Loading...
HomeMy WebLinkAboutC2012-338 - 10/23/2012 - Approved2012 -338 10/23/12 M2012 -188 Rarcom Commercial Inc. SPECIAL PROVISIONS GENERAL PROVISIONS AND ATTACHMENTS FOR JOB ORDER CONTRACT MASTER AGREEMENT FOR MINOR CONSTRUCTION, REPAIR, REHABILITATION, AND ALTERATION OF FACILITIES BARCOM COMMERCIAL, INC. DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361- 826 -3560 Fax: 3.6.1-826-.3501 RFP No. 2092-02 JOB ORDER CONTRACT MASTER AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this the day of _ . 2012, by and between the CITY OF CORPUS CHRISTI, a Texas home rule municipal corporation located in the County of Nueces, State of Texas, acting through its duly authorized City Manager or designee, termed in the Contract Documents as "City," and _Barcom Commercial. Inc. a Corporation termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: WHEREAS, the City's Department of Engineering Services issued a Request For Proposals (RFP) No. 2012 -02 — Agreement for Job Order Contracting (JOC), for the Minor Construction, Repair, Rehabilitation, and Alteration of Facilities (the "RFP ") to provide Job Order Contracting Services on an on -call or as- needed basis, through individually priced job orders or job order contracts (Job Orders or JOCs) for the maintenance, repair, alteration, renovation, remediation, or construction of facilities; and WHEREAS, Contractor submitted a proposal in response to the RFP (the "Proposal ") and was selected for recommendation for award; and WHEREAS, the Corpus Christi City Council authorized award f this JOC Master Agreement (the "Agreement ") to Contractor on 2,5 Ad day of Oc -7 R, , 2012; and WHEREAS, the parties desire to enter into a Job Order Contract Master Agreement to set the terms and conditions the parties must follow, NOW THEREFORE, THE PARTIES AGREE AS FOLLOWS: 1. Terms.. a. Agreement. This Agreement consists of the Contract Documents, the RFP No. 2012 -02, Contractor's Proposal submitted in response to RFP No. 2012 -02, and this Job Order Contract Master Agreement, including all attachments and exhibits (collectively, the "Agreement "), which provides terms and conditions with which the parties agree to comply for any "Job Order Task" or ".fob Order Contract" (JOC) executed between the parties under the Department of Engineering's JOC Program. b. Job Order Contract Master Agreement/ (the "JOC Master Agreement" or the "Agreement') refers to this Agreement, a competitively awarded master agreement with an undefined Statement of Work (SOW). The work is of an indefinite quantity and a recurring nature, delivered on an on -call or as needed basis, through individually priced job orders or job order contracts (JOC). The JOC Master Agreement may support a broad assortment of facilities construction Page i of 12 Rev" Jun -2010 work. In this Agreement, the JOC Master Agreement may also be referred to as the Agreement for Job Order Contracting, the JOC Agreement, or the Agreement. C. Job Order or Job Order Contract (JOC) as referred to in this Agreement is an individually priced job or task order, based on the Contractor's previously proposed coefficient(s) and a definitive SOW. Individual job orders are firm fixed price upon issuance. The term "job order" or "job order contract" refers to an individually priced job order based on pre - established unit prices applied to estimated quantities for a fixed lump sum price or a unit price order based on the quantities and line items delivered. In this Agreement, Job Order Contract (JOC) may also be referred to as Job Order, Job Order Task, or Task Order. d. Contract Documents. The Contract Documents for each JOC will 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, any Performance and Payment bonds, addenda, the Contractor's Proposal to RFP No. 2012 -02, the JOC Master Agreement, and related documents which shall be made a part of each JOC, all of which will constitute the contract for each project or JOC. 2. General Scope of JOC. a. The City has awarded or will award one or more JOC Master Agreements or JOC Agreements. The type of work to be supported is for the maintenance, repair, alteration, renovation, remediation, or construction of facilities. The work is of a recurring nature but the delivery times are quantities are indefinite. b. JOCs apply to facilities work. The JOC Master Agreement and any individual JOC applies only to a facility that is a building, or a structure or land, whether improved or unimproved, that is associated with a building. The JOC does not apply to a highway, road, street, bridge, utility, wharf, dock, airport runway or taxiway, drainage, or related type of project associated with civil engineering construction. The City currently owns approximately 1200 properties that require a variety of minor construction, repair, rehabilitation, or alteration services, including but not limited to services for construction in three (3) areas: general mechanical /electrical /plumbing (MEP); and roofing. C. Minor construction may include new office construction (as well as demolition) to completing a new floor plan, etc. d. Repair is defined as work that involves the reparation of a broken system, component, or sub - component of a building such as doors, electrical outlets, plumbing, flooring, sheetrock, and/or air conditioning systems, etc. Page 2of12 Rev. Jun -2010 e. Rehabilitation is defined as work that involves the restoration of an office, floor, system or component of a system in order to restore functionality. Alteration is defined as work that involves extending a wall, upgrading lighting fixtures, installing a door where one did not exist, replacing flooring, etc. I Scope and Duty of Contractor. a. For each JOC, the Contractor shall construct and complete the improvements according to the Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in the Contractor's bid proposal and as provided under the JOC. b. Contractor shall supply at its expense such materials, services, labor and insurance as required by the Contract Documents, including overseeing the entire job. C. Contractor shall be responsible for providing all labor, material, tools, instruments, supplies, equipment, transportation, mobilization, insurance, subcontracts, bonds, supervision, management, reports, incidentals, and quality control necessary to complete work for the minor construction, repair, rehabilitation and alteration of city facilities. 4. Time Limit for Bid Proposals Requested. There will be limited time from the time the City first contacts the Contractor and "assigns" the project to the time the City issues an authorization to begin work. The Contractor shall submit its Proposal as soon as possible, but not later than ten (10) calendar days after the City's request for that the Contractor investigate, plan, and submit an estimate and schedule (a proposal) for a given job order. Failure to comply with the Time Limit for Bid Proposals Requested is a breach of contract, under both this Agreement and under each JOC executed pursuant to the this Agreement. b. Contractual unit prices. The City establishes contractual unit prices for job order contracts by specifying the R.S. Means Cost Data Books and certain applicable divisions or line items listed and more fully described in Section III.A of the RFP. 6. Coefficients or multipliers. The Contractor's proposed two (2) coefficients or multipliers are to be applied to the price book or prepriced work items as the price proposal. Coefficients or multipliers are more fully described in Section III.A of the RFP. 7. Compensation to Contractor. City shall pay Contractor in current funds for performance of each Job Order Contract in accordance with both this Agreement and the JOC, as the work progresses. 8. Maximum aggregate price. The maximum aggregate price for work over any one year of this Agreement's term is two million dollars. Page 3 of 12 Rev. Jun -2010 9. No guaranteed minimum. This JOC Master Agreement provides for no guaranteed minimum amount of job orders, no amount of work, and no dollar amount. Term. The Term of this Agreement is for a base term of two (2) years with the option to renew annually on an administrative basis for not more than three (3) additional years. The City Manager or designee (Director of Engineering Services) shall have the option to renew the agreement annually for not more than three additional years. The option to renew will be exercised administratively. 10. Performance and payment bonds required. The Contractor shall provide performance and payment bonds (1) if required by law, based on the amount or estimated amount of any job order; or (2) if otherwise required by the City regardless of the estimated amount of a job order. At a minimum, the JOC Contractor will be required to provide a payment bond on all job orders that exceed $25,000 and a performance bond on all job orders that exceed $100,000. 11. JOC Specific Requirements. a. With the exception of emergencies, any work required by the City shall be ordered through the issuance of a formal written Job Order Contract or JOC containing the approved Job Order Proposal along with a City Issued Purchase Order. b. Job Order Proposals are to be submitted to the City at no additional cost. The RFP resulted in multiple awards for multiple JOC Agreements, and the City may elect, at its own discretion, to solicit JOC Proposals from one or more of the awarded JOC Contractors depending upon the estimated value and/or complexity of the proposed project. Determination to solicit multiple proposals or from only one awarded JOC Contractor shall be on a case by case basis, as deemed in the best interest of the City. C. Upon review of the Job Order Proposal(s), the City shall have the right to reject all proposals, cancel a proposed project or elect to perform work utilizing city personnel. The City shall not be responsible for payment or costs incurred by the awarded contractors for the preparation and submission of a Job Order Proposal regardless of project outcome. d. In the event that design services, construction drawings and/or plans are required, the City shall obtain these services from city resources or from a third - party consultant. The Contractor will not be permitted to contract with or hire consultants. e. The Unit Price Book(s) shall serve as a basis for establishing the value of work to be performed. The Contractor's Job Order Proposal shall be submitted to the City as negotiated under this JOC Master Agreement, as submitted in accordance with the Contractor's Proposal, Exhibit E. Page 4 of 12 Rev. Jun -2010 92. Scheduling of Work a. The first day of performance shall be the effective date specified in the Job Order Contract. Any preliminary work started, materials ordered or purchased prior to receipt of the City's Purchase order shall be at the Contractor's risk and expense. b. The Contractor shall meticulously prosecute the Work to completion with the time set forth in the Job Order. C. The period of performance shall include allowance for mobilization, holidays, weekend days; inclement weather; cleanup and project acceptance procedures. d. When the Contractor considers the Work to be complete and ready for its intended use, the Contractor shall notify the Director of Engineering Services or designee. The City shall inspect the Work to determine the status for completion. The contractor shall proceed promptly to complete or correct items listed. e. Contractor shall endure that the purchase, delivery and storage of materials and equipment shall be made without interference to the City operations and personnel. f. The Contractor shall be responsible for removing furniture and/or portable office equipment from the immediate work area as well as replacing to its original location upon work completion. In the event that said items cannot be replaced within its original location, the City shall designate alternate locations(s) for placement. g. The Contractor shall take all necessary precautions to ensure that no damage shall result from operations to private of public property. All damages must be repaired or replaced by the Contractor at no additional cost to the City. The Contractor shall also be responsible for providing all necessary traffic control, to include but not limited to street blockages, traffic cones, flagmen, etc., as required for each Job Order. Proposed traffic control methods must be submitted to the City for approval prior to the commencement of work. h. The Contractor shall be responsible for obtaining all required permits applicable to performance under any single order placed against this contract. The City shall be responsible for the cost of any and all City permits. i. The Contractor shall allow authorized City personnel to inspect and audit any books, documents, papers, data and records relating to performance throughout the term of said JOC Agreement. The City reserves the right to audit and /or examine such records at any time during the progress of this Agreement and shall withhold payment if such documentation is found by the City to be incomplete or erroneous. Page 5 of 12 Rev. Jun -2010 13. Contractor's Project General Manager. The Contractor's Project General Manager shall be knowledgeable in multiple disciplines including electrical, mechanical, HVAC, paving, landscaping, painting, roofing and plumbing. 14. Safety Plan. The Contractor may be required to submit to the City for approval, a Safety Plan within fifteen (15) calendar days after Award of Agreement. Said plan must address all aspects of the Contractor's safety procedures including responsibility for OSHA compliance, drug testing, trend analysis, corrective action and interface with City inspectors. 15. Warranty of Construction. The Contractor shall warrant that work performed conforms to the Job Order requirements and is free of any defect in equipment, material or design furnished, or workmanship performed by the contractor of any of its subcontractors or suppliers at any tier. All work provided by the Contractor shall be warranted for a minimum period of one (1) year from the date of final acceptance of the Work. Equipment warranties shall be as required under the Statement of Work. 16. Training. Upon execution of this Agreement, the Contractor shall make arrangements and provisions to conduct a minimum of two (2) training classes for City staff to include but not limited to the JOC Process, explanation and use of the specific R.S. Means Cost Data Book, Cost Index, and the Unit Price Book, at no additional cost to the City. 17. "Green Building" Program." In an effort to conserve resources as well as preserve our environment, the City is in the process of developing a program to support a "Green Building" policy for all new city -owned and funded facilities. A "green building ", also known as a high performance building, shall include a structure or facility that is designed, build, renovated, and operated in a resource - efficient and healthful manner. Green buildings are designed to meet certain objectives such as: conserve energy and water, use renewable, recyclable or reclaimed materials, protect occupant health, optimize use of local and regional resources, and reduce the overall impact of that new structure to the environment. The program initiatives for a "Green Building" policy may include the following: a. All new buildings and major renovations constructed by the City of Corpus Christi or its contractors and funded directly by the City of Corpus Christi shall be designed and constructed with economical and technically feasible green building components. b. The City of Corpus Christi shall focus this green building policy in an effort to meet the requirements of the Texas Emissions Reduction Plan, specifically Chapter 388. Section 388.005 of the Texas Health and Safety Code, which states that certain political subdivisions should: (a) implement all cost effective "energy efficiency measures" in order to reduce electric consumption by the existing facilities, (b) establish a goal to reduce electric consumption by its facilities of five (5 %) percent each year for five years, and (c) annually report to Page 6of12 Rev. Jun -2010 State Energy Conservation Office (SEGO) its efforts and progress in reduction of electricity. C, City staff will develop a green building program for the city facilities targeted in this policy. This green building program will describe the standards of the green building components, including standards for energy efficiency, renew- able materials, water conservation, air flow, and site location. This program shall also describe the target buildings, exemptions, and methods to achieve the goals of this policy. The development of this plan will include an evaluation of the AIA "2020 Challenge," the U.S. Green Building Council's Leadership in Energy and Environmental Design (LEED), and the Environmental Protection Agency's Energy Star Program. Feasible components of these programs will be incorporated into this plan. A review of the accomplishments made under this plan shall be reported to City Council annually. d. All maintenance practices performed by the City of Corpus Christi shall incorporate energy efficiency and green building practices, as reasonably possible. 18. Worker's Compensation Coverage. Texas law requires that contractors, subcontractors and others must be covered under Worker's Compensation insurance, authorized self- insurance or a worker's compensation coverage agreement. Throughout this Agreement such coverage must be provided. Contractor shall comply with the Insurance Requirements for Worker's Compensation Coverage as described and shown in the Notice to Contractors Attachment J. 19. Insurance. Contractor shall comply with the Insurance Requirements as described and shown in Attachment F. 20. Indemnification. Contractor shall fully indemnify and save harmless the City of Corpus Christi, its officers, agents and employees, as required in Attachment G. 21. Independent Contractor. Contractor, it and all persons designated by it to provide services in connection with this Agreement or any JOC executed pursuant to this Agreement is, (are) and shall be deemed to be independent contractor(s), responsible for its (their) respective acts or omissions, and that City shall in no way be responsible for Contractor's actions, and that none of the parties hereto will have authority to bind the others or to hold out to third parties, that is has such authority. 22. Governing Law and Venue. This Agreement shall be construed and interpreted in accordance with the laws of the State of Texas, and venue of any litigation hereunder shall be in a court of competent jurisdiction sitting in Nueces County, Texas. Page 7 of 12 Rev. Jun -2016 23. Survivability. The unenforceability, invalidity or illegality of any provisions of this Agreement shall not render the other provisions unenforceable, invalid or illegal, but the parties shall negotiate as to the effect of said unenforceability, invalidity or illegality on the rights and obligations of the parties. 24. Captions. The captions, titles and headings in this Agreement are merely for the convenience of the parties and shall neither limit nor amplify the provisions of the Agreement itself. 25. Notices to be given by either party to the other relative to this Agreement shall be in writing. Both parties agree that any such notice shall be effective when personally delivered or deposited, postage paid, in the U.S. Mail addressed by certified mail, return receipt request, as follows: CITY for legal notices send to: City of Corpus Christi Veronica Ocanas, Assistant City Attorney City Attorney's Office P.O. Box 9277 Corpus Christi, TX 78469 -9277 Tel: 361- 826 -3375 Fax: 361- 826 -3239 for . any questions regarding the administration and management of this agreement send to: Graziella Mesa Project Manager Department of Engineering Services 1201 Leopard St. Corpus Christi, TX 78401 Tel: 361 - 826 -3550 Fax: 361 - 826 - 3501 Email: graziellam @cctexas.com CONTRACTOR Name: !C4 , n e Title: 7 i c .S o rI Address: _ , pct r „ La Ni r_ Tel: '� 67 i- 3e ,-5i- I()()U Fax: _I t0I - &J1- l D Page 8 of 12 Re Jun -2010 26. TABLE RE DIVISION 01 DIVISION 01 01 1131 Professional Consultants 01 11 31.10 ONLY ALLOWABLE AS REQUIRED BY 01 1131-30 STATEMENT OF WORK IF PERMITTED BY LAW 01 11 31.20 01 11 31.50 NOT AUTHORIZED 01 11 31.75 02 21 16 CONTINGENCY ALLOWANCE 01 21 16.50 NOT AUTHORIZED 01 21 55 JOB CONDITION ALLOWANCE 01 21 55.50 NOT AUTHORIZED 0221 57 OVERTIME ALLOWANCE 01 21 57.50 ONLY ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 01 21 61 COST INDEX 01 21 61.10 AVERAGE 01 21 61.30 01 21 61.50 012163 TAXES 01 2163.10 SHALL BE INCLUDED WITHIN CONTRACTORS COEFFICIENT 01 31 13 PROJECT COORDINATION 01 31 13.20 SHALL BE INCLUDED WITHIN 01 31.13.30 CONTRACTORS COEFFICIENT 01 31.13.40 01 31 13.60 01 31 13.80 01 31 13.50 NO AUTHORIZATION 01 31 13.90 ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 01 32 13 SCHEDULING OF WORK 01 32 13.50 SHALL BE INCLUDED WITHIN CONTRACTORS COEFFICIENT 01 3233 PHOTOGRAPHIC DOCUMENTATION 01 3233.50 ROUTINE DOCUMENTATION FOR CONTRACTORS RECORDS, SHALL BE INCLUDED WITHIN CONTRACTORS COEFFICIENT 014126 PERMITS 014126-50 ITEM 0020 WILL BE AUTHORIZED AS REQUIRED BY STATEMENT OF WORK Page 9 of 12 Rev. Jun -2010 01 45 23 TESTING AND INSPECTING SERVICES 01 45 23.50 ROUTINE TEST FOR CONTRACTORS RECORDS AND DOCUMENTATION SHALL BE WITHIN CONTRACTORS COEFFICIENT. ADDITIONAL TESTING REQUIRED BY THE CITY WILL BE BY A SEPARATE CITY CONTRACT 016113 TEMPORARY UTILITIES 01 51 13.80 ALLOWAB LE AS REQUIRED BY STATEMENT OF WORK 01 52 13 FIELD OFFICES AND SHEDS 01 51 13.20 ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 01 51 13.40 NOT AUTHORIZED 01 54 09 PROTECTIVE EQUIPMENT 01 5423.60 ALLOWABLE AS REQUIRED BY 01 5423.70 STATEMENT OF WORK 01 5423.75 01 5423.80 01 54 23 TEMPORARY SCAFFOLDING AND PLATFORMS 01 5423.60 ALLOWABLE AS REQUIRED BY 01 5423.70 STATEMENT OF WORK 01 5423.75 01 5423.80 01 54 26 TEMPORARY SWING STAGING 01 5426.50 ALLOWABLE AS REQUIREp BY F STATEMENT OF WORK 01 54 36 EQUIPMENT MOBILIZATION 01 54 36.50 ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 016439 CONSTRUCTION EQUIPMENT L 01 54 39.70 SHALL BE INCLUDED WITHIN CONTRACTORS COEFFICIENT 01 55 23 TEMPORARY ROADS 01 55 23.50 ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 015613 TEMPORARY AIR BARRIERS 01 56 13.60 T ALLOWABLE AS REQUIRED BY 01 56 13.90 1 STATEMENT OF WORK 01 56 23 TEMPORARY BARRICADES 01 5623.10 ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 01 56 26 TEMPORARY FENCING 015626-50 ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 01 56 29 TEMPORARY PROTECTIVE WALKWAYS 01 5629.50 ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 01 58 13 TEMPORARY PROJECT SIGNGAGE 01 58 13.50 f ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 01 71 23 FIELD ENGINEERING 01 7123.13 ONLY ALLOWABLE AS REQUIRED BY 01 7123.19 STATEMENT OF WORK, IF PERMITTED BY LAW Page 10 of 12 Rev. J u n -2010 01 74 13 PROGRESS CLEANING 01 7413.20 ALLOWABLE AS REQUIRED BY STATEMENT OF WORK 019113 COMMISSIONING 01 91 13.50 ALLOWABLE AS REQUIRED BY STATEMENT OF WORK Contract ContactlProject Manager. for any questions_ regarding the administration and management of this a reement send to: Graziella Mesa Project Manager Department of Engineering Services 1201 Leopard St. Corpus Christi, TX 78401 Tel: 361 -826 -3550 Fax: 361 -826 -3501 Email: graziellam @cctexas.com CONTRACTOR f Name: 1 =_I Q, Title. f 'e yL i Address: , a i,, 13-e _} L- n f, n�c is Tel:I Fax: 3b, ATTACHMENTS to JOC MASTER AGREEMENT and to RFP No. 2012 -02 Agreement for Job Order Contracting for Minor Construction, Repair, Rehabilitation, and Alteration of Facilities TABLE OF CONTENTS ATTACHMENTS Contractor's Comp leted Questionnaire RFP Attachment A Contractor's Completed and Signed Disclosure of Interest Form RFP Attachment B Contractor's Completed Litigation Disclosure Form RFP Attachment C Contractor's Completed Minority/Minority Minority/Minority Business Enterprise RFP Attachment D Contractor's Completed Pricing Schedule Form RFP Attachment E INSURANCE REQUIREMENTS RFP Attachment F Page 11 of 12 Rev. Jun -2010 INDEMNIFICATION REQUIREMENTS RFP Attachment G Contractor's Comp leted Signature Page RFP Attachment H Contractor's Completed Proposal Checklist RFP Attachment 1 WORKER'S COMPENSATION COVERAGE RFP Attachment J ADDENDUM TO SPECIAL AND GENERAL PROVISIONS RFP Attachment K SPECIAL PROVISIONS RFP Attachment L GENERAL PROVISIONS RFP Attachment M Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST CITY OF CORPUS CHRISTI By: City Secretary Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation APPROV D AS T LEGAL FORM By: By: Asst. City Attorney Daniel Biles, P.E. Director of Engineering Services CONTRACTOR ATTEST: (If Corporation) Barcom Commercial, Inc. By: (Seal Below) Title: L�f ? t (Note; If Person signing for 5826 Bear Lane corporation is not President, Corpus Christi, TX 78405 attach copy of authorization to sign) (361) 851 -1000 Office (361) 851 -1717 Fax L� �. wW� xd� Page 12 of 12 Rev. Jun -2010 RpP NOr 2012 -M AGREEMENT FOR JOB ORDER CONTRACTING (JOC) FOR MINOR CONSTRUCTION, REPAIR, REHABILITATION, AND ALTERATION DE FACILITIES ATTACHINENT A IRIMPONDENTMONTRACTOR QUESTOMINAIRE H �; j q I. Company hdbimatloo: Provide the following Ir kanation regarding your oompmny. Name/Name of Agency/Company: earcorn commercial inc. Address 5826 r Lane C y [ , y��- Co Christi �fe Texas p Code, 78405 - - i � w i i rrr _ - - Telephone No. 361 - 851 -1000 F ax NO: 361 -851 -1717 2 Contract Irdbrmadon: List the person who the City may cores concerning your proposal or setting dates for meetings. Name: Dave Hoffman /Mike Douglas Aduf rr+ess: 5826 Bear Lane Cn Carpus Christi; Texas �p CO*: 78405 Tdophone No . 361; - 1000 Fax No: 361- 851 -1717 Emall: davegbarcorn.cc / mikefbarcorn.cc 3. Does your Cony anftipate arm► merges, transfer of ogankdon ownefship, ned *a nrm or months that may affect the o gan badoift abi�Iilyto c�any�out Rs mil? m (12) Yes INo x 4. is your Company authorized and/or ficaroxi to do b wins In Tens? Yes x No S. Where is the Comparrfe corporate headquatfers bcaWd? Corpus Christi. T a Luca! Operstims Does the Company have an office located In Corpus ChrIN, Texas? Ye8 X — No ATCACiM MT'A" POV I d S I a. d the answer to the previous question Is °yes". how long has the Company conducted business from Us Corpus Christi office? Years 26' Months 7 b. State the number of mall -tithe employees at the Corpus Cfte ofliCe. 32 7. County Operation If to Company don not have a Corpus ChM oft*. does the Company have an cAM located In Ni ceoes County, Texas? Yes No N/A a If the answer to the previous question Is yft how long has the Company conducted business *om ihi Nueoee County offbe? Yam Months N/A b. State the number of full,41ne em*oyees at the Nueoes County off e. ,_N /A„� L DebannonUSuspeasion Information: Has the Company. or any of Its prinalparls. been ,debarred or suspended from contracting with any public end Yes No x I yes, identify the public entity and the name and amni . phone number of a representative of the public entity famillar WM the rtelmm or.suppenglon, and state the reason for or chmmstances sunwnWng the debarment or suspenaian. Inohidhrg but not I(mihid to the period of time for such debarment or suspension. S. Surety Inkro adon: Have you or the Company ever had a bond or surety canceled or fortolted7 Yes_ No x if yes, state the name of the bondit aNn1N!ny. date. arnount of bond and reason for such cancellation or forfelture. 10. ftnbuptcy Ikon: Have you or life Company ever been dedoed bankrupt or Zed for protection from credbas under state or federal proceedings? Yes No x If yes, strata die date, cwt, Jurisftgon, cause nw ftev. amount of I NIties and amount of .assets. j 11. Proarhte any other names under which you busies has operated within the last 10 years. N/A ATTACHMENT . "A" P482ols 2 RIUMENCES - Provide to (6) refs enoss, one of which must be from a financial inafitutlon #hat has provided Respondent with bans ft services during the past three years. Identlfy two of your largest public entity d6nis and two of your largest non -public entlty agents. in which you have pm*ed services to whin the past three years. RMWence No. 1: (Financier lnsfibon) Fb Tr dc om pany America Coact NEW.- James T. Pickett Senior Lending Officer Addre": P. O. Box 6469 Cif Corpus Christi $toft Texas Ap Cade. 78466 -6469 Telephone No- _„ j62M2MA - -- -- Fix NW ._.361- 991 -ODU Ernall: Reference No. 2: (Pubic Enftttt) F]"nADompany Name: city of mcmen ....._.. Canted 111Jlrrle Victor Gonzalez 'rise• C Engineer Address: 1300 Houston Avenue McAllen • Texas ,Zjp (;0{1e, 78501 Telephone No. 956 - 681-11$3 ^, FaX No: 95Cr537 -Q29R Email: Reftnu m No. 3: (Public Eaft) RMVC0mpafly Natll>�: Pharr -San Juan -Alamo ISA. Coact Nam., Manuel Rivera, Jr. TSB: Deputy Superintendent Addrm: 602 E. Kelly Pharr gig; Texas fie` 78577 Telephone M0. 956- 354 -200 FJ NO: 956 - 783 -3818 Entail: ATTACHMEMT NX' P403of6 3 lRd91anm No. 4: plon4 iblic Entity) FkffdContpany Nme- AEP- America Electric Power ConW Name; Pete Cavazos IMW: Facility Operations Coordinator Addnw: City: Cor us Christi _ Side ; - Texas �� Cod I � Telephone No. _ 361;881 -5879 I, I I. F ax No. I.,Illlr� Email: -- og gavazolfi agocorn Rdmno Na V. JNO"Ubllc Entlty) FimWompany Name _ __ Nueces County Hospital i7istrict I II II II II IYII, „ � I ^1 C oiftd Name; _.ionnv F. Hinn. FACHE . Title: Administrator AddrM: SSS N. Carancahua, Suite 950 Cif: Corpus Christi ftW Texas , gipCcde: 78478 Teleph" No, 361 -808 -3300 Fax No; 361 -los -3274 Smell: ATTACHMENT "A" POP 4 0f 6 1. 4 CITY OF CORPUS CHUM DISCLOSURE OF IIlW'I`EREST Cit the m di I �P�6 16L �1a, w "NA". See eo a Fiiiag CON► FANY NAME: � Barcom Commeraat. Inc- P. 0. B O SrREST ADDM&- 5826 Bear Lane Clry; Co rp u s Christi, Tx ZIP; 78405 FIRM A. C A " mw m M nd m m ® S Ot1,e� 8 3. Solo Owuor . CJ If sdditiooal apaoa neceee , pleas uto� ode d& or attach S%W2ta 1. Shaba tie mamas of eadm' of the C �y of Carpus e l obs to "ownenhip jumm " comdbft 3% or mom of the owneraidp in the aba�►a named "firm." Nemme Job Me and City Daparbment {if known) Z. State the names of ewh "official" of the Chy of Cmgtms Chfm lung an 'Own ip twat' Ong M ar more oftite ownerabip in tMabara naniod 41M." Name Tift NIA 3. Staha tie amines of each "board member" of d o City of m In o 3% or m em "a h rist awing rum interest" consdu og ore OHM M owaerahip the above amea Ch "firm." ! Board. Comobsion or Committee 4. Site ft names of each or off ew of a '�sulta f for the Chy of Corpus C wW w dod an matter Am the aft" of we conbm and bu an 'dip merest" oars bmbg 396 or more oftho awmiMp in tho sb m nomad "&W Name CanaAkm N/A ATPAQ+W Page 1 aft t 65 FUMG REQU1CB1vA+l�Ey'1'S ' Jf a peasor who requests official action on a mAw Mod sctlotn will confer an segment economic benefit an aW ally official or e*oyoe that is le front tho effect that the action. will have art mentbeas of the public In geaael or a srtbstential theteo4 you shall disclose that fact in a sigued� to We. City oflidal, �l� or body War Itas bean requested to act in the t�ttOor, mless the of We City official or �oyae in file mater is Ylze diselosw�a shall a�leo be made iu a sighed wnithtg Hied with the City Secretary. [HWkei Ofd n�ance Mon 2 3t9 (�l CERTIFICATION I ceKlfy that all ink prmrldod is tote and oar�eot as of ft date of Win moment Wet I have O M withhold disclosure of ally is w madon a+equa M; and drat supplgnertal sow atfa wip be psubro teed to the City of Corpus CArlsti, Texas as changes oc ew. Cet116ft Person: Elaine R Hoffman Title: President . Crww? q Signature of C:wdfyhtg Pets = l Datier July 18, 2012 - L DEFINITIONS a. "Hoard memb W " A nmber of any board, commission, or committee appointed by the My Council of the City of Corpus Christi, Tom. b. "Bconomic WOW. An action drat is likely to affect am ecomomie most if it is likely to have an effat cm that interest first is distitgaiWsble firm Its 4ba on members of the public in general or a substantial sepaegtheME c. " Bmployee." Any peraon employed by the City of Corpus OniHi. Teacas oidu r an a full or put.. time baeia, but not as an rode ant contractor. d "Finn." Any► entity operated for ecearomic gain, whether p vfes k ml, indMW or oommucial, and Whether established to produce or deal with a product or service. b dudimg but not )htrited to. eantitim operated in the foam of sole p mp ddmd* as wSemployed person, partneroMp, aotpomdor, johtt stock company. Joint v=W% receivership or truce and and" which for purposes of taullon are beam as noaprofit onions. L "OflYaid." The Mayor. nombms of the City Council, City Manager, Deputy City IdanW, Assistant City. Managers, Depunnent and Division Heads. and Mumidpal Court Judges of tins City of Cats Cltrlstt. Tacos. f. *DwnwAlp Intoreat." Legal or equitable bored, whc&or actually or cotnstauctivaly )told, in a fine, including when such bored is held through an avast, trust estate, or holding eaft "Coanstrvetively held" reface to MWIngs or control establI" 6rwg1h voting gusts. podw, or special terms of ven#ure ar patlnership ag�reetmarts." S. TMSUltant." Any person or firm. each as engineers and amhiteds„ hired by the qty of Corpus CMW for the pwpm of p olfies tonal consultation and recommendWa n. ATTACHMSNT"B" Np2of2 2 66 RFP NO. 2012-02 AGREEM MIT FOR JOB ORDER CONTRACTING (.IOC) FOR CONSTRDCTION, REPAIR, REHABILITATION, AND ALTERATION OF FACILITIES ATTACHMENT C LMGATM DISCLOSURE FOIilllt FOUure lb fully and tnrihfully dlaatose the Lnlaormadon required by this LltlgaHon diedca re form may remit In the disgneiMcadon of yarn proposM form consideration or bmination of the contract, once awarded.. 9.' Have you or any member of your Firm or Team to be assoW to this engagement ever bw indicted or oomiftd of a febny or misdemeanor greeter than a Cloves C In the last ON (5) yeses? Circle One YES NO 2. Heve you or any member of your Firm or Team to be.assigned to this engagem eM been tariminated or any o Ci F State ) *om e or Covemm o p � the City of Corpus misti H�er Circle One YES •3. gem you or any member of your Firm orTeam to beasaig W to Oft engagemtent been Inv&ed in any claim or 110dion with the City of Corpus Chrld or any other Fedeal, Stye or Local Goominent or Pd arts En#iy during the het tan (10) years? Ckde One @E NO If you here answered ' to any of the above quewjoias, phow Indicate tiw man *) of the psmon( the nahM =W the sMs WW" or taoms of the [Woamatbn, indlot oW, anWagon, farminallon, 01811" or negation, as aPpl GAW Any such Inknw ion should be provided as a "WO Pape, atlsched to this farm and siabrnlfted with your proposal. Please see Page 68. ATTACHMEN r OCO Pogo a of 7 57 Re: Cause No. 2011 DCV- 6113 -A; City of Corpus Christi and Corpus Christi Tennis Association vs. Barcom Commercial, Inc., et al; In the 2$ Judicial District Court, Nueces County, Texas filed December 8, 2011. This case concerns renovations and additions to the H.E.B. Tennis Center, the Mildred & Lloyd Sessions Tennis Pavilion. The center is owned by the City and operated by the Corpus Christi Tennis Association under a lease with the City. Barcom was the. general contractor. The project consisted of some demolition of existing structures and the construction of a new covered tennis center consisting of three tennis courts, bathrooms, locker rooms and a bleacher area on a mezzanine. The project was substantially completed in September, 2002. Land Stabilizers, Inc. was the subcontractor for the stabilization of the soil under the tennis courts. In the bid package, there were three additive alternate bids which dealt with the courts themselves (and one additive which dealt with the restrooms). Additive Bid . Alternate #2 was for potassium chemical injection soil stabilization at a cost of $55,000. Additive Bid Alternate #3 was for soil undercutting and replacement operations in lieu of water injection soil stabilization, for $60,000. Additive Bid Alternate #4 was for Post tension concrete tennis courts, for 5178,700.00. Land Stabilizers then came upon the scene with a proposal to inject Condor SS at a cost of $29,055. Land Stabilizers produced glowing testimonials and extensive product literature. The proposal by Land Stabilizers was provided to the City and architect, David Richter of Richter Architects, and, based upon the representations made by Land Stabilizers, was accepted by both. The injection process took place in January, 2002. Land Stabilizers issued a 10 year warranty. In 2006 it was reported to Barcom and Land Stabilizers that there was significant movement of the tennis court surfaces. The City and the tennis association sued Barcom, Barcom's bond via Travelers, Land. Stabilizers and Earth Sciences, the owner of the injection process. Land Stabilizers did not answer and a default was taken. Barcom sued Land Stabilizers for negligence, breach of contract, misrepresentation, contractual indemnity and additional insured status. Land Stabilizers answered and came into the suit. Then it moved to set aside the default taken by the City, and agreement was made to allow it to do so. So now everyone is in the case. Barcom and the City of Corpus Christi entered into a non- aggression pact and to maintain their suits against Land Stabilizers and to that extent are now working together. 68 0000 PArTH FORT PLAN . f or* MOR OP PpOIOT: It ' T LRATION Of FACILITIES WO PROPOM WOFftTM# d p Barcom Commercial, Inc. Aaret 5826 Bear Lane Corpus Christi T us 7j- p.(k 78405 TBbPm= 361= 851 -1000 I AddIM t to yatr*m MWO x.. Yes -... tb W yes, piiIiiiw iwm* eww"ozal aaw""WO It LW AS lllboA14�3A0m1�1�11ftirllr i �11t WNl bi t!f/d �Ol' pdd 0o11U�Q1. Ql1�0�0 tl) �. j AAS�ii lI3�t111/IS IgisOd.� � iriat°io� lift TBD AN w a� I� pwlt a o�p3�I �I3� I�or�nlloi�r. P. Paing aft* lROw~ " �ol�► ii. 7L.ik 7 7 00 OWD PAWN SNOW PLAN (p4p too a NWa,NW fhb M090f PaW WdrAld to MWAb and *M I* Good Fib - ai�lraanpiu�ycn�e prla�t. Jessica Rodriguez.- Ph: 361- 851 -1000 Fax: 361 -851 -1717 0 E • F 4. ThIS GOW Fft E(tat MW !e do ft Of scW at t eam's . GOOD PAM EFFM PLAN CATION I HM rRM T TM IN MON PRMDRD IN TI`!IE GOOD FAffH OF IB TRUE - AND IPt�ETE T15 THE Sw OF MY kNOWLEDGE I FUR'I'HER UNTI AN AME THAT, IF AWARM Tim , INIS = 8I AU NE ATTACHEO YMRETO AI D B A MRDING PART OF Ti* CONnYUCr. PresWent TITLE 4F OMCIAL July 18, 2012 361-851 -1000 DATE PHOW 11Y1 011. A ' Dw Acct Taff i i i i 70 SCTRCA Business Enterprise C"fic Dori program Barcom- Commercial, Inc. has filed the appropriate affidavit with the South Central Texas Regional Certification Agency (SCTRCA) and is hereby ceded, in accordance with SCTRCA Policies and Procedures, as a:. Women Business Enterprise (WOE) . This Certification Certificate must be updated: by submission of:a Compliance Affidavit. You are required to. notify the SCTRCA. within 30 days of any change in circumstances affecting your ability to meet size. disadvantage- status. ownership, or control requirements and any material changes in the inn oration provided In the subnisslon of the business application for certfication. ceamwsEwom. February 26, 2093 cwmFICA7E No 299028779 - VOM APPLO M'8 SEEKM CERIIFICA71001 RECAGMUM FROM A II ION I MflM NJ878A718FY ALL OFT11A7 NEUM EN7r W RBQUM MEM•8 PURSUANT 7O A03M R FJaW POLICY. Certified in the following wok categories. North Anwrican ClsssHi W6n System- (NAICS) codes(sy NA1C8430220: COMMERCIAL BUILDING-CONSTRUCTION NmcS 236220: INsTrrUTIONAL BUILDING CONSTRUCTION -. Bla" R. Mbho# Emutbre Director sm ARM 71 THIS PAGE INTENTIONALLY LEFT BLANK 7 72 RFP NO. 2012-M AGREMENT FOR JOB ORDER CCWRWMG (JOC) FOR MWOR CONSTRUCTlaN, REPAIR, REHASIMATION, AND ALTBtAyM OF FACIUTIES I ATTACHMENT PRICM SCHEDULE FORM The Contractor 9MN fwnWh sig sWeviBion, Wbw. mmwiw, tom, suppgm equIpMem, barak. Irieuranw, induding tam. overhead and RM to pelt all ft m b xs necessary and rewired for the Job Order CorftcL Work raqwmmenu dW be sp In fndMduel Work OWNS. A. PnWPrkmd Ibm 1. C46fildert Factor. SianderdtNormal Wodft 140um 1.05 2. Coofficimt Factor Non-ft wormna Nam 1.07 IL M Pm - * doed BMW 1. dot Factor: Star dsr&wonvWWodftHio= 1.12 2. CwflWantFaclor. Non -Stun dwdftmsdWoWnq Ham 2.14 Ndw I. The *d omMdW factor " be applied to #m R.S. Mons Cid Oft Uaft pd Book flein anWpded lo be ar.srart d durino aWWard wodft how& 'Tbe second cod , ftlent factor Is to be applied to R.S. Means Unt Mm Bb* M arrt I I I it lo be mmuMN69d du ft other Om aMmlard wmft hours. Pdm duM be bind upon Om R.S. MGM 006t Data Cdft for Cogs GhrW Tft". Mftg wAslon asfdkwc • R S. Meim Facift Cormhucdm Cod Data Book fu GwmW comftdj Bed". No pwrd*m • R. S. Means Mwhw" Cod Dab &xk for AMNW Meftarg* I M PkjwMV (MEP) • R. S. Mourn Repsk and Rmods" Cod Oft IN* IwRooft I The sclual'pidbg ftw mik pwkffmod under conbW vA be boo an he Ufa rates =Wned In the Ut* P" Soak, IrAm" VpUc" CadMod a*wawft as sat north' above. MW the 4 001011 " wddAlY SOMW to by the Coftwftr and the CW - prior to the bwance at a Viodk CWw. Ila Cadrohm m*n dWI bb fk f jhq duration d ft Cor*acL TM R.S. Meam pftm a in " Una pft hook are firm far Me tam of the Ckffoacl wd va be mpkmd eg* apftd you, an ft Solon of 00 couback with to UrAt Pt" in to most axped R,& ccst Data.. F A U-r TTACKO I W POM "" I m a I I I • 73 RFP NO. 2012 -02 AGREEMENT FOR JOB ORDER CONTRAC'T'ING (IOC) FOR MINOR CONSTRUCTION, REPAIR, REHABILITATION, AND ALTERATION OF FACILITIES ATTACHMENT F INSURANCE REQUIREMENTS (Revised June 2010) I. CONTRACTOR'S LIABILITY INSURANCE A. The Contractor shall not commence work under this Agreement until he /she has obtained all Insurance required herein and such insurance has been approved by the City. Nor shall the Contractor allow any subcontractor to commence work until all similar insurance required: of the subcontractor has been so obtained. B. The Contractor shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage. In an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRMtCE/ 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 OWN 7. Broad Form Property Damage S. Independent Contractors 9. Personal Inju AUTOMOBILE LIABILITY - OWNED NON -OWNED $1,000,000 COMBINED SINGLE UMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not 0 REQUIRED limited to sudden & accidental discharge; to include long -terra environmental impact for the disposal of contaminants D NOT REQUIRED See Section B =6 -11 & Supplemental Insurance Requirements BUILDERS' RISK 0 REQUIRED 0 NOT REQUIRED $100,000 COMBINED SINGLE LIMIT See Section 5 -6 -11 & Supplemental N5TALLATION FLOATER 0 REQUIRED ❑ NOT REQUIRED ATTACHMENT "r Page 1 of 3 C. In the event of accidents of any kind, the CONTRACTOR shall furnish the CITY with copies of ' AWN all reports of such accidents at the same time that the reports are forwarded to any other Interested parties.. U. INDEMNIFICA' IM-AND -HOLD HARM A. The CONTRACTOR shall obtain workers' compensation insurance coverage through a. licensed insurance company or through self - insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage Is provided through self- insurance, then within ten (10) calendar days after the City requests that the Contractor sign the contract documents, the Contractor shall provide the City with a copy of its certificate of authority to self - insure its workers' compensation coverage, as well as a letter, signed by the Contractor, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self - insure Is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Contractor shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested, directed to: City of Corpus Christi, Department of Engineering. Services, P. O. Box 9277, Corpus Christi, Texas 78469, Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self - insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. B. Milder's_Risk Coyrerage CONTRACTOR will be responsible for providing builder's risk insurance coverage for the term of the contract up to and including the date the CITY finally accepts the project or work. Builder's risk coverage shall be an "All Risk" form. The. policy shall be a completed value form. The CONTRACTOR shall provide such builder's risk coverage at least in the amount of $ _MIA N , which is estimated to be the value at completion of the real or personal property to be constructed, repaired or otherwise Improved under the contract. CONTRACTOR shall be responsible for paying all costs necessary to procure such builder's risk insurance coverage, including any deductible. The CITY shall be named an additional insured on any policy providing such insurance coverage. ArrACHMENT "r Page 2 of 3 III. ON ME CERTIFICATE-GE-INSURANCE: • The CITY OF CORPUS CHRISTI is to be named as an additional insured on the certificate and by endorsement on the liability coverage, except for workers compensation coverage. • 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 NAME OF THE PROJECT should also be listed under "description of operations ". IV, _ A coMgleted plactasur_e of Interest form must be submitWd with your prop2ML Attachment B. ATTACHMENT "F Page 3 of 3 RFP NO. 2012-02 AGREEMENT FOR JOB ORDER CONTRACTING (IOC) FOR MINOR CONSTRUCTION, REPAIR, REHABILITATION, AND ALTERATION OF FACILITIES. ATTACHMENT G INDEMNIFICATION REQUIREMENTS ATTACHMENT - G - =1012 expenses, Tees fines nalties proceedings, actin demands causes of articm this contact. A- ACHMENT -W Page 2 of 2 RFP NO. 2042-02 aGEMENT FOR JOB ORDER CONTRWMG jJ0Q FOR MINOR GONSTRUCnON, REPAIR, REHABILITATION, AND AI.TERATI OF FACILITIES ATTACHMENT H SIGNATURE PAGE Chad (e) th6 beat llo bow eae man of mvmwm 0 WhftWor Pfple ip 13 PwUm*ld� or jMVwjm mcwwagm Tlaw.tutdeeft od CHOW 10 Joe b President af.tt pAmpordW i ramrted b ekw go (s)he aw (alm is � to dpit lh1B P+spoeat tN s Capm ft gm by f re afl�a CZPY of ft mtd c n behalf of the aft anted below, ared b rjgwrbmd io fooeafb aeene !ar and on behalf of and bhtd avid arfy b tba tuft and =WM= pevded 'for to t#ta Pr+opoea as mWAW by thla RFP, and has #0 faq IWb 1tltdlt fy b MW* an AWMwd an behalf of PApoflde:lt, Ifa mmIN , fond tad Ste 1140 ms's Tsggwllhert wfor ft sett lx 17426917005 1'1 -ltk flatWWW@ Taste lW WW 74- 2691700 55GA blwww Barcom Commercial, Inc. RWw Wwt0Wd=Vm Nerwe (DMWBD mWlred P Indhr &W or PtoxletaiNtlp) I �dL ri r p Elaine It. Hoffman ' : 1 TMW President e. N/A (If PAaportdaed b a JON V4ftft stn mad elpneWM ficrn a rapmewwWo of apA p Uty b MqWW* Ptinbd Nmm 'lily: ilyawlak" dx", iieepatdmttapnsea t1r l 7. It aaoended a oafabertt fn b ttlta RFP, tIdeM ltd! bap able and li be�a weld hdan aMwt �atabh FOP � FAG. b !►v t �'ateds Apo denW 1� preps w t �. � hss and wld a! t.t�on 17batesaas fbera wtea fee � Ilr�a. dbvase � � are6► tlrolllt b delft of ptngtpeat � 4. lieepandant ayraw %A& and rat a El BWWAW � end - Wftft 8 b et tal; l ft dtldM fa 1� abd llfamnal slag! woea� p f from � ar � of oaf�t, 1>�na eaeeendltd. ?b faontplY wbr the t1 rel eferem, bpi tied that 1st patron Iw a my I rtwact - or sea)/ dW paraora aaft on bthett of auah a paeamet ar oft 4. ftol WHO C%f aloe or their diffprtor ft ft fta nth aorftala p w" Ceueaoll amt aan. ! , : ,j, 97 RFP NO. 2012 -02 AGRtEEARENT FOR JOB ORDER CONTRACTING {,IOC FOR MINOR CONSTRUCTION, REPAIR, REHABILITATION, AND ALTERATION OF FACILITIES ATTACHMENT i PROPOSAL CHIECKLLST Use this cheddist to answ+e that a!i ragnired dmmw to have been Included in the proposal and that they are prgmly tabbed and appear In the convxt order. ' Doarrments nwdwd with an mterlslk on this dhecift require a siRnfure. Bs sane they are signed pdar to submUM of prop6e& 99 Inl61 to Indleate Tab In Doc ument Document Is p I Aft shed to .Pro Time Conieft A ftpMft Quee lonnalre (RFP Aftc meat A B * Dlsdomire of iriemst Fame RFP Attachment I C LWO Discloerere LRLP ARachment C 1D * MinorltylMlna ft Business Perd 1pation Policy good fault San LRFP Attachment o°� E Pddng Scredulee 0WP Attechmot E F Brochures G Flrmclnl lnto tlorr H Proof of lnstsatft [fitter arid Copy of Cwmnt Ceriliicate of Irrswence I � etu�(H Reenluslon,IIapplkMe) d Pro Cloddlst (RFP Ate-` One 1 QtWVW and six fee of EMMM ' Doarrments nwdwd with an mterlslk on this dhecift require a siRnfure. Bs sane they are signed pdar to submUM of prop6e& 99 RFP NO. 20:12-02 AGREEMENT FOR JOB ORDER CONTRACTING (JOC) FOR MINOR CONSTRUCTION, REPAIR, REHABILITATION, AND ALTERATION OF FACILITIES WORKEWS COMPENSATION INSURANCE REQUIREMENTS 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B . RULE §11ii.110 INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if 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 -8Z, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project.. (2) Building or construction --Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor —A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement --A written agreement on foam TWCC -81, form TWCC -82, form TWCC -83; or form TWCC -84, filed with the Texas Workers! Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project- (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity_ (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act) -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not.limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of l 1 "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 foodtheverage 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 ofclassification 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 tbM 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; &#Mhed QMM Page 3 of 1 l (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of' any coverage agreements, (2) provide a certificate of coverage showing workers` compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage shoVmg . extension of coverage, 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; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached _graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project; for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (G) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom 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; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, priorto the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the. project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (9) 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 persoin 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 inwdiid, 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 ate 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 requited by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant. to Texas. Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant t076Yz ii Civil ' Statutes, Article 6675c, W). (i) Tlu= coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self - insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 728SI10.110(dX7) w 'REQUIRED WORKERS' CO110*E M77ON COVERAGER Ilk law n gnbw that each person waraq on this site or prpvi ft services related to this cortracdmp 0jeat must be covered by wearkrs' fir wvwe. Thisi wJudespi wnss proAft Imtft or deli wft equoment or materials, orp ovi labor ortr mpontatim or other service related to the proja% regandw ofdie uhnifty ofdpi'empioyeror as am em ,0 0w. a Ta dw Teams Workers'Comper odor Commission at S1240-3 789 to receive . dw regtriremerttfforeoveemV toverifj +whedaeryourwpmfowlassprovided r o egWm wvww. or to report an employer's faitwe top vWde wmW " Page S of 11 T299110- Article . Workers' CompensationImurance Coverage, A. Definitions: Certificate of coverage ("certificate') - A copy of a certificate of insurance, a certificate oZ authority to self- insure issued by the commission, or a coverage agreement (TWCC -81, I 82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage f� the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whethew that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, .without limitation, providing, hauling or delivering equipment or materials, or providing labor, transportation, or other service related to a project. 'Services" does not include activities unrelated to the project, such as food/beverage vendors, once supply deliveries, and delivery ofpoortable toilets B. The contractor shall provide coverage, based on proper reporting of classication 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. G 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, acrd provide to the governmental entity. (1) a certificate of coverage. prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of cove Showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9of 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 cerlifled mail orpersonal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of arty 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 Texas Labor Code, Section 441.011(44) for all of its employees providing services on the project, for the duration of the project; (1) 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 cove rage showing extension of coverage, rf the coverage period shown on the current cerifficate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and pravidh' to the contractor: (a) a certificate of coverage, prior to the otherperson beginning work on the project, and (b) a new certe 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; (6) notify the governmental entity in writing by certdjied mail or personal delivery, within. 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J, By signing this contract orprovOng 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 clews 1cation codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or in the case of a se f insured with the commission's Division of self. Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. X The contractor`s failure -to- comply with any of these provisions is -a breach of con&mt by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page l l of I l RFP NO. 2012-02 AGREEMENT FOR JOB ORDER CONTRACTING (JOQ FOR MINOR CONSTRUCTION, REPAIR, REHABILITATION, AND ALTERATION OF FACILITIES ATTACHMENT K ADDENDUM TO SPECIAL AND GENERAL PROVISIONS The following three provisions {the "Substantial Completion Provisions" are added to the Contract and govern completion of the Work. These Substantial Completion Provisions change the Contract to add a substantial completion clause and two partial utilization clauses to the contract. In case of a conflict in any of the terms in the Contract Documents, the Substantial Completion Provisions take precedence, trump and prevail over any conflicting provision in the Contract Documents, including provisions in Addenda issued during the bidding phase, Special Provisions, construction plans, Standard Specifications, and General Provisions, and specifically over Special Provision A-34. Substantial Completion Provisions added: § 1.01 Substantial Completion; § 1.02 Partial Utilization; and § 1.03 Partial Utilization. Acknowledgment of Property hearer Without limiting the foregoing, the Substantial Completion Provisions take precedence, trump and prevail over: Special Provision §§ A-6; A -18; A39; and A-49 General Provision §§ B-7 -9; B -9 -9; and B -9 -10 RFP NO. 2012-02 AGREEMENT FOR JOB ORDER CONTRACTING (JOC) FOR MINOR CONSTRUCTION, REPAM REHABILITATION, AND ALTERATION OF FACIUTIES ATTACHMENT K ADDENDUM TO SPECIAL AND GENERAL PROVISIONS 1.41 Subslandat Completion A. When Contractor considers the entire Work ready. for its intended use Contractor shall notify the City in writing: that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that the City issue a certificate of Substantial Completion. B. Promptly after Contractor's notification, City, Contractor, and Architect, if applicable, shall make an inspection of the Work to determine the status o .completion, if City (or Architect, if applicable) does not consider the Work substantially complete, City. (or Architect, if applicable) will notify Contractor in writing giving the reasons therefor. C. if City (or Architect, if applicable) considers the Work substantially complete, City (or Architect, if applicable) Will deliver to City a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or connected before finial payment. City shall have seven days after receipt of the tentative certificate during which to make written objection to City (or Architect, if applicable) as to any provisions of the certificate or attached list. lfy after considering such objections, City (or Architect, if applicable) concludes that the Work is not substantially complete, City (or Architect, if applicable) will, within 14 days after submission of the tentative certificate to City, notify Contractor in writing, stating the reasons therefor. If, after consideration of City's objections, City (or Architect, if applicable) considers the Work substantially complete, City (or Architect, if applicable) will, within said 14 days, execute and deliver to City and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or connected) reflecting such changes from the tentative certificate as City (or Architect, if applicable) believes justified after consideration of any objections from City. D. At the time of delivery of the tentative certificate of Substantial Completion, City (or Architect, if applicable) will deliver to City and Contractor a written recommendation as to division of responsibilities pending final payment between City and Contractor with respect to security, operation, safety, and protection of. the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless City and Contractor agree otherwise in writing and so inform City (or Architect, if applicable) in writing prior to City (or Architect, if applicable)'s issuing the definitive certificate of Substantial Completion, City (or Architect, if applicable)'s aforesaid recommendation will be binding on City and Contractor until final payment. ATTACHMENT "K" Page 1 of Z E. City shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or ewrect items on the tentative lisL 102 Pareikd Ut I&Xion A. Prior to Substantial Completion of all the Work, City tray use or ooc W any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, Architect (if applicable), and Contractor agree constitutes a separately fiurctioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, snbjeet to the following conditions: I. City at any time may request Contactor in writing to permit City to use or occupy any such part of the Work which City believes to be ready for its intended use and substantially complete. If and when Color agrees that such part of the Work is substmttially complete, Contractor, City, and City (or Architect, if applicable) will follow the pnxedures of Paragraph 101 A through D for that part of the Work. 2. Contractor at any may notify City (and Architect, if applicable) in writing drat Contractor considen any such part of the Work ready for its intended use and substantially complete and request City (or Architect, if applicable) to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, City, Contractor, and Architect (if applicable) shall make an inaction of that part of the Work to determine its status of completion, if City (or Architec4 if applicable) does not consider that part of the Work to be substantially complete, Architect (if applicable), will notify City and Contractor in writing giving the reasons therefor. if there is no Architect for the Project, City will notify Contractor in writing giving the reasons therefore, if City (or Architect, if applicable) considers that. part of the Work to be substantially complete, the provisions of Paragraph 1.01 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to esmpliatce with the requirements of Paragraph 1.03 regarding property' 1.03 Partial Ufflfzrzalion Acktrawledgmenl o, f ftlwfy Insurer A. If City finds it M4 95M to occttpy of use a portion or portions of the Work pew to Substantial Completion of all the Work as provided in paragraph 1.02, no such use or occupancy shall commence before the insurers providing the property insurance pumiant to the Nadu to Contractors — A In amswe Requirements, have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property inswunce shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled +* or pennitted to lapse on account of any. such partial use or occupancy, ATTACHMENT "K7 Map2of2 RFP NO. 2012-02 AGREEMENT FOR JOB ORDER CONTRACTING (JOC). FOR MINOR CONSTRUCTION, REPAIR, REHABILITATION, AND ALTERATION OF FACILITIES ATTACHMENT M GENERAL PROVISIONS id RFP NO. 2012-02 AGRZOMT FOR JOB ORDER CONTRACTING WOC) FOR MINOR CONSTRUCTION, REPAIR, REHABILITATION, AND ALTERATION OF FACILITIES ATTACMNT L SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Recei ving Proposals/Pre-bid Meeti Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Haill, 1201 Leopard Street, until 200 p.m.,_ Wednesday, July Is, 2012 Proposals mailed should be addressed in the following manner. City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 98401 ATTK: JOC PROPOSAL W W A pre - submittal conference will be held on Monday, Jive 25,2012 beginning at 9:00 a.m. The meeting will convene at the MWineering Services Pain Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will. include a discussion of the project elements. If requested, a site visit Will follow. No additional or ggearate visitations will be conducted by the cit . A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project The project consists of minor construction which may include new office construction (as well as demolition) to completing a new floor plan, etc. Repair is defined as work that involves the reparation of a broken system, component, or sub - component of a building such as doors, electrical, plumbing, flooring, sheetrock, and /or air conditioning systems, etc. Rehabilitation is defined as work that involves the restoration of an office, floor, system or component of a system in order to restore functionality. Alteration is defined as work that involves extending a wall, upgrading lighting fixtures, installing a door where one did not exist, replacing flooring, etc. This RFP is requesting services for construction ,services for three (3) areas: (1) general, (2) mechanical /electrical /plumbing (NEP); and (3.) roofing- A-4 Method of Award The contract is awarded as a Job Order Contract (J.O.C.) and prices established through the use.of:RSHeans cost pricing, A -$ Items to be Submitted with Proposal The following items are re fired to be submitted with the proposal; ffeetLm A - or im"Lo" 12 /is /04y arrACmNar L page i of 24 B — ftcIdNalk identiAdtadad dab Idea --op wedeveftee M- Now az JOB ORD= CONTRACT (am) 2. Disclosure of Interests.Statement 3. Bubmittal of Materials A -6 Time of letfon/ dated Dam"" The working time for completion of the Project will be 90 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. 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 OWN 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. j section A - sP (Reviead 12/15/04) AimhcC L Page 2 of 24 A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for building constraction In case of conflict, Contractor shall use higher wage rate. HUd=m Pxevad3 M WW je Sral es The opus Christi City Claunail has detenfued the general paorailim minim= hourly m rates fcr hlteees Claunty, TWOS as get cut its Part C. The motor and any subcontractor mmt not pay tens tban the died wad rates to all laborers, woa3m en, and medsanics employed by them in the exa_ ±t_ +an of the pct. The cmzractor or suboomtractor dw i fasfe t sixty dollars ($60.00) Per calendar day, or portion tbmmf, far each 11b=er, wojan, or me employed, if such perem is paid less thm the specified rates for the classif3catian of work pertotmed. The Cuntracficr and each for must keep an aonaiate r:+eome sbowitnc� the names and classifications of all t aboxws wor maml, and medsa lf= employed by them in 00smection with the Pioject and sag the amial wages paid to each Worker. The Omtractor will wake bi- weekly certified ptyioll submittals to the City gr4jr%ger. The CmItsactwc will also obtain copies of such rectified payrolls from all m* casttra&.m and others wctidmg an the Project. These documents will. also be m*mittad to the City Hagineer bi- w Ly. (See =*ices for "W=:LtyMjrArity Hugh � fiarticipatlen joky for additiozal zegdmm*s ommming the proper fame and ommot of the Pwroll Ab ttals.) OW amd =e-haf f OW ti es the spe=fied hourly wma mm t be pdd for s31 hours wmloed in e)saess of 40 hours in arty rasa week and for all hours w3dmd an Hunfts or belidays. (See Section 9-1 -1, Definiti= of TRS ms, and SeCUM 8-7 -6, WWJd4V Hours.) A U CaamratiaR with Pty (wised 7/5100) The CLm*=mtor aball ooq=ate with an p 62ic and private agmcies with facilities cpmtiM within the limi of the Pmjem. The Cmtactor dull pride a forty-eight (49) how dim to any applicable agecuy when work is anticipated to pwo®ed in the vicinity of any facility by using the Tmoz Cite -CS11 motes 1 -800- 245 -4545, the LoW Star Not ficat • CM at 1_ 800 - 669 - 8344, and the Sm*bm tm= Bell Locate Chip at 1- 800 -828 -5127. Fbr the Cbrgt=ftwlz cue, the fat owing tea n jzmim= arse listed. W city Amodmom 361 -826 -3500 Projeft mmmwr 361 -926- 3550, 826 -3594 Traffic WoweeritV 880 -3540 malice vqwxbmt 982 -3911 water 857 -1883. (880=33.40 often hours) mact"Alter t 857 -1800 (880 -3UO after hours) am Dq*rbPW1t 885 -6900 (985 -6900 after hours) etoaa w ater Deparpna t 826 -1875 (880 -3160 after hours) ftsko & M=eatiom Deparbmstt 826 -3461 Streets & Solid Umme Servtaes 826 -2970 'section A - mr (Ravisad 12 /ss /04) AMC!' L Page 3 of 24 A 8 P 1- 877 - 373 -4058 (693 -9444 after hours). S B C 851 2511 (1 -800- 824- 4424,after hours) City Street Div. for Traffic Sfgeal /limber optic Iocate 826 -1946 857 -1960 Maas 857 -5000 (857 -5060 after hours) AM Ober g3tic 887 -9200 (Pager 800 - 724 -3624) SW (Fiber Optic) 813 - 1124 (Pages 888- 204 -1679) Ctoieeoom (mss Optic) 881 -5767 (Pager 850 -2981 CARUM (Fiber Cptic) 512- 935 -0958 (Mobile) Brooks Fiber Optic (tai) 972 -753 -4355 A -3.2 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 aecuracyand completeness of such information is not guaranteed It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities .back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Araa Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public.. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum.and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City -s Traffic Engineering Department. s ectim A.- 8P lAevized 12/13/04) ATBACAI� L Page 4 of 24 All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A - 16 Constsuctioa SeKi�ment Byil.lage and. ssack�g The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 X=aystion and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean• dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "street Excavation "; therefore, no direct payment will be made to Contractor. A- 16 „nisposal /Balvage 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 -18 Bchedule and Be =enc of Construction The Contractor shall submit to the City Engineer A work plan based only on ammmu clays. This plan must detail t he 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: SeCt�Ori A - aF (Revised i2 /15/04) ATTAC L 8e0e 0 of 24 1. Initial Schedule Submit to the City Engineer three (3) days prior to the.Pre- Construction. Meeting an initial Construction Progress Schedule for review. 2. Items to Include Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates Indicate submittal dates required for all submittals. 4. Re- Submission Revise and resubmit as .required by the City engineer. S. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A -19 construction Project kgrmt_ and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor. shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as Necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractors negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. The aentwaetew shall tie in Or Lceferenee &196 val-wee and manholes, bet—b 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, the Geaboftebeffil Whe "0006A.-m— -0-6 63-0-0. S&FW "'." be deks"10"d to bbe field by A -22 XinorijXftnority Busimss Enterprise participation policy a*Vi"d 10/99) 1. Po_ licy It is the policy of the City of Corpus. Christi that maximum opportunity is afforded minorities, women and Minority Business Snterprisee to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal RVloyment Opportunity goals and objectives of the Affirmative Action .Policy statement of the City dated October, 3989, and any amendmente thereto_ In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any Bectim a - SP (26VL 00d 12/15/04) 8TH L Page 7 of 24 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 persons). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.01 or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the businesses enterprise. d. Minority See definition under Minority Business Enterprise. e. Female owned Business Enterprise A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.01 of whose assets or partnership interests are owned by.one or more women, or a corporation at least sl. oak of whose assets oar 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 proportioiate interest of the USE as a member of the joint venture in the work to be performed by the joint venture. For example, a joist venture which is to perform So, of of the tract w=k itself and in which a minority joint venture partner has a so.** interest, shall be deemed Cquivalmt to having minority participation in 25.Oe of the work. Minority members of the joint venture trust have either financial/, ( poll, s"U" A - OF Laavf"s .1;p/}.5~ AST! L page 8 Of U managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows, Minority Participation Minority Business Satezwlse (Percent) Participation (Pare-out) 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 4 female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion. or to submit overall participation information as required. IL-23 IRVoctLon MM&rod (Revised 7/5 /00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a. permit is required and to assure a final inspection Section B -6 -2 of the Genera Provisions is hereby amende in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. A -24 Surety Bands 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 OWN secbim a • SP (Revised u/5/041 aWZ&CM3UW L _... Page 9 of 24 ........... _._._.... .... .. .. in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 *) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the city Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $200,000 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." fiction 11 - sp RRevi"d 12 /15/041 ATM' L Pogo 19 of 24 A -26 Sumlemental insurance 8equirenonts For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In .the.event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 3. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 79469 -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 insur ance 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 i nsuranc e policy- The City need not be named as additional insured on Workers Compensation coverage_ For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating- Contractor agrees to indemni fy, 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 i ndemni ty 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. section A - sP (Revised 12 /35/44) ATM L Page 31 of 24 1. Tam Must hXWO at least fiv® (5) yeeWN sesamt.enperience in field nit and oversight of pMeats of a similar ,size and coW lexity to this "wt. This experience mast ineltdo, but not necessarily limited to, scheduLing of manpowr and materials, safety, Oxwdination of ,dubcontnaators, and familiarity with the SUbmittal Process, federal and state swage rate rea�uirea tz, and City contract close - out proce.&zes, 2te mqesdntesnnt shall be prssaat, an dw Jab site, apt all Unes that fs belsW perfosaud. Z. Fbrem n, if utilized, shall have at least five (5) yaws recent experience in similar work and be subordinate to t1e. superf nteefldesnt. Foremen carrot act as eI 'S risa andIent without prior written approval from the City. Docsm�atation concerning these requS.xeasatstra will be reviewed by the City zagineer. The Contractor's .Field administration, staff, and any aWbacquent =* titutims or repla Ments thereto, must be . approved by the City Roginver in writing prior to swft supeirintesudest aestsning respsibilit#es on the Project. SCUM A - eg • (Rwised .lZ /18/04! �TSGl�lgP! L page 12 of 24 Such written approval of field staff is a graregn3site to the city Engineer obligation to execute a contract fat this Project. If such approval is not obtained, the aeard 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 mitten approval of the City Eagiwnetr concerning any substitutincs or replac is in its field adminis tration 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- # seeksom A - SP [3laaiS" 12/16 /00 111T'Y L Page 13 of 24 A-31 Amended Policy on Rutra Wotk and cis Orders UhSer "CEnet'al PZ:ovisi s and Nq J reemts for M udaipal Cmutzu :tiol Cbntrwts" 8-$ -5 . Policy cu Sxtra Work and CAB Orders the present text is deleted and replaced with the following- mutractor ac;aSOwledge8 that the City has no Obligation to pay for any extra work for which a change oar has not been signed by the Director of Bnginserisag Services or his designee. The Contractor also adenowl edges that the City aMane r may authorize change ostlers which do not exceed $25,000.00. The Qontractor acbwWUAdgcs that aW change orders in an am== in excess of $25,000.00 must also be.approved by the City Council. A-32 11Mndad a33asCUt of c7amtraft• eta Uader "General Provisions and for "Micipal Constsiact9cn Qostxacts" 8-3 -5 Execution of Contract add the following: The aw rd of the Contract may be rescinded at any time weer delivers a contract to the Omtractor uhich bears the the w of the City MmWsr, City Se=etary, and City Attorney, or their authorized designees. Cmtractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City ,obligated to perfom under the Contract, until the date the City MVineer delivers the signed Contracts to the Ctntractor. A-33 Caaadf tions of W=k 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. aanbrwagg to A-34 precedence of contract DOCU=nts xn .case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second prece 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 A,Te Provisions and Supplemental Special Provisions (if applicable), construction ` Section A - SP (aeviaea 12/15/04) A3P L ftfe 14 of. 24 plans, referenced specifications, Provisions, in that order. Standard Specifications, and General 7 577-1 4 Secticm A - SP (ROWIS" 12 /15/04) ar.L Pa** 16 of 24 h -36 Other submittals 1. shop Drawing Submittal The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals. a. Quantity: Contractor shall suit number required by the City to the City Engineer or his designated representative. 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 W , and specification section number, as appropriate, on each submittal form. d. Contractor's stamp; Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling; Contractor mist schedule the submittals to expedite the Project, and deliver to the City Sngineer for approval, and coordinate the submission of related items. f. Markings Contractor must spark each copy to identify applicable products, models, options, and other data. supplement manufacturers' standard data to provide information unique to this Project, AMIN $action A - M ixav" d 12/15/94) A TLXCL L Page 17 of 24 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 Re air 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 egukxgent will not be a roved for use on the project. Dished W the �2!trj A -38 Worker's 2Meensation Coverage for Building or Construction Prolects for Entities The requirements of "Notice to Contractors 'Bl" are incorporated by reference in this Special Provision. A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non- perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with sactsva a - sP (RBVLMNI 12/15 /04) AT2aCUMMRT L Page 28 of 24 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 AdVINOZY NOT DEED Priming and hot - max paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A - 42 OSSA Rules & Regulations it is the responsibility of the Contractors) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Sold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" 8 -6 -21 Indemnification & Hold Harmless text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor:, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(o) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Suitt Dimensions and Drawl, s (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 ghow as- B�Ct#oA A - a8 {Revised 17//D41 ASRACEGM L page 20 09 24 J_ - , built dimensions and locations of all work constructed. AFB 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. (S) Any other changes made. (IP1111 and eaqpeoe all: lines ef- the prejeet ti-at - r - an w4thia ae Seet p peel. A -4s Overhead Bleatzleal hires (7/5/00) section , - ae fsevis" 12/15/043 AMTACMMNTa psge 20 -of 24 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., ro" to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CM of his construction schedule with regard to said overhead lines. Some overhead lines are shoran 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 shoran in the plans or:not. A -49 Amended ONaintenance Gnarant s (8/24/00) Under •General Provisions and Requirements for Municipal Construction Contracts°, 8 -8 -11 Maintenance Guaranty add the following: "The Contractors 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 Amended Proseantiom and Pracress under "General Provisions and Requirements for Municipal construction { Contractsff, 8 -7 Prosecution and VMress 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. few WA ibemg Section A - Op Mavis" 12/15104) ASTACOMM L Psge 21 og 24 The C0ntV&Ct*r's attention is directed to paragraph 5-4 5 Value Uginecring Incentive Proc@ftres, of the feral 8rovisions, which states: %After. award of the contract, the Contractor may develop wad sWmit, to the City Mgineer, Value Brgineerinq Change Proposals ( sPB) identify potential reductions in the contract cost by affective changes to the contract plans and specifications,I' Therefore, the Contractor shall fully ermine the plans, specifications and contract documents, as well as, that project location, e mstruction phase schedule in Appendix C, traffic control piano, method of award, contract calendar days and liquidated dames, and all other major items involved in the scope of the project to juke for itself the circumstances and difficulties affecting the work to be performd and obtain all information required to malts an intelligent propossal , The Contractor s attention is further directed to paragraph 2-2 -3 Bssamination of plan,,, rk Specifications and Site of the work, of that ameraal provision In other wards, the Contractor shall Clete it'ss proposal to the best of it's ability, as currently provided, e0IN ve-Nm4:064 an 91b 4:0 UM GenWivember-440ebm --Ogg section A - BP Mw r"" 12 /15/04) err z Page 22 of 24 roll R s" 12/15/04) A37299mm 10 ite 30 tz eafd I ZIMIU &W (to /st /Lt vo -f^ou) as - T UOT:10 g rMI43 NMO ommm iga so NOLMZaX=as szmzmm sue[ 1=33=9 s9Zva ITZLIM1s = wz2yvm = :QOM 1192M saddo o 10 July SVIMO m