SITE PREPARATION, � 1010 0 40 S ID IIt1d.�0 COMPLETE IN PLACE, ALLOW CE. A- 5 1 LS STORMW,A,TER POLLUTION PREVENTION, COMPLETE IN s -�'� s � a0L- — 0— PER LUMP SUM A -26 1 LS MISCELLANEOUS ALLOW�INC., 8,040.90 s UUO.gO COMPLETE IN PLACE M013ILIZATIONIDONDSANSUR.A,NCE u �� A -27 1 LS , COMPLETE IN PLACE PEI, LLTMI' SUM. REVISED PP OPOSAL A r � Nm FORM Page 5 al ADA IMPROVEMI✓NTS GROUP 1, BOND ISSUE 2008 CITY PROJECT NO. E09050 I II III IV V BID i[TpM EXTENSION UNIT (QTY X UNIT BID QTY & PIUCE IN PRIC-E IN ITEM UNIT DESCR IPTION FIGURES FIC U S B -1 REMOVE CONCRETE, COMPLETE IN 25,802 SF $ $- 1 � � PLACE PER SQUARE FOOT .. _� B -2 CONCRETE CURB RAMP,. 15,262 SF COMPLETE IN PLACE PER SQUARE FOOT. REMOVE AND REPLACE CURB ,AND � $ f �'4-16 C90 B -3 4,600 LF GUTTER, COMPLETE IN PLACE PER $ LM FOOT. 5' CONCRETE SIDEWALK, $�" B-4 14,437 SF COMPLETE IN PLACE PER S UARE . FQOT. ASP14ALT PAVEMENT REPAIR, B -5 10,669 SP COMPLETE iN PLACE PER S FOOT. REMOVE AND RELOCATE TRAFFIC o� $ � 7 � s ' .24 A 50 B -6 30 EA SIGN, COMPLETE IN PLACE PER . EACH. RE1IIOVE AND RELOCATE �O� ri $ B -7 1 EA. BUSINESS SIGN, COMPLETE IN $ PLACE PE EACH. ADJUST WATER/GAS VALVE, $ 399) ` B -8 16 EA COMPLETE IN PLACE PER EACH. -- ADSUST ELECTRICAL JUNCTION y9 5 $ 7 B -9 15 EA BOX, COMPLETE IN PLACE PER $ EAC . RELOCATE ELECTRICAL JUNCTION B - 10 0 EA BOX, COMPLETE IN PLACE PER tACH. TACTILE PANEL WARNING B -i 1 2 EA • SURFACE (STAND ALONE), COMPLETE IN PLACE PER EACH CONCRE'T'E DRIVEWAY/CONCRETE CIA $ l� '� B -12 1,2'74 SF �PARKTNG LOT REPAIR, COMPLETE $ IN PLACE PER SQUARE FOO Addondum &. •l MISED PROPOSAL A ttubmoft. 4 FORM Page 6 of 10 L, z ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2048 CITY PROTECT NO. 109050 >«z Iv V . - – B11)ITE1V� – BID QTY & DESCRIPTION UNIT EXT.RNSION PRICE IN ([TTY X UNIT ITEM UNIT FIGURES PRlcr, Ili piGURES CONCRETE TYPE A HEADER CURS, r- r r o oo B -13 30 LF COMPLETE IN PLACE PER LINEAL $ $ FOOT. REMOVE AND KEPLACE VALLEY $ 13 B -14 31 LF GUTTER, COMPLETE IN PLACE PER $ LINm FOOT. REN1{) VE AND REPLACE CONCRETE B -15 60 S F MEDIAN ISLAND, COMPLETE IN $ – PLACE PER SQUARE ROOT. 12" WHITE CROSSWALK STRIPING,,ty C70. r $ B - 16 1,488 LF COMPLETE IN PLACE PER L MAR $ 5 L F04Ts 24" WRITE CROSSWALK STRIPING, coo 1 3 $ B -17 1,484 LF COMPLETE IN PLACE PER LINEAR $ rf z MET- CONCRETE BUS PEDESTRIAN PAD, t –" $ S 66 SF COMPLETE IN PLACE PER S, O .0 ,ARE S - R'0 —OT - ADJUST MANHOLE, COMPLETE IN $ /�p� $ B -19 a EA PLACE PER E&CH. REMOVE AND REPLACE CURB INLET TOP (INCL RING AND f�� B -20 1 EA COVER), COMPLETE IN PLACE PER EA CH. REMOVE AND REPLACE PARKING ,. � B -21 LF 0 FA BOLLARDS, COMPLETE IN PLACE $ 2, �' PER EA DRAIN INCLUDING ��o 5 $ "? f $ 24W - B-22 105 SF STEEL PLATE COVER, COMPLETE IN PLACE PER SOU PJR FOOT - TR,4FFIC CONTROL, COMPLETE ?N $ sip $ _ L &ao H -23 1 LS PLACE PE R LUMPUM - r REVISED PROPOSAL Mff" lND A11echCn4nR�b,4 FORM Pepe t of 44 i L. ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 CITY PROJECT N E09050 BAD N — ImARY SUB-TOTAL - PART A - (A,DA COMPLIANCE AGREEMENT STRE )g'I'S) r f` (Bid Items A-1 through A -27) $ ; SUB-T - PART B -- (ADA IMPROVEMENTS, GROUP 1 STREETS) (Bid la ma 8 -1 tb rough B -27) TOTAL BASE BID � `�, ,3��i � (Bid Items A B) R1E+VISED PROPOSAL AddondumNo. l Att�meKNO.4 FORM Page 8 of 10 II IiI IV V BID MM BID QTY & UNIT EXTENSIDN MM UNIT . DESCRIPTION PRICE IN (QTX X 7JN`Pt. FIGURES PRICE IN EIGtTRES MISCELLANEOUS DEMOLITION 5 -24 1 LS AND SITE PREPARATION, $ COMPLETE IN PLACE PER ALLOWANCE. B-25 i Ls STORMWATER POLLUTION coNWLETE Art arn:- — y $ 3 PLACE PER LUMP SUM. B -26 I 15CELLANEOUS ALL_ 4`IVANCE $ 8. 00Q.0 6 $ S OUO.fln COMPLETE IN PLACE � MOBILIZATION/BONDS/INST RANCE . B -27 1 GS ,COMPLETE IN PLACE PER LUMP BAD N — ImARY SUB-TOTAL - PART A - (A,DA COMPLIANCE AGREEMENT STRE )g'I'S) r f` (Bid Items A-1 through A -27) $ ; SUB-T - PART B -- (ADA IMPROVEMENTS, GROUP 1 STREETS) (Bid la ma 8 -1 tb rough B -27) TOTAL BASE BID � `�, ,3��i � (Bid Items A B) R1E+VISED PROPOSAL AddondumNo. l Att�meKNO.4 FORM Page 8 of 10 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 250 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 above. 4 parts at Corpus Christi, Texas on the date shown Page 2 of 3 Rev. .Tun -2610 ATTEST: City Secretary APPRO D AS�TO L GAL FOPM: By: 1 � 4� Asst. City Attorney CITY Off' RPUS CRR STI By &�/ Juan Pexales, Jr., P.E. Assistant CYty Manager Engineering/ Development Services By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR �T:(IfCorporation) (Seal Below) (note-.. if Verson signing for corporation !a not President; attaoh copy of authorization to sign) Ti -Zack Concrete Inc. Title : �`7► 39352 221 AVE. (Address) LECENTER, NN 56057 (City) (State)(ZIP) 507/357 -6463 * 866 -8 335 (Phone) ( Fax) 020d I — O KTHOE (Y COUNCIL ... L Z I I J__ I ( SECIEWY page 3 of 3 Rev. Sun -2010 AAAA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 CITY PROJECT NO. E09050 P R d P 0 S A L F O R M/ D S C L Q S U R F S T A T E M E N T F Q R ADA lMPROVEMIENTS GROUT' i BOND ISSUE 2008 CITY PROJECT NO. 1909050 DRPARTMENT or ENGINEERING SERVICES CITY dF CORPUS cHAISTI, TEXAS ratsr 1 r ADDEI7I M 130 I ATTACI MMS NO ok MMr,gD pkWOBAL FORM 10/ 14/2010 1! 14 tt"L6d=4 LNUINLLKIM "AGE 09/17 ADA ImpROVEMENTS GROUP 1 - DOND YSSUR 2008 CITY PROJECT NO, E09050 PROPOSAL Place: Lc Teg . M Date : Proposal of - 7 - 1- 2-RC14 GNt fle _TWC.. , a Cor - oaration organized and existing uz'ider the ]yaws o:e the State of OR a Partnership or Individual doing business as TO: The City of Coxious Christi, Texas Gentlemen: The tuldersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required :L5r: ADA WP QVElIX S j OUP I BOND MIME CITY PRb.IECr' NQ. E09050 at the locatio)xs set out. by the plane and specif'cations and 'n strict accords ice with the contract documents for the following Prices, to -wit: ,A4findom No. i REVISED PROPOSAL FORM p 0 2 0f nt tvo. P4$C 2 b� 10 10! 14/2010 15:04 8263602 I I E ENGINEERING PAGE 10/17 AI1A mPROVEM EN`I`S G40UP 1, BONA ISSUE 2008 CITY PROJECT NO. E09050 in - IV v - BID I'T'EM ExTUNsION UNIT (Q'TY X UM DID QTY & rlu%_o 1114 KIL+CE JUN ITEM ]DE SCRIPTION FIGVR'ES IMES PART A - ADA COII(dYLI,ANCE AGREEMENT STREETS REMOVE CONCRETE, COMPLETE IN $ A -1 23,454 SF PLACE PER SQI ARE FOOT CONCRETE Ci1R$ RAMP, b t A -2 12,849 SF COMPLETE IN PLACE PER SQUARE $ Fo T. A -3 REMOVE AND REPLACE CURB AND 3,833 LF GUT'ITck�, COMPLETE I N PLACE PER LINEAR F QOT. A -4 SIC NCRETE 13,723 SF COMPLETE R4 PLAC PER STARE $ FOOT. ASPHALT PAVEMENT REPAIR, $ L A -5 8,647 SF COMPLETE N PLACE PER SQUARE : - FOOT REMOVE AND RELOCATE TRAFFIC $ �+ y A -6 16 EA SIGN, COMPLETE IN PLACE PER EACH REMOVE AND 1�ELOCATE A -7 0 EA BUSMSS SIGN, COMPLETE IN PLACE PER EACH ADJUST WATEWGAS VALVE, $ j S $ A -8 16 EA CQMpLETE IN PLACE PER EACH. ADJUST ELECTRICAL A NCTION S� �' $ � SS C7 A-9 17 EA ' BOX, COMPLETE IN PLACE PER $ EAC-R• RELOCATE ELECTRICAL XNCTION r A -10 2 E,A. I30X, COMPLETE IN PLACE PER EACH TACTILE PANEL WARNING EA SURFACE (STAND ALONE), - rrkl%4YK FTP w PTA C` K PER 1? AC 10! lg /'lb'lb !�:Jq ii'Ltr3i3n[ r mLl'le,r.rGtivu r-W[aE 11/ 17 ADA IMPROVEMENTS GROUT' I, BOND ISSUE 2009 Addefidum Na.1 Rgae}rfr�nNoA REVISED PRCPMA1 FORM Page 4 of 10 CITY PROJACT NO. E09050 I Il III N' v BID 'ITEN, EXTENstoN uNIT (QTY X UNI BID QTY & PRICE IN PRICE IN ITEM UNIT DESCRJPTION FIGURES FIGURES CONCRETE DRIVEWAY /CONCRETE � � Fr � S (n, So A -12 565 SF PARKING LOT REPAIR, COMPLETE $ IN PLACE PER DUARE EQ . CONCRETE TYPE ,A, HEADER CURB, $ 1 ��' S ^1 � ��► `� A -13 71 LF COMPLETE IN PLACE PER LINEAR LOOT, REMOVE AND nPLACE VALLEY $ _ '"D�"` A-14 32 LF GUTTER, Cf3MPLETI✓ IN PLACE PER LINEAR FORT REMOVE AND REPLACE CONCRETE A - 15 17$ SF NIEDTAN ISLAND, COMPLETE IN $ PLACE PER SQUARE k'OOT 12 WHITE CROSSWALK. STRIPING, � A -16 2,916 LF COMPLETE IN PLACE PER $ F 24" WHITE CROSSWALK STRIPING, °� A -17 2 LF COMPLETE IN PLACE PER LiCEAi $ $ F00� CONCRETE PEDESTRIAN BUS PAD, c� A -18 0 SF COMPLETE IN PLACE FER 5_ OUARE FOOT AD3UST MANHOLE, COMPLETE IN $ S p S $ $ � s �- A -i9 1 EA PLACE PER EAC__H REMOVE AND REPLACE CURB MET TOP (INCL RINO AND . $. - 7 5 $ A -20 0 EA COVER), COMPLETE IN PLACE PER E CH. REMOVE ANA REPLACE PARKING To $ loot) A -21 2 EA BOLLARDS, COMPLETE IN PLACE $ PE EACH. SIDEWALK DRAIN INCLUDING � $ ( 50 A - 22 0 SF STEEL PLATE COVER, COMPLETE $ ' IN PLACE PEP, S UARE FOOT. TRAFFIC CONTROL, COMPLETE IN $ � 0"''o �, S . ocrc e< A -23 1 LS PLACE PER LUMP SAM Addefidum Na.1 Rgae}rfr�nNoA REVISED PRCPMA1 FORM Page 4 of 10 a YJ/ 14/ Lk91 b 1 :3; UY bCO370UL lat 12/17 ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 CITY PROJECT NO. E09050 Addo tleno,t REvisED PROPOSAL p �A S �Woa FORM IV V BED XTEM _XT N'SION UNIT (QTY X UNIT RID QTY & PRICE IN PRIC)E IN ITEM UNIT DESCRIPTION FIGURES FF UEFS MISCELLANEOUS DEMOLITION A -24 I LS AND SITE PREPARATION, $ IO 4� � 00.00 $ IO 000.08 COMPLETL IN PLACE, ALLOW CE. STORMWA,TER POLLUTION $ I I A-25 1 LS PREVENTION, COMPLETE IN - r — 6 a LUMPS_UM PLACE PER _ A -26 I LS MISCELLANEOUS ALLOWANCI $ 8.444.44 $ 8 000.00.. COMPLETE IN PLACE MODILIZATIONIBONDWINSURANCE � $ �, Df?� _ $ S o tl A -27 I LS , CpMFLETI�w IN PLACE PER LUMP , . SUM- Addo tleno,t REvisED PROPOSAL p �A S �Woa FORM L/ iT1 LV14 ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2008 CITY PROJECT NO. E09050 I II III XV BID ITEM LIMIT (QTV X UN r BID QTY & ]PRICE IN PRICE IN ITEM UNIT DESCRII''ITON FIGURES flgTU ES $ -1 CONCRETE, COMPLETE IN 25,802 3F $ �"- 5'1� PLAC PER SQUARE FOD . PLAC B -2 CONCRETE CURB RAMP, I5,262 SF COMPLETE IN PLACE PER SC)UA RE . $ ' FOOT. REMOVE AND REPLACE CU" AND B -3 4,600 IF GUTTER, COMPLETE IN PLACE PER S LIEAR_Ia 00T. 5' CONCRETE SIDEWALK, . $ `�.� B-4 14,437 SF COMPLETE: IN PLACE PER 5 EMI ASPHALT PAVEMENT REPAIR, � .r B -5 10,669 SP COMPLETE IN PLACE PER SQUARE S $ I~OOOT. R.E.MOVF- AND RELOCATE TRAFFIC $ S $ B -6 30 EA SIGN, COMPLETE IN PLACE PER 04 -SCE EACH. REMOV AND RELOCATE D� S -7 1 EA BUSINESS SIGN, COMPLETE IN PLACE PER. EACH. ADJUST WA I RJOAS VALVE, t B -8 16 EA COMPLETE RN PLACE PER EACH, - O X COMPLETE N PT�ACE � y�5 B -9 15 EA PER MC RELOCATE ELECTRICAL JUNCTION B -10 4 EA I30K, COMPLETE IN PLACE PER EACH. TACTHE PA WARNING $ $ 97o B -11 2 EA SURFACE (STAND ALONE), COMFLE'IE IN PLACE PER EACH. CDNCRETF DRIVEWAYICONCRETE r� 1 � $ ro� 7 � B -12 1,274 SF PARKING LOT REPAIR, COI�.'"LETE $ ' IN PLACE PER SOUARE_ — 00-'. REVISED PROPOSAL Add itndum Na.•I Attschm¢nlNo. FORM Pape 6 of 10 ADA IMPROVEMENTS GROUP 1 BONA ISSUE 2008 REVISED PROPOSAL Add�ndumNo. i AftdMHoA FORM page? of 10 CITY PROJECT NO. E09 I II IIZ TV BW YTE111( UNIT EXTENSI ON BCD ITEM QTY & UNIT DESCRIPTION PRX CE IN ([QTY X SIT FIGURES FR' 'tCE TILT PI+G•URES CONCRETE TYPE A HEADER CURB, r a - 's fo o'o 13 30 LF COMPLETE IN PLACE PER LINEAR $ . FQOT. • REMOVE AND REPLACE VALLEY �� .�� � B - 14 31 LF GUTTER, COMPLETE IN PLACE PER $ LINEAR FOOT. REMO'V'E AND REPLACE CONCRETE B-15 60 SF MEDIAN ISLAND, COMPLETE IN $ $ PLACE PER S%jpE FOOT_ 12" WHITE CROSSWALK STRIPING., J $ 7 B - 15 1,488 LF COMPLETE IN PLACE PER LINEAR $ . FQO'T. 24" WRITE CROSSWALK STRIPING, c� $ ' Bw17 1,484 LF COMPLETE IN PLACE PER LINEAR FOOT'. _ „ CONCRETE BUS PEDESTRIAN PAD, B -18 66 SF COMPLETE IN PLACE PER SOU#�RE FOOT. ADJUST MANHOLE, COMPLETE IN $ 3-19 1 EA PLACE PER F1 CH. ' REMOVE AND REPLACE CURB 8 -20 INLET TOP (INCLRING AND 1 EA s �-- COVER), COMPLE'T'E IN PLACE PER. EACH. REMOVE AND REPLACE PARKING B -21 0 EA BOLLARDS, COMPLE'T'E IN PLACE. � PER EACH. SIDEWALK DRAIN INCLUDING S B -22 105 SF STEEL PLATE COVER, COMPLEq . IN PLACE PER S._QUAAM FOOT. TRAFFIC CONTROL, COMPLET B-23 1 LS PLACE PER LUMP SIM. REVISED PROPOSAL Add�ndumNo. i AftdMHoA FORM page? of 10 ADA IMPROVEMENTS GROUP 1, BONA ISSUE 2008 CITY PROTECT NO. E09050 I lI III XV V' BID I'T'EM UNIT EXTENSION BID QTY & DESCRIPTION PRICE IN (QT"V X UNIT ITEM UNIT FIGURES PRICF, IN FI�uR.ES MISCELLANEOUS DEMOLITION B 1 L5 AND SITE PREPARATION, $ I0 pp4 $ lQ 00 .00 COMPLETES IN PLACE PER ALLOWANCE. D -25 1 LS STORM'WATER POLLUTION PREVENTYON ,COMPLETE IN $ D, $ 3 i� boo PLACE PER LUMP SUM. . )3-26 1 LS MISCELLANEOUS ALLOWANCE, $ 5.000,00_ $ M.000. COMPLETE IN PLACE MOBILIZA.`I ON/BONDSIINSU'RANCE � � �, E -27 1 LS COMPLETE IN PLACE PER. LUMP S DD �? $ , LOU, BID SUMM.P�R'St SUB -TOTAL -PART -A — (ADA COMPLIANCE AGREEMENT STREE'T'S) $ j � � � � Y G=~ (Bid Items A -1 throu A. -27 SUB - TOTAL - PAR'£ 13 - (ADA UOROVEMENTS, GROUP 1 STREET'S) (Bid Items 9-1 thraugh B -27) TOT'AL BASE BID _r — (Bid Items A & B) REVISED PROPOSAL AA ttac wh hm c No, t cntNo. 4 FORM page 8 of 10 ADA IMPROVEMENTS GROUP 1 BOND ISSUE 2008 CITY PROJECT NO. E09050 NOT19: ne above unit prices must include all labor, materials, removal, overhead, Profit, i nsumee, etc., to cover the lInhhed work of the several kinds called. for, and the owner reserves the right to increase ar decrease the quantity of any bid itom. The above quantities are approximate, include sm additional contingency in some cases, and may wary from the fibal quantities. DO NOT QMER MATIMAL BASED ON THESE A)PI'ItO A M M ATF 4UANTIT ES, The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract dowmeAts relating to the work covered by his bid or bids, that be 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 ratification of award of contract, we will witbin 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 b'A bond attached to this proposal, in the amount of 5% of the highost amount bid, is to become the property of the City of Corpus Cbxisti in the event the contract and bonds are not exwutcd within the time above set forth as liquidated damages for the delay and additional work caused. thereby. Minor hyl.Minurity Rusiness Enterprise Pardeipatioln. The apparent lOw bidder shall, within two days (five days for Contractors outside Nueces County) of receipt of bids, submit to the City Engineer, in writing, the names Wd addresses of MBE firms participating in the couract and a dosoription 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 lcss tbAm four coujnterPart (original signed) sets. Time of Completion, The undersigned agrees to complete the work - within 250 ca#eud dar days from tte date designated by a Mork Girder. The undersigned fiutber declares that he will provide all necessary tools and apparatus, do all the work and fumish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strut accordance with the contract documents and the requirements pertaining thereto, for the sum or s=s above set forth. REVISED PROPOSAL FORM Addeftftm fti A1dICl mw NoA Pap 6 of io I L - ADA IMPROVEMENTS GROUP 1, BOND ISSUE 2003 CITY PROJECT NO. B09050 Receipt of the following addenda is acknowledged (addenda number): Respectfully subxritted Name: By: , a-Ls- 4h,� — (Sl NATURE) (SEAL - If Bidder is a (corporation) Address: 3935 a9J r AVE (P,0. BoC -�r� (Street) 6c� i (C't State} ( Zilr) Telephone:o NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers . ................... — PR(7 {g0) Addendum No. I D FF�OPOGN.F4�M Attaehm mt No. d Page 10 of 10 PAYMENT B O N D STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Ti -Zack Concrete, Inc. of le Sueur County, Minnesota, hereinafter called "Principal ", and a corporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas,. hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sutra of . ONE MILLION FOUR _HUNDRED FORTY -EIGHT THOUSAND, THREE. HUNDRED NZNETY-- SIX AND 50/100 ($1 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 11TH day JANUARY , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: ADA IMPROVEMENTS GROUP 1 BOND ISSUE 2008 PROJECT NO. E09050 (TOTAL BASE BID: $3.,448,396.50) 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. r° 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 B TO. GRTX32210A ..._.— ...... -- -... B O N D P E R N C E STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS-. THAT Ti -Zack Concrete, Inc. of Le Sueux County, Minriesota, hereinafter called "principal ", and _Granite Re, Inc. �� . 1 a corporation organized under the laws of the State of Oklahoma and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unt 0 the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of ONE LEI :GL�� FOUR HUNDRED FORTY -EIGHT THOUSAND THREE HUNDRED NINETY -S IBC AND 50/100 O L448,936.50 ) 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, execrators, 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 11TH of JANUARY , 20 11 , a copy of wh.Lch is hereto attached and made a part hereof, for the construction of: ADA IMPROVEMENTS GROUP I BOND ISSUE 2008 PROJECT NO. E09050 (TOTAL BASE BID: $1,448,396.50) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void, otherwise to :remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas, And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terns 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 �co CERTIFICATE OF LIABILITY INSURANCE �' (NI "'° . / 2011 O THIS CE=RTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDf =R. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND 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 is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer.rights to the certificate holder In lieu of such endorsement(c! PRODUCER House of Insurance Agency, Inc. PO Box 205 LeCenter, MN 56057 pW_' DARIAN T. HUNT FAX PHONE 507- 357 -2221 Ar No. 507 - 357 -4940 &nnRFSe- dhuntl @frontiernet.net INSURED 507 - 357 -6463 507 - 357 -6463 Ti -Zack Concrete Inc. 39352 221st Ave LeCenter, MN 56057 ; Auto - Owners Owners -Travelers COVERAGES CERTIFICATE NUMBER: REVISION NUMBER- 1 nl.2 I I V Ucm I Ir T r rrn I I Mr. rvuuitS Ur INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR TYPE OF INSU NCE ADDL SUER POLICY NUMBER MAOifLICY EFI- MOLT EXP LIMITS GENERAL LIABILITY V EACH OCCURRENCE $ 1,000, C X COMMERCIAL GENERAL LIABILITY 4T- CO- 9112R714- TIL -10 09/21/2010 09/2112011 DAMAGE T RENTED PREMISES Eaocaurrence $ 5(), 00() CLAIMS -MADE FK OCCUR MED EXP (Any one person) $ 5 PERSONAL & ADV INJURY $ 1 1 000,000 GENERAL AGGREGATE $ 2, 000, 000 GEML AGGREGATE LIMITAPPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO- IOC $ AUTOMOBILE LIABILITY COMBINED SINGL£ LIMIT 1 , 000, 000 B004LY INJURY (Par person) $ C ANY AUTO BA- 9112R714- 10 -CNS 09/21/2010 09/21/2011 ALL OWNED SCHEDULED AUTOS AUTOS X BODILY INJURY Per accident ( ) S X MON-OWNED HIREDAUTOS AUTOS X PROPERTY DAMAGE Perarradent $ $ a.,,.d e.i. P.... a�.d wow. wt P... X UMBRELLA UAB X OCCUR V EACH OCCURRENCE $ 2, 000,000 AGGREGATE 2, 000, 000 C EXCESS CLAIMS -MADE 4TSM- CUP- 9112R714 09121/2010 09/21/2011 D RETENTION $ $ woPKERs COMPENSATION X I WC STATU- OTH. AND EMPLOYERS LIABILITY Y T ORY tIMITS F8_ E.L. EACH ACCIDENT $ 500,000 C ANY 4TC- UB- 9112R714 -10 09/21/201fl 09/21/2011 E.L. DISEASE - EA EMPLOYE $ 500,000 (Mandatory in NH) K es descnbeunder E.L.DI5EA5E- POLICY LIMIT $ 500,000 DESCR IPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS ! LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, U more space is required) The City of Corpus Christi is named as additional insured on all general liability (GL) and all automobile liability (AL) policies. Project Name: ADA Improvements Group I. /Bond Issue 2006 Project Number: E09050 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Department of Engineering Sery / Attn Contract AdminPO Box 9277 pUTNpRIZEpREPRESENTATIVE Corpus Christi, TX 76469 -9277 ®1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD dame and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY /4T—CO-9112R714—TI L -10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury ", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance ", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury ", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury or "property damage" caused by "your work" and 'included in the "products- completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance ", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non - contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance ". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 08 05 O 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY 4T— CO- 9112R714— TIL -10 I. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit' is brought against the additional insured, the additional insured must: 1. Immediately record the specifics of the claim or "suit' and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. C) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to 'other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. 1 Countersigned By: Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 COMMERCIAL AUTO BA 9112 R714- 10 —CNS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM . With respect to coverage provided by this endorse- ment, the provisions of the Coverage Form apply unless modified by the endorsement. A. PERSONAL EFFECTS COVERAGE SECTION III — PHYSICAL DAMAGE COVER- AGE, A. Coverage, 4. Coverage Extensions is amended by adding the following: C. Personal Effects Coverage We will pay up to $400 for "loss" to wearing ap- parel and other personal effects which are: (1) owned by an "insured "; and (2) in or on your covered "auto "; in the event of a total theft "loss" of your covered "auto ". No deductibles apply to Personal Effects Cover- age. B. AUTO LOAN LEASE GAP COVERAGE SECTION III — PHYSICAL DAMAGE COVER- AGE, A. Coverage, 4. Coverage Extensions is amended by adding the following: Auto Loan Lease Gap Coverage for Private Passenger Type Vehicles In the event of a total "loss" to a covered "auto" of the private passenger type shown in the Schedule or Declarations for which Physical Damage Cov- erage is provided, we will pay any unpaid amount due on the lease or loan for such covered "auto" less the following: (1) The amount paid under the Physical Damage Coverage Section of the policy for that "auto'; and (d) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. COVERAGE EXTENSION — AUDIO, VISUAL. AND DATA ELECTRONIC EQUIPMENT NOT DESIGNED SOLELY FOR THE PRODUCTION OF SOUND SECTION III — PHYSICAL DAMAGE COVER- AGE, B. Exclusions, exception paragraph a. to exclusions 4.c & 4.d is deleted and replaced with the following: a. Equipment and accessories used with such equipment, except tapes, records or discs, provided such equipment is permanently in- stalled in the covered "auto" at the time of the "loss" or is removable from a housing unit which is permanently installed in the covered "auto' at the time of the 'loss ", and such equipment is designed to be solely operated by use of the power from the "auto's" electri- cal system, in or upon the covered "auto "; or WAIVER OF DEDUCTIBLE — GLASS SECTION III — PHYSICAL DAMAGE COVER- AGE, D. Deductible is amended by adding the following: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. E. HIRED AUTO PHYSICAL DAMAGE COVER- AGE (2) Any: SECTION III — PHYSICAL DAMAGE COVER. (a) Overdue lease /loan payments at the time AGE, A. Coverage, 4. Coverage Extensions is of the "loss "; amended by adding the following: (b) Financial penalties imposed under a Hired Auto Physical Damage Coverage Exten- lease for excessive use, abnormal wear sion and tear or high mileage; If hired "autos" are covered "autos" for Liability (c) Security deposits not returned by the les- Coverage and this policy also provides Physical sor; Damage Coverage for an owned "auto ", then the CA T4 20 07 06 Includes the copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 2 Includes the copyrighted material of The St. Paul Travelers Companies, Inc. COMMERCIALAUTO $A- 91128714- 10 —CNS Physical Damage Coverage is extended to "autos" that you hire, rent or borrow subject to the following: (1) The most we will pay for "loss" in any one "accident" to a hired, rented or borrowed "auto" is the lesser of: (a) $50,000; (b) The actual cash value of the dam- aged or stolen property as of the time of the "loss'; or (c) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. (2) An adjustment' for depreciation and physical condition will be made in deter- mining actual cash value in the event of a total "loss ". (3) If a repair or replacement results in better than like kind or quality, we will not pay for the amount of betterment. (4) A deductible equal to the highest Physical Damage deductible applicable to any owned covered "auto ". (5) This Coverage Extension does not apply to: (a) Any "auto" that is hired, rented or bor- rowed with a driver; or (b) Any "auto" that is hired, rented or bor- rowed from your "employee ". F. BLANKET WAIVER OF SUBROGATION SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions, 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- Countersigned By: tent required of you by a written contract exe- cuted prior to any "accident" or "loss", pro- vided that the "accident" or "foss" arises out of the operations contemplated by such con- tract. The waiver applies only to the person or organization designated in such contract. G. BLANKET ADDITIONAL INSURED SECTION 11 — LIABILITY COVERAGE, part A. 1. Who Is An Insured, paragraph c. is amended by adding the following: Any person or organization that you are required to include as an additional insured on this Cover- age Form in a written contract or agreement that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section IL H. EMPLOYEE HIRED AUTOS SECTION 11 — LIABILITY COVERAGE, A. Cov- erage, 1. Who Is An Insured is amended by add- ing the following: An "employee" of yours is an "insured" while op- erating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. I. COVERAGE EXTENSION — TRAILERS SECTION 1 — COVERED AUTOS, C. Certain Trailers, Mobi[e Equipment and Temporary Substitute Autos, paragraph 1. is deleted and replaced by the following: 1. "Trailers" with a load pounds or less designed on public roads. Page 2 of 2 Includes the copyrighted material of Insurance Services office, Inc. with its permission. Includes the copyrighted material of The St. Paul Travelers Companies, Inc. capacity of 3,000 primarily for travel CA T4 20 07 06 POLICY NUMBER: 4 T- CO- 91128714- TIL -10 ISSUE DATE:01 -1 2011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - EARLIER NOTICE OF CANCELLATIONINONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY / SCHEDULE CANCELLATION: 30 Number of Days Notice: 30 WHEN WE DO NOT RENEW (Nonrenewal): Number of Days Notice: 30 NAME: City of Corpus Christi Dept of Engineering services :• :Attu Contract Admin ADDRESS: �O Box 9277 Corpus Christi, TX 78469 -9 277 A. For any statutorily permitted reason other than nonpayment of premium, the number of days re- quired for notice of cancellation, as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this insurance, is in- creased to the number of days shown in the SCHEDULE above. B. For any statutorily permitted reason other than nonpayment of premium, the number of days re- quired for notice of When We Do Not Renew (Nonrenewal), as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state When We Do Not Renew (Nonrenewal) endorsement applicable to this in- surance, is increased to the number of days shown in the SCHEDULE above. C. We will mail notice of cancellation or nonrenewal or material limitation of those coverage forms to the person or organization shown in the schedule above. We will mail the notice at least the Num- ber of Days indicated above before the effective date to our action. s Countersigned By: IL T3 54 03 98 Copyright, The Travelers Indemnity Company, 1998 Page 1 of 1 POLICY NUMBER: BA- 9112R714- 10 —CNS ISSUE DATE:01 - 17 - 2011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - EARLIER NOTICE OF CANCELLATIONMONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: 30, Number of Days Notice: 30 WHEN WE DO NOT RENEW (Nonrenewal): Number of Days Notice: 30 NAME: City Dept ;:At;tn ADDRESS: PO Co of Corpus Christi of Engineering Services Contract Admin s Box 9277 rpus Christi, TX 78469 -9277 A. For any statutorily permitted reason other than nonpayment of premium, the number of days re- quired for notice of cancellation, as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this insurance, is in- creased to the number of days shown in the SCHEDULE above. B. For any statutorily permitted reason other than nonpayment of premium,. the number of days re- quired for notice of When We Do Not Renew (Nonrenewal), as provided in the CONDITIONS Section of this insurance, or as amended by any Counter�igne By: applicable state When We Do Not Renew (Nonrenewal) endorsement applicable to this in- surance, is increased to the number of days shown in the SCHEDULE above. C. We will mail notice of cancellation or nonrenewal or material limitation of those coverage forms to the person or organization shown in the schedule above. We will mail the notice at least the Num- ber of Days indicated above before the effective date to our action. IL T3 54 03 98 Copyright, The Travelers Indemnity Company, 1998 Page 1 of 1 TRAVELERS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 11 (A) POLICY NUMBER: 4TC— UB- 9112R714 -10 NOTICE OF CANCELLATION e Except for non - payment of premium by you, we agree that no cancellation or limitation of this policy shall become effective until the number of day's written notice specified in item 2 of the Schedule has been mailed to you and to the person or organization designated in item 1 of the Schedule at the address indicated. SCHEDULE 1. Name: City of Corpus Christi Dept of Engineering Services Attsn Contract Admin Address: p0 Box 9277 Corpus Christi, Tx 78469 -9277 2. Number of Hays Written Notice: 30 Additional Days J 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 1 -17 -2011 Policy No. 4TC— UB- 9112R714Endorsement No. Insured Ti-Zack Concrete Inc Premium$ Insurance Company Countersigned by 1 DATE OF ISSUE: - - ST ASSIGN: Page 1 of 1