Loading...
HomeMy WebLinkAboutC2013-413 - 12/17/2013 - Approved 2013-413 L ,_ 12/14/13 • M2013-193 Alcott Inc. L SPECIAL PROVISIONS SPECIFICATIONS r AND .h. FORMS OF CONTRACTS AND BONDS F hi. F O R h. CORPUS CHRISTI SHIP CHANNEL GAS MAIN t CROSSING FIE PROJECT NO. E12130 (FY 2012) 1E , PREPARED FOR It •. 4. , 11 J ,E ,, „,„. Corpus Chr sti IEngineering DEPARTMENT OF ENGINEERING SERVICES It CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 IIFax: 361/826-3501 [T )JECTNO:E12130 _ �� "s� of Tek.///�I/ �,t. .* Vii. *. .* ,_. i CARL E. CRULL LDRAWING NO: BAF 250 - 4 706 'I �,._.. ... .. YieQared}3y I� ^s•..fSTE.. -- , • F - //r,ltf�11,ttio . . i- L HDR Engineering,Inc. ,,l ,3 TEXAS REGISTRATION NUMBER 754 9/1 41 555`N.Carancahua St.,Suite 1600 Corpus Christi,TX 78401-0850 L Phone: 36I/696-3300 Fax: 361/696-3385 1-!DR Projzct#211595 L 7/13 I It (Revised 7/5/00) CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING PROJECT O .E12130 Table of Contents NOTICE. TO BIDDERS (Revised 7/5/2000) NOTICE TO CONTRACTORS — A (Revised 3/2009) Insurance Requirements NOTICE TO CONTRACTORS B. (Revise a 3/2009) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PR .A SPECIAL PROVISIONS A-1 Time and Place Of Receiving Proposals/Pre-Bid meeting A72 DefinitiOna and Ahbreviationa A-3 Description of Project A-4 Method of Award A-5 Items to be submitted with Proposal A-6 Time of Completion/Liquidated. Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/D0) A-11 Cooperation with Public Agencies (Revised 7/5/00) AH12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and. Removals A-16 Disposal/Salvage of Materials A 17 Field O.fficc NOT USED, A-16 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-20 Testing and certification A 21 ProjCgt Eignn NOT USED A-22 Minority/Minority Business Enterprise Participation Polity (Revised 10/98) 1: . A 23 Inopection ReqUired (11ov-iota 7/5/00) NOT USED AH24 Surety Bonds A 25 Sales Tax Exemption NOT OSED. • A-26 Supplemental Insurance Requirements , •- r- NOT USED A-28 Considerations for Contract Award and Execution A-26 Contractor's Field Administration Staff A-30 :Amended "Consideration of Contract" Requirements A.7-31 AMended Policy on Extra Work and change Orders A-32 Amended "Execution of Cohtraot" Requirements 47-33 Conditions of work A-54 Precedence Of Contract Documents A. 35 City Water Faailitien Spacial acquirements NOT USED A-36 Other Submittals (Revised 5/18/00) A-37 Amended "ArrangeMent and Charge for Water Furnished by the City' 1: A-38 Worker's Compensation Coverage for Building or Construction Projects for GoVernment Entities ■ e*-.■. * . , -■ NOT USED PaploB 11 A-40 AMendMent to Section B-8-6: Partial EatiMatea A-41 Ozone Advisory A-42 OSHA Rules' 4 Re04atiOns AH43 Mended Indemnification & Hold Harmless (9/08). A--44 Change Orders (4J26/9. ). A-45 As-Built Dimensions and Drawing (7/5/00 • - ' .. NOT USED A-47 Pre-COnstruction •Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires. (1/5/00) A-49 Amended "Maintenance Guaranty" (8/24/(0) A-50 Amended. Prosecution and Progress • A-51 Storm Water Pollution. Prevention Plan A 52, Dc Watcring NOT (ISM 53 Dicp0041 of ContominatOd CronnAwatcr NOT oSE0 A-54 PaveMent Restoration and Project Clean Up A-55 Soil Boring Logs and GOOteChniCel Information • 11 A-56 ProteotiOn of Existing EquipMent, Structures, and Utilities A-57 Protection of Job Site A-5 USACE Corpus Christi. Ship- Channel Soundings A-59 Pipeline Warning Signs A-60 ')Amended 'General Provisions B-2-7 Preparation of Proposal' ATTACHMENT I -- gusKyrria, TvtaisMITTAL FORM PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S STANOARD SIIMIFICATIONS 021020 - SITE CLEARING- AND STRIPPING (5-5) 022420 - SILT FENCE 03-97) 025205 - PAVEMENT REPAIR, CURL GUTTER, SIDEWALK, & DRIVEWAY REPLACEMENT (4-544 025222 - FLEXIBLE BASE - .ffICH STRENGTH ($-24P) 023404 - ASPHALTS, OILS AND EMULSIONS ($-29) 11 025442 - PRIME COAT Cp- 0) 025424 - HoT MIX ASPHALTIC coNPRPTE PAVEMENT •(CLASS A) (5.,34). 025§12 - CONCRETE SIDEWALKS AND DRIVEWAYS (8,53) 010040 SODDING(S-8) • 030020 - PORTLAND CEMENT- CONCRETE (S-40) 051010 - REINFORCING STEEL (S-41) 03800 - CONCRETE STRUCTURES CS-41) plum 1, - TECHNICAL SPECIFICATIONS 02205 - ENVIRONMENTAL PROTECTION 02320 - HORIZONTAL DIRECTIONAL DRILL 02580 - TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 01600 - HIGH DENSITY POLYETHYLENE(HDPE) PIPE AND FITTINGS 011650 - STORM WATER POLLUTION PREVENTION PLAN 020001 MOBILIZATION EXHIBIT I - Mntansucukt, itnrESTIGuvrims EXHIBIT II - PER1IT INFORMATION EXHIBIT II/ - USACE mova8 CHRISTI SHIP CHANNEL SOUNDINGS EXHIBIT IV PORT CORPUS CHRISTI EASEMENT Pagel of 3 , LIST OF DRAWINGS SHEET NO. DESCRIPTION 1 TITLE SHEET AND INDEX 2 OVERALL PROJECT LAYOUT AND SUMMARY OF QUANTITIES 3 SITE AERIAL 1: 4 SITE PLAN -- NORTH SIDE 5 SITE PLAN - SOUTH SIDE 6 SITE PLAN - ENLARGED ENTRY AND EXIT LOCATION PLANS 1: 7 PROPERTY OWNERSHIP - NORTH SIDE 8 PROPERTY OWNERSHIP - SOUTH SIDE 9 DIRECTIONAL DRILL PROFILE CROSSING AT HARBOR BRIDGE 1: 10 CIVIL DETAILS 11 TRAFFIC CONTROL PLAN -- NORTH SIDE 12 TRAFFIC CONTROL PLAN - SOUTH SIDE 13 PIPE STRINGOUT LAYDOWN PLAN 14 STORM WATER POLLUTION PREVENTION DETAILS NOTICE AGREEMENT (Revised 6/2010) PROPOSAL/DISCLOSURE STATEMENT/STATEMENT OF QUALIFICATIONS PERFORMANCE BOND (Revised 5/2011) PAYMENT BOND (Revised 5/2011) L C C Pagc3a3 Um , _,',,,,',,,,, ._ . .., ._,,,;,.._,„, ,,‘ , ,,, ,, *,,,i,t,,,.,,,,,; , ,,,,,, ,, ,,,r,:, ,,,,, ,,,,, _. ._ .., = ,,iii.,;.',,y,t,.,,,,,,,,,„,,;-.e.,',:,,,,,,,,-,...,,,:-„:14,,,,::,:,;.,-;...,,,,,,...,...::,,,,,,;=.444 7,,,,,,,.;,.4.-,:',,i-.14 ,..t.,;.',.p„_.n‘,...,..‘,,,,,,,,.i:ii=.,4,,It;,,,,,,,.:.,;„,:,,,,,,,4i1,,,,,, „,ll,,,,;:::_.:,'n,.:::;:-,.,5„...:',1, 44*$ - . r :;. �}' tr tN-K ij {t • I, as • i.. - 4 11' ' . '?�• r j`r� ,s,t, Y'; a F' r ..- fw�"i.a4t:..i t$,r r ' ri4* {1*4 Y.sµ4'tw+u+*,.+P�. +'+,: 4, {. '"� y 7�} .P.r,:: L I: NOTICE TO BIDDERS ESealed proposals, addressed to the City of Corpus Christi, Texas for: CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING, PROJECT NO.E12130; I: Consisting of construction of a now utility crossing, consists of furnishing, installing and testing approximately 2550 linear feet of 8.625-inch (O.D.) DR 9 HDPE (Natural Gas Vain) and 2550 linear feet of 2.50" (0.D) DR 13.5 HDPE Pipe tr (Fiber Optic Cable) (Bundled) , using horizontal directional drilling; site restoration, appurtenances; installation and maintenance of traffic control and storm water pollution prevention measures; in accordance with the plans, specifications, and contract documents. L 40 will be received at the office of the City Secretary until 2:00PM on October 9, 2013, and then publicly Opened and read. Any bid received after closing time will be returned I;' unopened. A MANDATORY pre-bid meeting is scheduled for 10;30 AM October 1, 2013 and will be conducted, by the City. The location of the meeting will be the Department of /1 Engineering Services Main Conference Room, Third 'Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. The deadline for submission of questions is 5:00 PM, Wednesday October 2, 2013. , 1; A bid bond in the amount of 5W of the highest amount bid must accompany each proposal . Failure to provide the bid bond will constitute a non-responsive proposal which will not be Considered. Failure to provide required performance and payment bonds for contracts Lover $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City -within 'two weeks of receipt of bids. 11 Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail Upon. receipt -of an additional ($10.90) which is a non-refundable I: postage/handling -charge. The bidder is hereby notified that the owner has ascertained the wage rates Which prevail in the locality in which this work is to be done and that such wage scale is Set Lout in the contract documents ebteinatde at the office of the City Engineer and the Contractor shall pay not less than the Wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. L The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the beat interest of the public. I . CITY OF CORPUS CHRISTI, TEXAS /s/ Daniel Biles, P.E. Director of Engineering Services I; /s/ Armando Chapa City Secretary FP fl 7. Revisd 7/5,0 4 T. r i` g . s?'i ', ' - ,Ij. - _ }}y. ` ��.-ova 4 4`L.y ,,.tk'r X 7\ cy-- »s ''';;4'#; <,f,.,. . 3'4'k`4 f+ K N. \..•,1 i �' r:-. _ t'�11.f •.• • .. - UM 111111 :-AIMS 0 all, '''1111111 ille :Nisi - ilia Noir imr- -via air- lie 111111F 'iiiiii Niro siiii lad-�' .. ��mu C NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS CRevised March., 2009 A Certificate of Insurance indicating proof of coverage in the I! following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 1: 30-Day Notice of Cancellation required Bodily Injury and Property Damage on all Certificates PER OCCURRENCE / AGGREGATE I: Commercial General Liability including, $2,QQQ.0Q0 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -- Operations. . 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations I: Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9, Personal Injury 1 AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED CWHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS`' COMPENSATION COMPENSATION ACT AND `PARAGRAPH II OF THIS. EXHIBIT EMPLOYERS' LIABILITY $500/0.00 EXCESS LIABILITY', $1,000,000 COMBINED SINGLE LIMIT I: PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE I: Not limited to sudden & :accidental jA REQUIRED discharge; to include long-term NOT REQUIRED environmental impact for the disposal. of contaminants I: BUILDERS' RISK See Section B=6-11 and Supplemental.. Insurance Requirements i a REQUIRED g X NOT REQUIRED I: INSTALLATION FLOATER See Section B-6-11 and Supplemental. Insurance Requirements. ❑ REQUIRED CNOT REQUIRED Notice to Contractor's.A Page 1 of 2 C I OThe City of Corpus Christi must be named. as an additional insured on all coverages except worker's compensation liability coverage. Elhe name of the project must be listed under "description of oPeratiens" on each certificate of insurance, flFor each inaurance coverage, the ContraCtPr ahell obtain ap endorsement tp the applicable insurance PPliOY, signed by the insurer, providing the City with thirty OW days prior written notice of cancellation of or material change on any oOverage. The POntragtor shall provide to the City the other endorsements to insurance Poligiee or coverages which are specified in section B-6-l1 or Special Provisions section of the contract. A cOMpleted "Disclosure, of Interest" must be submitted with your proposal. Should you have any questions regarding insurance •reqUirements, please contact the Contract Administrator at 886-350: I I I I I I I I I I NnticstoCOntractoesA Page 2 of2 .. - _ _!"lt' f i1µ, , a , ; v r r. ,'?'. J , 4 f � �u '{Cj ° <1 ::r,4 •!`�1 . 4 "� ,. ?r � _ ,Y i d cc - r 3,i�‘::'E y�i .. S ,{ F 1 . t ✓ rt - , `e h' r , I? '— �'` . _ - c' 1'a"", 4P;.» .0,1•,•e• � a ♦i_•'e'»' . , SIM 111111 ' min ' NMI all EMI n ams INN use No am. awl lull am. illia MIMI all NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION. INSURANCE REQUIREMENTS C C C C C C . C C C C . Page 1 of 11 I 1 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE,DIVISION OF WORKERS'COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE§110.110 Reporting g�egu Requirements for Building or Construction Projects for Governmental E ntities (a)The following words and terms,when used in this rule,shall have the following meanings, unless the context clearly indicates otherwise.Terms not defined in this rule shall have the meaning defined in the Texas Labor Code,if so defined. (I)Certificate of coverage(certificate)--A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a workers'compensation coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers' compensation insurance coverage for the person's or entity's'employees(including those subject to a coverage agreement)providing services on a project,for the duration of the project. (2)Buildingor construction-w las the meaning defined in the Texas Labor Code, §406.096(e)(1). I (3)Contraetor—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, §401.01 1(44). (5)Coverage agreement--A written agreement on form TWCC-S7,form TWCC-82,form. TWCC-83,or form TWCC-84,filed with the Texas Workers'Compensation Commission which establishes a relationship between the parties`fbr purposes of the Texas Workers'Compensation Act,pursuantto 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 r 'ect 'subco tractor" in§406.096 of 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. Paget of 11 I I C C • "Services"includes but is not limited to providing,hauling, or delivering equipment or materials, or ,pioviding labor,transportation,or other service related to a project"Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of Portable toilets. (8)Project—Includes the provision of all services related to a building or construction contract for a governmental entity. (b)Providing or causing.to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the Project are covered by Worked compensation coverage,that the coverage is based on proper reporting of classification codes and payroll amounts,and that all coverage agreements have been filed with the appropriate insurance carrier or,in the case of a self-insured,with the commission's Division of Self-Insurance Regulation.Providing false or misleading certificates of coverage,or failing to provide or maintain required coverage,or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing sei vices on the project to administrative penalties,criminal penalties,civil penalties, or other civil actions. (0)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; ( )as part of the contract,using the language required by paragraph(7)of this subsection, require the contractor to perfonn as required in subsection(d)of this section; (3)obtain from the contractor a certificate of coverage for each person proViding services on the project,prior to that person beginning work on the project; (4)obtain from the contractor a new certificate of coverage showing extension of coverage: (A)before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project;and (B)no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5)retain certificates of coverage on file for the duration of the project and for three years thereafter; (6)provide a copy of the certificates of coverage to the commission upon request and to any pOTSOT1 entitled to the 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 clocunient in which they are contained or to impose stricter standards of documentation:Attached Graphic Pap 3 of 11 t I I (d)A contractor shall: (1)provide e for its employees providing services on a project,for the duration of the ( ��P g � p � � � � 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 showingrextension of coverage,if the coverage period shown on the contractor's, current certificate of coverage ends during the duration of:the project; (4)obtain from each person providing services on a project,and provide to the governmental entity: (A)a certificate of coverage,prior to that;person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (B)no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5)retain all required certificates of coverage on file for the duration ofthe project and for one year the1eafter; (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 codesand payroll amounts and filing of any coverage agreements for all of its employees providing services on the project,. for the duration of the project; (B)provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C)include in all contracts to provide services on the project the language in subsection(0(3) I of this section; Page 4 of i l I C C C (D)provide the contractor,prior to the end ofthe coverage period,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage..ends during the duration.of the project; (E)obtain from each other person with whom it contracts,and provide to the contractor: 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; (0)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)-(I1) 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 contractor 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 011 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 requited by its contract (A)a certificate of coverage, prior to the other person beginning work on the project;and (B)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 1 1 I I (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 w i i ting by certified mail orpersoral 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 ofthe change;and (8)contractually require each other person with-whom it contracts to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to it prior to that other person beginning work on the project; (C)include in all contracts to provide services on the project the language in paragraph(3)of this subsection; (D}provide,prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, lithe 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 (1-1)contractually require each person with whom it contracts,to perform as required by this subparagraph and subparagraphs(A)-(G)of this paragraph,with the certificate of,coverage to be provided to the person for whom they are providing services. (f)If any provision of this rule or its application to any person or circumstance is held invalid, I the invalidity does not affect other provisions or applications of this ruleMthat can be given effect without the invalid provision or application,and to this end the provisions of this rule are declared to be severable. (g)This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994.This rule is also applicable for those building or construction contracts entered into on or after September I,1994,. which aree,not required by law to be advertised for bid. Page=6 of 11 I 1 C C (h)The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes,Article 6675c,to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §46). • The coverage requirement in this rule does not apply to sole proprietors,partners,and corporate officers who meet the requirements of the Act,§406.097(c),and who are explicitly excluded from coverage in accordance with the Act,§406.097(a)(as added by House Bill 1089, 74th Legislature, 1995,§1.20).This subsection applies only to sole proprietors,Partners,and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for deliverY,.or renewed on or after January I, 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 C C C C C C C Page7ofli I T28S110.110(4)(7) 111 "REQUIRED WORKERS'COMPENSATION covERA0E" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers`compensation insurance. This includes persons providing, hauling, or delivering equipment or materials,or providing labor or transportation or other service related to the project, regardless of the identity ofiheir employer or stains as an employee." • "call the Texas Workers'Compensation Commission at 512,440-3789 to receive information on the legal requirement for coverage,to verifil whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." I I I I • 1 I I I I Page,8 of 11 C • t T28S110:110(c)(7) Article . Workers'Compensation Insurance Coverage A, Definitions: t Certificate of coverage("certificate")- A copy of a:certifrcate of insurance, a certificate of authority to self insure issued by the comnussion, or a coverage agreement(WCC-81, TWCC 82,,TWCC-83,or TWCC 84),showing statutory workers'compensation insurance coverage for tthe.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 ofthe 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§106 096)-includes all persons t or entities performing all or part of the services the contractor has undertaken to perform on the j Proect,regardless of ii'he!her that person contracted directly with the contractor and regardless oflvhether.thatperson has employees. This includes, without limitation, independent contractors,subcontractors,leasing companies; motor carriers, owner-operators, employees of any such entity,, or employees of any entity which furnishes persons to provide services on the project. "Services"include,without limitation,providing, hauling,or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of class f cation codes and payrollamounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the,contractor providing services on the project,for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. ItD. 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 thecoverage period,file a t new cent f sate of coverage with the governmental entity showing that coverage has been extended.' E. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: I (1)a certificate of coverage,prior to that person beginning work on the project,so the I governmental entity Will have on file certificates of Coverage showing coverage for all persons providing services on the project;,and (2)no later than seven days after receipt by the contractor, a.new certificate of coverage shoving extension of coverage, rf the coverage period shown on the current certificate of coverage ends during the duration of the project. E Page 9of11 1 1 i C I i F. The-contractor shall retain all required certificates of coverage for the duration of the project (OVA r one year thereafter. G The contractor shall not j the governmental entity in writing by:certified•mail`or personal delivery, within 10 days after the contractor knew or should have known,of any change that materially affects the provision of coverage of any person providng.services on the project. H. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the Textis Wor rs'Co trpensation Commission, informing.trl/Persons providing services on the project that they are required to be covered, and stating how a person may verb eoveragc and report lack of coverage, .1 The contractor sltO contractually require each person with whom it contracts to provide services on a project,to (1)provide coverage, based on proper reporting ofclassification codes and payroll amounts and .,ding of any cove rage agreements, which meets*stahuory requirements of Texas Labor Code, Section 401.011(44)for all:of its employees providing services on the project,for the duration of the project, (2)Provide fa 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*duration ofthe project (3)provide the:contractor,prior to the end of the coverage period, anew certifcate of-coverage .showing extension of coverage, if the coverage period shoivrt entitle current certificate of coverage ends during the duration of the project; (4)obtain fom each other person with whom it contracts,and proVide to the contractor a cert'lcate o f covera e,prior to the other: .erson.be beginning work cm the. ro ect;;and (a) � .� g P p g,. �' P j (b)j a new certificate of coverage showing extension of coverage;prior to the end a.the coverage period, ti the coverage-period shown on the current certificate of coverage ends during the duration ofthe project; (5)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6)noti (6) fy the governmental entity in writing by certified mail or.personaldeliveay, within 10 days after the person knew or should have known, ofanyy change that materially Weds, 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 provid ng.services. J.:By signing this contract or providing or causing to be provided a certificate of coverage, the, contractor is representing to the governmental entity that all employees ofthe contractor who will provide service*crr the pp'oiect Will be covered by workers'coinpen ration coverage for the duration of the project, that the coverage will be based on proper reporting ofclassification codes and payroll amounts, and thatall coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured with the commissions..Division of Se lf:. Page 10 of 11 I i C 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 contract by the contractor which entitles the governmental entity to declare the contract void'fthe contractor does not remedy the breach within ten days tiller receipt of notice of breach from the governmental entity: C C C C C C { C C Page 11 of 11 C � t c - • Y [t% .:r a, s.`'3 S17,..-",.,'-?.„ '`if-t''')"‘ a. ..O.'. 'i. r „}1'`t ; hi -4 ,Z.„, ,-.'kT'Nu-}i6x ,Y +:r{4G r --..',1-.--„..,::,1: i,..,. ds -t ,""a .3+. -. '�r.'G_ � 1+ •I`c. -t i -� z--f.; - � a ,*f,• ''-' '( i�s� '. -;r- '"`i„. ':4.i:. i4„�{ ,v., 6 " .c•!t=-°''.''', '" .' '!";. . . " -..7+:, r d �'.. ' hZ � a,• �" '�n >. =d 5u.r 14X zs�-� as "�:• .,f F^ F-'' „ t'e n ,•';', yn ri. ,_'s. .e,ti' ' -r .,y jy, ,. `rh+ ; - '7"�� f;,,-,..'#t4.;',.',,,:.:-,t yy,;” f.. _ .. x. r a_.. .4..-�♦ r, a .r. .t.: r*: -_f .,a. 'K?' ,,Li? !r, i%+i tr;; � Y" n. .�r;r y-��, t4 F.'Y - ,a it '�'-- q4 f�:i" :w"i t3' £� k � r '", , '-,+'''' ',.:'''''',. ,.. :wn - '4' ''Ll4 .,. :.. avC ,,ii.,,,,..,,,,..y.. -'�"}`S ','.,'' ♦ �,�_ i ;%:i.''' c 'fn, ``far ;::',,,,,,J. s. ;i � s �" 5. 'r -�' _`:;:∎,ty�- '',C� a?..t t ..}:,. 1.«i :' .t t taC"f�i*, 1•r, >• +f - 1:� t- ' `�;- ,' _ w.' `.a ? ,k -4. �a;:'• ,:.-:iii Y" x T.,T.. ;''''''-'-'+'- .�*Ca�. rF «� �?i CF <, x3i,.i,'* - �. - ._ r - -'r_ ' .,t .W'i ' - <. D_z • q,,':;:1,:,,,,-, ri :,SK„y t'-'''r r. 'at, : :h q;;,rwa +. z.. 'y: �., -• .., ::,'#-.L.' 4 ,,,,,„;.,„„„,i,,,,R .',.- , * ' , ... + - -r x n,;:,yW,,-Y'3--:0. ,- .rte:-:'_ E�F e f , ,t „. • - ' `'!1.x rynF'Ax f r, ; � r•,E- :, t ,s s Lr>, =3.. • , . fi ,4 xs -- C CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING, PROJECT NO.E12130 SECTION A - SPECIAL PROVISIONS 1: A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m. , Wednesday, October 9, 2013. Proposals mailed should be addressed in the following manner: 1: • City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN:BIDPROPOSAL-CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING, PROJECT NO.E12130 Any proposal not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and non-responsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal by the proposer, their agent/representative, US Mail, or other delivery service to any City address or office other than the City Secretary's Office will be deemed non-responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A MANDATORY pre-bid meeting will be held on Tuesday, October 1, 2013 beginning at 10:30 AM. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. All inquiries regarding the plans, specifications, and/or contract documents, . including any discrepancies thereto, shall be made either in person at the MANDATORY pre-bid"meeting or in writing via fax or letter to: RE: Corpus Christi Ship Channel Utility Crossing Attn: Mr. Carl Crul1, P.E. • Project Engineer HDR Engineering,Inc. 1: 555 N. Carancahua, Suite 1600 Corpus Christi, Texas 78401. (Fax 361-696-3385) EMAIL - carl.crull @hdrinc.com 1: All questions shall be received prior to 5:00 pm, Wednesday October 2, 2013, which is one week prior to bid opening. The Engineer will not answer questions received after this time, and it is the Bidder's responsibility to • ensure that all questions are received prior to Wednesday October 2, 2013. Questions and replies to questions will be made in writing to all Bidders via fax and mail. THE ENGINEER WILL NOT ANSWER ANY QUESTIONS MADE VIA TELEPHONE. Section A - SP (Revised 12/15/04) Page 1 of 26 I 11 A-2 Definitions and AhbreViation Section 0-1. Of. the General ProvisiOns.will gavern- A-3 Description of Project CORPUS CHRISTI SHIP diiMbigX, GAS UN CROSSING, PROJECT NO,E12130 Installation-of new utility crossing/ consists of furnishingi installing and testing approximately 2550 linear feet of -inch (0,.0.) DA 9 HDPE (Natural "Gas Main) and 2550 linear feet of 3-50" (c D) 011 13 5 tipPE Pipe (Fiber Optic Cable) (Bundled , using horizontal directional drilling;, Site restoration, appurtenances; installation And Maintenance of traffic control and storm water pollution prevention Measures; in accordance with the plans, specifications, and Contract dOcUMents. Method of Award The bids will be evaluated based on the Total Bid.- The City reserves the right to: rejects any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the city -and in the beet interest of the public. •A-S Items to be Submitted with Proposal 11 The following items are required to be submitted with the PraPaael! 1. 3% 'Bid Sand (Must refereCe ae identified in the Proposal) CORPU4 CHRISTI SHIP CHANNEL .GMS., 101N CROSSING, PROJECT NO,E12130 CashierTs Chadk). certified chebk, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement 3.• Statement of Qualifications the Statement of 'Qualifications attached tO the proposal shall be submitted.-with the ppoposai. A-S Time of Completion/Liquidated Damages The working time for completion Of the Project will be 60 Calendar daya. The Contractor shall commence Work within ten (10 calendar days after receipt of written notice from the Director of Engineering Services or designee t'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, $1000 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 44sages due the City. A-7 'Workers Compensation InsUkanCe Coverage. If the ContrectOr's WOrkera caMPeneation insurance coverage for its employees working on the Project IS terminated or canceled for any reason, and replacement workers' cotpenaatiOn insurance coverage meeting the Section A - SP (Revised 12/X5/04) Page 2 of 26 I: requirements of this Contract is not in effect on the effective date of I: cancellation of the Workers" compensation insurance coverage to be replaced, then any Contractor eMPloYee nut covered by the required workers' ooMPeneation insuranOe Coverage must not perform any work on the Project. 1: Furthermore, far 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 1: 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 inSuranoe and unless the required documentation of such coverage has been 1: provided to the Contractor and the City Engineer. A-9 Faxed Proposals 1: Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section. B-2 of the General Provisions. cA-9 Acknowledgment of Addenda I: The COntraotor shall ack nowledge receipt of all addenda received in the appropriate space provided in the PrOPosal. Failure to do so will be interpreted as hOn-reCelPt. Since addenda can have signifiCant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of I: non-redeipt, 'could have an adverse effect when determining the lowest reaPonsible bidder. ,P1.-10 Wage Rates (Revised 7/5/00) I: Labor preference and. Wage rates for PIPELINE ON-M-IONE OONSTRUCTION. In case Of conflict, Contractor shall use higher wage rate. I: Minimum Prevailing Wage scales, The Corpus Christi City Council has deteroined the general Ptvailing minimun hourly wage I I: rates for Nueces County, Te*as as set out in Pda. C. The Contractor and anY subcontractor must not pay less than the s iPeofied wage rates to all laborers, Workmen, and mechanics esployed by theme in the execution of the: COhtraCt. The Contractor or subcontractor shall forfeit sixty Collar* ($60,012) per calendar day, or portion thereof, for each laborer, [ Workman, or mechanic Oployed, if such person is peid, less than the specified rates for the classification of work Performed, The Contractor and each -subcontractor must keep en accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by thecn in connection with the Project and showing the actual, wages, paid tO each E14,ork6t. The Contractor will make hi-weekly 'certified payroll submittals to the. City Engineer. The , C Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be sutmitted to the City Engineer bi-weekly. (see section for Minority/Minority Business Enterprise Participation POIicy for I I additional requirements cencerning the proper form and content of the payroll sdArtittels.) E Section A - SP (Revised 12/15/04) Page 3 of 26 C I One and one-half OA times the specified hour:1y wage Must..be Pc114 for ail 40#s. worked in II excess of 40 hours in any one week and for all hours worked on SUnclaYs or holidays• (See Section B-1-4, Definition of TerMs, 4013 Section 137-7 ., Working HOurs.) A-11 Cooperation Public Agencies (ReviSed 7/5/00) 1 The Contractor shell cdoPerate rdith all puhllc and private agencies with facilities operating within the liMite: of the PrOjett. The Contractor shall provide a fo rty-eight (48) hour- notiCe tO any appliCable, agehCY when work is anticipated to, proceed in the vicinity of any 11 facility by usirlg Te.icas 811 at 1311 and the Lone Star Notification 6 ,,..1 y at 3.40- 694344. Mar the Contnattor18 contrenienter the folloWing telephone numbers are listed. City Engineer 826-3500 I Project Engineer- Carl Crull 36a-696-3326 , HDR Engineering, Inc. Traffic,Engineering 826-3540 Police"Department 8027200 Water Department -826-.184 182 -1.88.4 after Waatewster DepartMent 82 -1800 (84-1818 after hours) G,a Department e85-6900 (8135-6913 after halts) Stn Water Dspartment 826-1875 .(826- 46 after hours) Parka & Recreation DepartMent 826-3461 Streets 6 Stilid Waste ServideS 826-110 AEP l-811-373-4858 SBC/AT&T 881-2511 a-800-4824-4424 after hours) city Street Div. for Traffic Signal/Fiber Optic Locate 826-1546 8. 6-3547 CableVision 657=5000 (857-50601 after 4444s). II ACSI (Fiber Cptie) 81-1200 (Pager 800-324-1824) trzmt (Fiber Optic) S13-1124, (Pager$P-20471079) thoiceCcm (Fiber bptio) 881-5767 (Pager :850-2901) rAPROtK (Fiber Optic) 512-935-095S (14obile) 'Brooks, Fiber Optic Ø4N) 972- 53-.4355 Regional Traiiwortatioa Autho rity 289-2712 Port of Corpna Christi Authority Eng.. 85-6153 'NOM Area Office 8()E3-284 CorpUs Christi IS.D 886-9006 A-12 Maintenande of Service 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 111 reCords„ etc: and from as much field work aa normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc: , However; the accuracy and completeness of such information is not guaranteed. It is the Contractor's sae and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities, If the Contractor encounters titliktY 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 I company or agency that owns the utilities. Section A - SP (Revised 12/15/04) Page 4 of 26 I I: Where existing sewers are encountered and are interfered with (i.e. broken, I: 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 Cantraater twat 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, I: relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or reldeations of sewer service lines must, be provided by the Contractor. I: A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inCanvenience to motorista. and the public. All I: weather access must be provided to all residences and businesses at all times during constrUOtion, including, but riot limited to the Texas Stabs Aquarium, ILS.S.14eXingten, and Corpus Christi. Museum of Science' 'and 'History. I: The Contractor Will be required to Schedule his operations so as to' cause minimum adverse impact on the accessibility of adjacent streets, including but not limited to Mesquite Street, Hirsch Street, North Chaparral Street, I: East Surfside Boulevard, Pearl. Street, Breakwater Avenue, and Timon Boulevard. This may inelude, but is not limited ta providing flagmen, construction of temporary ramps, etc- E 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 C: Contractor shall secure the necessary permit from the City's Traffic Engineering Department. ALL caste for traffic POhtrol will be paid fOr as sown ih the bid proposal. LAA traffic control plan is ine/Uded in the construction drawings. The governing traffic control .plan shall be that which is included in the project construction drawings. if the Contractor wishes to alter the traffic I: .'j contra' plans the Contractor must submit a traffic control plan which has :been sealed by a licensed engineer for City approval prior to construction. I: A71.4 Construction. Equipment Spillage and. Tracking The. Contractor shall keep the adjoining streets free of tracked and/Or spilled materials going to or from the construction area. Hand labor and/or 1: mechanical equipment must be used where necessary tO kePP 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 Eallowed to remain on the Project site or adjoining streets, I: E section A - SP (Revised 12/15/04) Page 5 of 26 E I A-45 Rsoavatios and. Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt, "Clean" dirt le defined as dirt that is capable of providing a goOd growth of grass when Applied With seed/sod and fertilizer.. The dirt moat be free of debris, caliche, 4SPhalt, concrete and any other Material that detracts front its appearance Or hampers the growth of grass. All existing conerete and asphalt within the limits of the Project must be removed unless otherwise noted,, All nedessaty 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 t Contractor. A-16 Disposal/Salvage of Materials Excess excavated Materialf broken asphalt r concrete, broken culverts and other unwanted material becomes the property of the COntrectOr And must be removed from the Site by the Contractor s The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to ContraCtor. A 17 ricld Office (NOT USED) I The Contractor must furninh the City Engineer or his reprancntstiva with a field Office 4t the: construction sitt. Tho field affico must contain at icast 120 square fact of useablo spacc. The field officc mlaQt be air conditioned and heattd and must ho furnished with an inclined table that. measures At leant 30" x 600 and two (2) chairs. The Contractor ahall move. the fiold, office on the site ac required by the City Engineer ex his rePreocntativC. The field office must be furnished with a teiCphOne (with 24 hour Per day answering service) and FAX machine paid for by the COntr4ator. Field Office A-18 spheduxe, and Sequence of Construction The Contractor shall submit to the City Engineer a Work plan based only on eAranumat days. This plan tmot detail the schedule of work and must be Submitted to the City Engineer at least three (A) working days prior to the Ore-eonstructien meeting, The Plan must indicate the ectechile of the following work items: 1. Initial Schedule; Submit to the City Engineer three (3} days prior to the Pre-Construction Meeting an initial Construction Progress Schedule far review. 11 2, Items to Include; Show complete sequence of cOnstructiOe by activity, identifying Work of separate Stages, and other 10.4i-0411Y grouped ctivities. Identify the first work daY of each Week. 3. Submittal Dates; Indicate sUbmittal dates required for all submittals,. 4. Re-SubMiSsion Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress. Schedule to show Actual progress of each stage by percentage against initial Schedule, Section A - (Ravise4 12/15/64) Page 6 of 26 I: • 1 2..--19 Construction Project Layout and Control The drawings May depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally - . required to construct a project of this nature. The major ContrOls and bench marks required for setting up a project, if not . . . shown on the draWings, will be Provided by the City Surveyor. The Contractor shall furnish, all lines, Slopes and measurements necessary for control of the 'work. L 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 I: 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. If, for 'whatever reason, it is necessary to deviate from proposed line and 1: grade to properly execute the work,- the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deViation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide E supporting MeasureMents as required for the City or Consultant Project Engineer to revise the drawings- The Contractor shall tie in Or reference all valves and manholes, both I: existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving PreCeas. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum f tWO (2) personnel for tne.purpose of assisting the measuring of the completed work. The Contracter shall provide he following certification for documentation and verification of compliance with the COntraCt Pocnthents, Plans and specifications- Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional T,anel Survey (B-P•b,S') . . licensed an the state of Texas retained and paid by the Contractor. The Third II.: . - . . , . Party R,P.L.S. shall be approved by the City prior to any Work. Any discrepancies shall be noted by the Third Party Surveyor and certify C compliance to any regulatory permits.. Following is the minimum schedule of documentation required: The Contractor shall maintain a guidance system log and .record drawings in aePOrdance with Technical EPecifiCatiOn 02320, Part 3, Section 3.06, The 1: contractor shall submit information dePicting tbe horizontal and vertical alignment of the Horizontal Directional Drill. Streets: , . . . , . . . ... . , • Curb and gutter flow line both aide of Street on a 200' interval) E waotewat6r: ! I: ae414ei-elevationa (top of pipe and flow line) (TXDoT and Bll Permits) . Water:-. '---. -. - . ... ....- - r,-.: z .1.-- ..r.- .-z z -- !,•.It --z •.• z- - -I _ E Seption A - SP (Revised 12/15/04) Page 7 of 26 I: I Stormwntcrz • All rim/invort devotions nt manholes; • 11 All intoraccting linoo in manholCS; • casing olcvationo (top of pipe and flow line) cTXDOT and RR pormita) , A-20 Testing and Certifidation. All tests reggired under thiS item tilst e 40he 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. (NOT -USED) following drawings- (21:tta4hOlOnt sT4)014110 EPECIFIcATION SECTION 0210101 The nigns must bc installed boforC condtructiop begins and %4iii. bb maintained - _ A-22 Minority/Minority Business Enterprise Participation. Policy (11.(nrisednt9S) 1. Policy It is the policy of" the City of Corpus ,Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of cOntracts awarded by the City Of Corpus Christi in support of Equal Employment Opportunity opalS and objectives of the Affirmative Action POlidy Statement Of the City dated October, 19.0-9, and any amen0Menta thereto, Id acoordanog with such policy, the City ha S. established goalao, as stated herein, both for minority and feMale. participation by trade and for Minority Business Enterpriae. 2.. Definitions a. BkiMe Contractor': Any petson, firm, partnership, corporation, association Or joint venture as herein provided which has been awarded a City contract. 11 b. Subcontractort. Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, egniPMent, Materials or any combination of the foregoing under contract With A prime contractor on a City contract. c. Minority Business riterprise: A business enterpriee that is owned apd controlled by one or more minority Person(s) . minority persons include Blacks, MexiOan-AMericafts 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:. Section A - SP (Revised 1.2/15/04) Page 8 of 26 1, Owned ii lb (a) 'or a Sole proprietorship to be deemed a minority business enterprise, it Must be Owned by a minority • Person, 1: -(b) For an enterprise doing business as a partnership, at least •51.0% of the assets or interest in the I: partnership property must be owned by one or more Minority person(s) . (6) For an enterprise doing business as a oPrPPratiPn, at I: . least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirett, to manage a business I: enterprise rests with a minority persontsY. 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to. receive 11: . 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract paymentS, And any Other I: monetary distribution paid. by the business enterpriSe. . d. Minority: See definition under Minority Business EnterPrise- 1: e. Female Owned Business EnterPriset A sole PrOPrietorship that is owned and controlled by a' WoMen, a partnership at least 51-0% of whose assets or partnership interests are owned by one or more I: Women,. PZ a corPoration at least 51.0% of whoSe assets or interests in the Corporate shares are owned by One or more women, f, aojnt Ventura: A joint venture means an association of two or more I: 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 1: satisfy the stated MBE goal cannot exceed, the propor ionste interest of the MBE as' a member of the joint venture in the work to ' be performed by the joint venture. -For examples a joint venture which is to perform 50.0% of the contract work itself and in which I: . a minority joint venture partner has a 50.0% interest, Shall be deemed equivalent to having minority participation in 25.0% of the work, Minority MeMbers of the joint venture mnst have either financial, managerial, or technical skills in the work to be E perfbrmed by the joint venture- 3. Goals E . a The goals for participation by minorities and Minority Business Enterprises ekpressed in percentage terms for the Contractor's aggregate work force on all construction work or the Contract award are as follows: I: . Section A - SP . (Revised 12/10/94) Page.9 of 26 I Minority Participation Minority )300:ineae Enterpgise (Veroent) PatioipatiOn (Percent) I 4:5 , sit. ,% 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 ContractorLs percentage is p.roh.ibited, 4. Compliance a. Upon completion, of the Preject, a final breakdoWn of MBE participation, substantiated by copies of paid invoices,. shall be submitted by the COntractOr to the City Engineer. b. The cantraator shall fake payroll. ubmitta1s to the City. Engineer. The Contractor is to indicate the 'percent of minority and female participation, by trade, which has been utili4ed on the Project. Along with the request for final payment on th:e. Project,, the Contractor will indicate,: in w:riting, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments tp the Contractor for failure to submit bi-weekIy payroll's in a timely fashion of to stitaidt: overall participation information as. required, Inspection .Rpcmircd. 41kc;v1Ac4. 714/901) permit ic required and to hhhutO a final inapcation 4ftct thO building in ooMplOtCd and ready for Occupancy.: Contractor Innot obtain the Certificate of orgendC0 in that the Contractor taunt pay all fcco and -o'flargan .1.ovic:d by the City's .Bnilding InSpOptibt :13(cpartmont, and all othor City fecal including WatOr/Waht.O.WatOr motor foon- and tap: foto as required by City. /1/4. 24 Surety Bonds Para:graph two (2) of Section B-3-4 of th General !Provisions. js Chang:0 to read as follows.: surety will be accepted by the. City from any Surety Company who is now in default or delinquent n any bends: or who has an interest in any litigation against the 'city. All bends Must be ieSUed 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 (Io.fl 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 (1{A). of the Surety Company's capital and surplus with reinsurer(S) authorized 't Q do. business in. the State of Texas. The amount of' the bond reinsured by any reinsurer may not exceed ten percent (10$) of the, reinsurerta 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 geOtion A - (Reyieed 12/15/94). Page 1Q ot- 26 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 1: surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that i$ certified by the United States Secretary Of the Treasury or must obtain reinsurance for any liability in excesa 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." %. 25 Sales Tax Exemption (NOT USED) £eet on B 6 22, Tax Exemption Provision, is dclotcd in it entirety and the following substituted in lieu thereof.. Christi do not qualify for exemptions of -Sale°, Excise, and -Use Taxes-.unless = m - - _ -e _ ation of Title 34, . Public Finance of the Texas Administrative Code, ox' ouch other rules or regulations as may be promulgated by the Comptroller of Public Accounts of Texas If the Contractor elects to operate under a separated contract, he shall: 1. Obtain the necessary sales tax permits from the State :Comptroller,. 2. Identify in the ,appropriate space on. the "Statement. of Materials and 1: Other Charges" in the proposal form the coot of materials physically incorporated into the Project. 3. Provide. resale certificates to supplier.. .. h.- Provide. the 'pity With copies of material invoices to substantiate the proposal value .of.:materiala = - must pay for all Sales, Excise, and Use Taxes applicable to this Project. Subcontractors are eligible for sales tax exemptions if the subcontractor else complies with the above. requirements. The Contractor must issue a resale ocrt flcate to the subcontractor and the subcontractor, in turn, issues a resale certificate to his supplier. 1: A-26 Supplemental Insurance Requirements F'or 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 eaneellation or Material change that reduces or restricts the inauranee afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to C Section A - SP (Revised 12/15/04): Page`11 of 26 I I 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or. copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. I For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. • __ Claims NOT USED io amended to include: Contractor muot provide Buildor'o Risk or Installation Floater inourancc City finally acceptsrthe Projcet erwork. Builder's Riok or-Installation Floater coverage must be an "All Riok" form. Contractor must pay all costs necessary to procure ouch Builder's Riok-or Installation Floater 1 Section A - SP 1 (Revised 12/15/04) Page 12 of 26 I A-728 Considerations for Contract Award and Execution to To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City 1: Engineer may require a bidder to provide documentation concerning: 1. Whether any liens heVe been filed against, bidder for either failure to pay for services or materials supplied against any of its projects begun I: within the preceding two (2) years. The bidder shall specify the name and addrets of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall Ptate why the 1: claim has not been paid; and 2. Whether there are any outstanding unpaid claims ,against bidder for iproject's services or materials supplied which relate to any of it begun I! within the preceding two (2) years. The bidder shall specify the tame and address of the claimant, the amount Of the olaiM, the basis for the claim, and an explanation why the claim has not been Paid., I: A hiddPr may also be requited to supply Constrtiction references and a 1 financial stateMent, prepared no later than ninety (90) days prior to the City Engineerls request, signed and dated by the bidder's owner, president or other euthoriZed Petty, specifying all current assets and liabilities. A,2S contractor's Field Aftinistration Staff E The. Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. 1: The criteria upon Which the City Engineer makes this determination may include the f011Owing! 1. The SUperintendent must have at least five (5), 'years resent experience in field I: management and oversight of projects of a similar size and complexity to this PrOject. This experience mast include, but not necessarily limited to, scheduling of manpower and materials,/ safety, Coordination of subcontractors, and familiarity With- the submittal process, federal and state wage rate I: requirements, and City contract close-gut procp0nres. The superintendent shall, be present, bri the job site, at all times that work i8 being performed. I: 2. Poremen, if utilized, shall have at least five. (5) years recent experience in similar work and be enbOrdinate to the snPerintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be. reviewed by the City Engineer. The Contractor's field. aatairdetration staff, and any subsequent substitutions or - _, , any I: replacements thereto, must be approved by the City Engineer in Writing Prier to such superintendent seen-ming resPonsibillties on the Project. Pugh written 'approval of field administration -staff is a prerequisite to the city 1: Engineer's obligation to execute a contract for tbitt. ProjePt. If such approval is no obtoined, the award may be rescinded. Further, such written approval is also necessary prior to a Change in field administration staff during the term of this Contract. If the Contractor fails, to obtain prior written approval of the City E Engineer concerning any substitutions or rePlaCerenta in its field administration staff for this Project during, the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. . I Section k - SP (Revised 1,2/15/04) Page 1 3 of 26 E lv-30 Amended. 1,Consideration. of Contract'! Requirements Under "Ceneral Provisions and .•RequireMents tOr Municipal Construction Contracts" Section B-3-1 consideration contract add.'the. foli. witiq: tektt, Within five (5). working days folloW414 the. public OPenin4 and. reading of the proposals, the three i(3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following informationt• 1. A list of the Major Components of the work; A I:1St of the products to be incorporated into the Pxeject; 3. A schedule •of values which specifies estimates of the opat for each major component of the work; 4. A .schedale of anticipated monthly payments for the Project dUratiOn, 5:. The names and addresses of firio that wifl. participate in the Contract, along with a description of the Work' and dollar amount for each :.firm, and substantiatiOn- either through appropriate certifications. by federal agencies or signed affidavits from the 'MBE ,fitigs, that such ME firms Meet the guidelines contained herein,. .Similar substantiation will be required it the contractor is an MBE. rf the responses do not clar1y -show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a: good faith effort has, in -fact,, been. made to meet said requirements but that. meeting such requirements le not reasonably possible, 6. A list of subcontractors that will be working fan the Proje . This list may contain more than one subcontractor fOr Major ,COMPOilenta f the work if the Contractor has net completed his evaluation of which subcontractor will perform the wcmk,. The City Engineer ±.. tb,ins the, right to approVe: all subcontractors that will perform tOt,lc on the Pred.pet,. The Contractor shall obtain written approval 1;$y, the City Efrgit4:00r of all of its subcontractors prior to beginning work On the project: If the City Engineer. does not approve all -protio§.04 234ii:Oon.tt'aoto: i, it 'may rescind 'the Contract award. rh tt* event, that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the contract, then the City Engineer retains the right to :approve any substitute or replacement subcontractor prior to is participation in the Project: Such approval will not be, given if the, repleCeMent: of the subcontractor will result in an increase in the Contract price Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuetit to section p-77-1;. ; 7. A preliminary progress schedule indicating relationships between• the major components of the wOrk. The final progress schedule must be submitted to the City Engineer: at the pro-construction conference; 5. .DOcOMentatIon required pnrauant to the Special. Provisions A--,2.8 and A-20 concerning cosidetations for Contract. Award and Execution and the Contractor's Field Administration Staff.. 9. Documentet.ion as required by Special Provision appliceble. Section - Se (11,004e4 1211$/0) Page 14 01 26 10. Within five (5) days following, bid opening, submit in letter fort, C information identifying type of entity and state, i.e., Texas (or other , state), Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts On behalf of said entity. EA-31 Mended Policy on Extra Work and Mange Orders tinder "General Provisions and Requirements for Municipal Construction Contracts" B-13-5 i t Policy on Extra Work and Change Orders the present text is deleted and replaced with the . Extra. 'following: Contractor acknowledges that the City has no obligation to pay for any extra work t for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do Ilot. exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also Ebe approved by the City Council. A-32 Mended "Execution of Contract" Requixementa Etinder "General .provision nd Requirements for-Municipal Construction Contracts" B--3-5 EXqC).1ti01). of Contract add the following: i The award of the Contract may be rescinded at any time prior to the date the City Engineer deliver a a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the'Contractor. A-33 conditions of Work Each bidder must familiarize himself fully with the conditions relating to the Completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. contractor is reminded to E attend the MANDATORY Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract DocUtents I: In case of conflict in the Contract ddcumenta, first precedence will be given _ . to addohda issued during the bidding phase of the. Project, second precedence 1: will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard sPeeifications and the General Provisions will be given last precedence. In the e'Vell't of a conflict between any of the Standard Specifications with any E other referenced specifications, such as 'the Texas Department of Public Transportation Standard" Specifications for 'Highways, Streets and Bridges, ATM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction L plans, referenced speeifiCatiOns, Standard Specifications, and General Provisions, in that order. _ - - _.- - - , - - - -- - - --- I: A. Vi4itOr/Centraetor Otichtatien Prior to performing work at any City water facility, tho E Controictor, his subcontractors, and oach of their employees :muat -at a Visitor/Contractor Safety Orientation Program conducted by the City Water Department Porconnel, A ViPitor/Contractor Safety I: Section A. - SP (Revised 12/15/04) sage 15 of 26 I WIIII NIS W1111 SOS WO WIII MIS All Willi Will OM 'MEI MIN 1111111 11111111 WIII IIIIIII MINI 111111 • n .. 1 1' O. , ° 1 11 ,1 'U ■ i1 4 I � fi' ,. .•1 :il :"q: 0 D. 0 . it ,e .:I Vin'.•1�.' . l.� + l ?^v 4i • 11 l,...r 11 O r 111 0 • , a ;o a 1 '.1 I, ry'>ti.lfl • t 1 i R 1 1. 1 u'... ■•• ••;1; i l e ■ , . 11. N t0 W It? 1 1 t • i 11 I1 it 1. 11 •I et ° •, e 1 1 • li It 'o II 1� 1 1 •p ,i ■ IS' • / • e el 1 - 11 :i. .. ,• • '. 1 4 11! 11 f O• • . , 1 ,i 11 1 -II 11 1: 1! •11- 9: l9 ,1 :ell 1i !r 1, it i�' ei ie r. 11 .'� 4 PP 1 • Pi 1 em • Ir, r1. ,q,_ 11 -.IP l/ fl 11' I 11 , ;1� _ 1' it 1 .II (9 ■ .11. I. l t .r,l .1 <. • 11. 1 i� ',I l •",i ' U 11 I° li I 1 rl _ • 1 , ' • r "f li 11 11 r 1 /1 ' 1 , '. 1 •ID. 1 fl ,� ! e. '.1 i•' 1 II . 11 1 I! * 1 1'� 11, .•, ' e 'a +t i n, �( 1 Q 1" 11, It 1 1 1 4 1 1 ° 11 1 i In 1 (1 1 e 1 11 • + 'fl 1 • , I �1 "II I • 1 - 11. ,• 1 • ;1 11 '1 A•e ' q 11 IF , P , • , 1 'e1' II• •I 1 11: '4e 1 .,.,:a• ' ' ,1„ 11 1e a ,1 •'i r. to 1 1 i:• •1 • n u ... "1 ') r ,U.:.Ii 1 1 1 d_ II 1F III' 'i/ 1 1 1 ',/ VY• 1 1. 9 1 i1 11 ' Ir / -.1 1 1.. •1. _ f 4 11 11 �.• li . ) 1 1 ii : 1, 1 ,t 11 /1 ; 1, o 11 0 li I • '. 1 `1 11 * 11 .11 It .:p Q I/ •19 1 , X ,1 1 ^I 1 .1 1 • •, l9. , • '11 I, If 11 •f1 it It ,6 I/ , l 1 •'.,1 (11 tI• 11 1 1 {I 0 {IJ Il: 0,1 1/ ,� I ...,,,w(W(WryVhh 1'. 0••'.1 P .01 Y_'. 1 • • I I: J. All Contractor vehicles must be parked at designated site, as designated by City Water Dcpartmcnt staff,, All Contractor vehicles must be .clearly labeled with company name. No private employee 1: vclicles arc allotted at O. N. Stevens Water Treatment Plant. All personnel must be in company vehicles. Duriig working hours, contractor employees must not leave the designated -construction are nor wander through any buildings. 'other than for required work E cvacua icn. :. _. _. _ - _- K. Contractor Qualifications SCADA (SUPERVISORY CONTROL AND DATA 1: ACQUISITION) Any work to the computer based monitoring and control system must be performed only by qualified technical and suPe.rviaory personnel,: Ir as determined' by meeting the gUalifications 1 thru g below. This work includes, but is not :limited to, modificati'ono, additions, ehangca, cclectian4i furnishing, installing, connecting, I: programming, cUstoitizing, debugging, Calibrating, or placing in operation all hardware and/;or software specified or required by these spccifi tiono.' The Contractor` or his subcontractor proposing to perform the SCADA work Mbist be able to deetonstrate the followingr- lo and control system business, preferably as applied to the municipal water and wastewater industry.. 1 2. He has performed work on .cyotcros of ,comparable size, type,. and 'complexity as . regwired in this Contract On at least throe; prior projects. 3 Re has been actively engaged in thc type of work specified herein for at least 5 years. 1: 4. tic employs a Registered Profcasional Engineer, a Control Systems Engineer, or an Electrical Engineer to aupervi e or perform the work required .by this. specification. 5. He c ploys; personnel on this Project who have succes fully li cOiplcted a manufacture'r's training course. in configuring. and impicnenting the 'specific computers, RTUS's, and software proposed for the Contract. 1: 6. He Maintains a permanent, fully staffed and equipped scrviee facility :within 100 miles of the Project cite to maintain,- repair, calibrate, and program the ays-terra specified herein. 7. He shall furnish equipment which is the product of ono manufacturer to the maximum practical extent. Where; this is product of. Pnc manufacturer. 1: S Prior performance at the O. N. Stevens Water Treatment Plant will be u cd in evaluating Which Contractor or t 9. The Cont actor shall produce' all filled out programming blocke required to show the programming as needed and required-, to add these two systems to the existing City CCADA system. Attached is an example. of the required E :dnd given to_the_City Engineer with all changes made during 1: Section ? - SP (Revised 12/15/04) Page 17 of 26 L I . . Contractor will Provido all PrograMMihq hloCka uacd„ I L. Trchching gCqUirOmbAta Ail trenching fqf thin prOje'Ot at the O.. N, gteveno Water Tr atment nuMber Of cRieting underground ebbtruetions. No trenching machinco chall he allowed on the project. A-36 'Othst Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when Processing Shop Drawing subMittala: a. Quantit •: ContractOr Shall Submit number required by the City to the City Engineer or his designated representative. b.. 11 RePrOducihles; In 40ditiOn to the requited 'copies, the Contractor shall also submit one 0) reproducible transparency for all shop drawings. d. Submittal Transmittal Forms: Contractor shall use the: Submittal TranaMittal Fort attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have 11 the original submittal number with an alphabetic snffix. Contractor must identify the ContraCtOr, the SubcOntractor or supplier; pertinent Drawing sheet and detail numbers) , and specification Section number, as aPProPriate, On each submittal 1/ form, d. Contractor's': StAMP: Contractot must apply COntractor's step, appropriately signed Or initialedr which certifies that review I/ verification of Products required, field dimensions, adjacent construction Wet*, and coordination of information, is all in accordance with the requirements of the Project: and Contract dOc4Mentsi ei Scheduling Contractor must schedule the submittals to expedite the Project, and deliver •to the; City Engineer for approval, and coordinate the submission of related items. f Marking: Contractor must mark each copy to ideAtifY aPPliCahle 11 products, models, options, and other data Supplement manufacturers' standard data to provide information uhique to this Project. g. Variations: Contractor must identify any ProPPsed variations from the Contract documents and any Product or system limitations which may be detrimental to SUccesefUl PerfOrMandeof the completed work, h. Space Requiretepts: Contractor must provide, adequate space for contractor and Engineer review stamps on all submittal forms. ReSubmittalsI Contractor must revise and resubmit submittals es required by City Engineer and clearly identify all changes. Made since previous submittal, j. Distribution: Contractor must distribute copies of reviewed submittals te subcontractors and suppliers and instruct Section A - SP (Revised 12/15/04) Page 18 of 26 E suboontraCtora and, suppliers to PrOMPtlY report, thru contractor, I: any inability to comply with ProVisiCns. 2. Samples: The Cont tor must submit samples of finishes from the full 1; range of ManUfacturers' standard colors, textures, and patterns for City , Engineer's seleotiOn. I 3. Test and Repair RepOrt When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Qtherwise, the related equipment will not*be approved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" IUnder °General Provisions and Reguiremente for Municipal Construction Contracts"( B- 6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the city of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan") , This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at 10 the pre-construction: meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." [IF A-38 Worker's Compensation Coverage or Building or COCatruotion Projects for Government Entities fil'ir The requirements of "Notice te Contractors '15'" are incorporated by reference in this Special Provision. It The icouonCo of a Certifioate of OeCUpancy for improvements; does not constitute final acceptanpe of the improvemontb under Ceneral Provision B-8- I: A-40 Amendment to Section B-8-6: Partial Estimates Gene.ral Provisions and. Requirements for Municipal Construction Contracts Seetion B-8-6: Partial gat i ,s mates 2 amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered, to the Project worksite unless the Contractor provides the City Engineer with documents, satiefactory to the City Engineer, that show that the material supplier has been, paid for the materials delivered to the Project worksite- A-41 Ozone Advisory Priming, hot-mix paving, and roofing Operations must hot be conducted on days for Which an ozone advisory has been issued, except for repairs, The City Engineer will notify Contra-et= About ozone alert. If a delay such as this Is 1: e)iperienced, the day will not be counted as a 'work day and the Contractor will be Compensated at the unit-price indicated in the proposal. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. Section A - SP (Revised 12/15/04) Page 19 of 26 E I A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Reggirements for Municipal Construction Contracts" B-6--21 Indemnification & Hold aarmless, text is deleted in its 11 entirety and the following is substituted in Iieu thereof= The Contractor shall hold the City, its officials, employees, attorneys, and agents Iharmlesa and shall indemnify the City, its officials, employees, attorneys, and agents from. any and all damages, injury Or liability whatsoever from an act or omisaion 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, 11 and agents hermleSS and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability Whatsoever front a negligent act or omission of the city, its offitiala, employees, attorneys, and agents that directly or indirectly Causes injury to an employee of the contractor, or any subcontractor, Supplier dr materialman.•A-44 Change Orders Should a change order(s) be required by the engineer/ Contractor shall furnish the engineer a complete breakdown AS tg all prices charged for work of the change order (unit Prices, hourly rates, sub-Contractor's costs And 11 breakdowns, cost of materials and equipment t wage rates, ete.) . This breakdown information shell be submitted by contractor as a basis for the price of the Ohange order. A-4,5 As-Built Dimensions and Dra*ings, 1715/004 (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 pehell, tO show as-built dimensions and locations of all work constructed, As a minimum, the final drawings shall include the following:. Horizontal and vertical dimensiOns due tO substitutions/field chaflgea;. (2) Changes in equipment and dimensions dae to substitutions. (3) "Nameplate" data on all installed equipment. (4). Deletions, additions, •arid 'changes to scope of work. (5) Any other changes made. A 46, Dioposal of :Highly chlorinated water (7/5/00) NOT USED) The Contractor ohall be rooponsible for tho diaposal of water USed' fOr testing, disinfection and line flushing in an approved Manner. Contaminants in the water, particularly high 1, vol.0 of chlorines will be used for disinfection, and may exceed the permissible limits for discharge into Section A - SP (Revised 12/15/04) Page 20 of 26 I: irctlands or environmentally o.criaitivc. ore. Thdod are regulated; by nummorous I: agcncico ouch an TI3RCC, EP)\, cto. It will be the Contractor's responsibility to comply with the rcquircmcrtc of all ,regulatory agencies in the :disposal of oil crater aocd, in the :project. The methods of disposal- shall bc'.:subrititted to. ill the City for approval. There ohall be no separate: pay for disposal of highly chlorinated water. Contractor shall not use the City's .unitary :ewer- sy,tcm for disposal of contaminated water. A-47 pre-Construction Exploratory Excavations (7/5106) Prior to any construction whatever on the project, C. ntractor ohall excavate. and expose all existing on-shore pipelines Of the project, that cross within 1: 20 feet, both horizontally and vertically, of the proposed pipelines or mud containment pits of the project. Contractor shall survey the exact horizontal and vertical location of each crossing. and potentially conflicting pipelines. Excavation is not required on an existing' pipeline if its Iri vertical separation to the Outside diameter of the proposed drill bore path (including the diameter of reaming and pullback operations) is greater than 2:p. feet I: For existing on shore pipelines which parallel and are within ten feet of the proposed pipelines or mud containment pits of the project,, Contractor shall excavate and expose said pipelines at a maximum of 300-feet on center and I: Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at a 300-feet maximum on center. Contractor shall then prepare, a report and stIbmit it to the City for approval indicating the Owner of the pipelines excavated, and surveyed, as well as the approximate station thereof, distance to the paverttent centerline and elevations of the top of existing pipelines, and approximate distance from I: proposed drill path and .entry .and exit drill points as applicable. COntractor .shall :perform no construction work on the project. until all exploratory excavations have been Made in their entirety, the results thereof tw reported to the Engineer and until Contractor receives Engineer's approval of report- Prior to any cbncitruction whatever on the project, Contractor shall excavate I: end expose all .existing pipelines of the project that cross within 20 feet of proposed pipelines of the project and Contractor shall aurvcy the exact vertical and horizontal location of each crooning and potentially conflicting I: pipeline. For existing pipelines which parallel and arc within ten fact (10') of proposed pipelinca of the project, Contractor shall excavate and cxpooc said 1: - - - . - - .- . - - . - - .-. - - _ -- - 300 feet maximum O.C. approximate station ther.eof, distance _ to the pavement centerline and 1: exploratory oxcavationo have been made in their ontircty, the renizltn thereof report. Section A SP (Revised 12/15/04). Page 21 of 2.6 C I Exploratory excavations, shall. be paid for on a lump alArft basin. JAriy pa/ement. repair associated with exploratory excav'atioiis shall be subai.di.ary to other items of work,, Cont 'actor shall Pro Vide all his ot^tn survey work effort (no' separate pay) for exploratory ea cavatians: A-48 "Overhead Electrical, Wires dP/5/00) Contractor shall comply with all OSHA safety requirements with regard to. proximity of construction- equipment: beneath overhead electrical wires There: are .many overhead wires crossing the construction route and along the construction .route:. Contractor shall use all due diligence, precautions; etc., to ensure that adequate safety .is provided for a1. .of his employees And operators of equipment and with regard to ensuring that ;no damage; to existing. overh.ead.;eleotrical wires or facilities occurs. Contractor shall, coordinate his work. with CP&L: and, inform GP&L, of his construction schedule with regard to said overhead lines Sore: 'overhead lines are ;shown in t'he ;construction planar while others are not It shall be the Contractort'a sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the glans; or not: A-49 Amended "Maintenance Guaranty" (0/29/60). Under "General Provisions and Requirements. for Municipal ConstructionI Contracts", U=8-11 Maintenance Guaranty, add the following "The Contractor•.'s. guarantee is e Separate, .additional rei edy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee .per'iod 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 o I/ ther individual or entity." ,A-50 Amended Prosecution and Progress. Under "General Provisions and Requirements, for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following "Funds are appropriated by the City on a yearly ,basis. If funds for any reason are not appropriated in any given year, the City may direct. suspension or termination of, the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilisationtremObilization costs. Such, costs shall be, addressed through a change order to the contract." A--51. Storm Water Pollution Prevention Plan This Project is required to have a Notice of Intent (NOI) .submitted as per Part II.D of the TIMES General Permrt. NO. TX&150000. The Contractor will be required to submit a NOt along with the appropriate fee, and complete a Construction Site Notice for this Project. The Contractor is required to provide copies of the NOI and Construction. Site Notice to the City prior to the preconstruction ,meeting. The Contractor is also required to post a signed copy of the NCI and Construction Site ;Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local, state, and federal authorities prior to commencement of any construction activities. The Section.A - SP (Revises 12/15/04) page 22 of 26 I/ I: Contractor will be required to Submit 4 NotiCe of TartiOation (NOT) upon 1 Ecompletion of this Project. The Contractor shall adhere to the requirement of the Stott Water Pollution E Prevention Plan as per the drawings and specifications contained in the Contract Doctments. . . A. 52 Do WatoringH{NOT USED) "well Pointing(' to the appropriate bid items as approved by the Engineer, and shall inoludo all costs to provide a dry foundation for the proposed I: improvements Storm water that enters an exeavation an ba pumped -out as long as care is taken to minimize solids and mud entering the pump auction and flog is pumped to a location that allow. for ohcct flew prior to entering li a storm water drainage ditch or ' tort water inlet. An alternative to sheet . , . , . . leaving the designated work area or by a manmade' hert(C) prior to entering the storm water Oyatem. sheet flow and pending is to allow solidi screening ': g e in adior settling prior to enterin a storm water Conduit or inlet- Stert water or groundwater •Shall not be discharged to private property Christi Bay) . coat, 'prior to commencing discharge and shall tiO retested hY the. City, at the City's expense, a minimum of once a week. Contractor shall coordinate with 1: the City on all testing- Test-, will also be performed as each new area of construction is started. Another option for diaPoSal ef groundwater by Contractor would include It pumping the e nearest sanitary newer nyatem, If diacharging to temporary _ . . for these operations shall be. negotiated. Other groundwater dispoial alternatiVed or selUtions may be approved by the Engineer on a case by case I: basic.. at 526 1217 (or Danielle Converse: at t26 4034) to obtain a "no coat" permit . . , . I I: groundwater flow. Groundwater flow an be estimated by boxing a hole or excavating a short trench then record water level ShertlY after completion, allow to sit overnight, record water level agaiOT pump hOle or trench dry to a holding tank or vacuum truck then record how long it takes to fill to 1: original level and overnight level. A-SS Di3P0oal of Contaminated Croundwater (NOT USED). dioponal of cOntainated groundwater. Thin item may not be needed but in of construction and does not meet the water quality requireMents for materials, tools, equipment, labor, transportation, bauling, coordination, Section A - SP (Revised 12/15/04) • Page 23 of 26 L. crater injcction wC11/ or other site as ogrPcd to by the Eninccr Suggested MOlCbUlar in COrPun Chrictir Tcxon- will. , bc ncgatietcd. Payment will not include coots sooacisted with A.-54 Pavement Restoration, and Project 'Clean PP It iS the intent of the plans and sPeCifications that any and all Areas within the limits of the proposed project that Are affected in any way by 11. construction operations be restored to the same or better Condition than that existing prior to construetion. Where asphaltic Pavements are excavated or damaged, they shall be replaced with the same types and thicknesses of materials as the existing Pavement unless otherwise noted, Where concrete pavements, sidewalks, curbs, eto., are excavated or damaged, the replacement shall as A minimum confOrk with the City standard details and standard specifidatiens available On file with the. Department of Engineering services unless specific details are provided on the drawings,. if the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure(s) unless specific details are pro,vided on the drawings. Restoration of all improvements as described above shall be in acoardence 11 with applicable City standard specifications, eterMined •by the tngineer. All lawns or other grassed areas, concrete Or asphalt drivewaY, vegetAtion area disturbed by construPtion. Operatione for the iteras Mentioned above Shell be restored to its original condition unleSe di rected otherwise by the Engineer. The Contractor may be reltired to Perforrli "'clean ups" of the entire. project or sections a f the project during the bourse of construction, as directed by the Engineer. Upon completion of canStruction, the Contractor shall perform a final clean up of the entire project, again as directed by the'Engineer. All site reatoration and project elean-up shall be considered subsidiary to the Various bid itents, therefore, no direct payment shall be made. A-55 Soil Boring logs and deotechnical InforAation I Soil boring logs are provided tor the Contractor's infermation only. The City and the Engineer disclaim any responsibility for the accuracy, true location, and extent of the soil investigation that has been prepared by ethers. Further, responsibility is disclaimed for interPretation Of the data by bidders, as in projecting soil bearing values, soil stability, and the presence, level and extent of underground water and tide levels. A-56 protection of Existing Equipment, Structures, and Utilities The Contractor shall use care during construetion. Should damage occur to any equipment, structures, or utilities, the Contractor shall contact the Owner. immediately. All repairs: shall be at the, Contract Or l•S 'expense. Utility locations have not been field verified. It shall be the contractors responsibility to verify existing equipment, Structures, and the condition of existing utilities and locations thereof prior to bidding. The drawings show the locations of all known Surface structures pertinent to the work. In the case of underground or Underwater obstructions such as existing water, Sewer, storm sewer, gas, elePtriCal lineei Pilirlgt debris or Section A - SP (Revised 12/1 /04) Page 24 of I/ I: . partial structures that, are not shown an the drawings', their location is not guaranteed. The owner assumes no responsibility for failure to show any or all these structures on the drawings or to show them in their exact location. Failure: to show will not be Considered sufficient: basis for claims_ for additional compensation for extra work in any manner whatsoever, unless the I: obstruction encountered in such as to necessitate substantial changes in the lines or grades, or required the building of special work for which no pcovia.ion is made in the drawings and 'which is not essentially subsidiary to 1: some item of work for which provision. is made. It is assumed that as .elsewhere proVi'ded the Contractor has thoroughly inspected the date, is informmed as to the correct location of surface structures, and has included the Cost of such incidental Work due to variable: subsurface conditions, I: whether such conditions and such work are fully .and properly described oft the drawings or not Minor changes and variation of the work specified and shown on the drawings shall be expected by the Contractor and allowed for as incidental to the satisfactory-completion of a whole and functioning work or 1[11 improvement. The Contractor shall maintain sufficient Clearance between his equipment and I: existing structures or adjacent property,: Or portions thereof, and utilize precautionary devices such as buoys or other means as necessary. Should the contractor allow the equipment to become in contact with any portion of these structures, repairs to the damaged areas shall be made by the. Contractor, to I: the satisfaction of the Engineer, at no additional cost to the Owner. A-57 Protection of Job .Site I: The Contractor shall be responsible for protection of the job site. The Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the property of himself or any other person, as a result of his operations hereunder. Drawings and specifications as well as any additional information concerning the work to be performed passing from through the Engineer shall not be interpreted as requiring or allowing .Contractor to deviate from the. plans and specifications, the intent of such drawings, specifications and any other such instructions being to define with particularly the agreement of the parties as to the work the. Contractor is to perform. Contractor shall, be. fully and completely liable, at his own expense, for design, construction, I: installation: and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring., bracing, scaffolding, machinery 1: or equipment, safety precautions 'or devices, and similar items or devices used by him during construction.. I: A-58 USAGE Corpus Christi Ship Channel Soundings The USACS Corpus Christi Ship Channel Soundings presented in Exhibit III are provided for the Contractor's information. only The City and the Engineer I: disclaim any responsibility for the accuracy, true location, and extent of the information, which has been prepared by others. Further, responsibility is disclaimed for the interpretation of the data by bidders for use in • estimating quantities or applicable work methods. I: A-5g Pipeline Warning Signs I: The contractor shall install a pipeline warning sign on each aide of the Corpus. Christi Ship Channel (2 Required) . 'The signs are as detailed in the plans. No direct payment will be made for these sign . Payment will be subsidiary to other items of work. ril Section A Y- SP (Revised 12/15/04) Page 25 of 26 I: 11 A.-60 "Mended. Ganeral Provisions PreParatiOnof Proposal" AnUi The Bidder has the. option of 001.itting a cOMPuter-igenerated printout An lieu of the Proposal Sheets 040/ing. the Bid Tables, The printout will. list all bid items (including any additive Or deductive alternates) contained on tliqm4 abeeta.., The printout will be Substantially in the form attached to these Specifications. If the Contractor chooses to submit a printout, properly completed remaining pages of the Proposal. shall accompany the. printoUt. Bidder accepts responsibility for any discrepancies to bid item number, quantity g unit or description, which may render the proposal Unresponsive. In addition, the printout shall contain the following statement and signature immediately following the Bid Summary: (Contractor)' certifies that the. unit prices shown 11 on this' printout for bid items (including any additive or deductive alternatives) COntained in this proposal are the unit prices intended and that its bid will be tabulated nail* these unit prices and no other information from this .printout v - (Contractor) acknowledges and agrees that the Total Bid Amount shown will barged: as its Total Bid; and further agrees that the official total. Bid. amount will be determined by multiplying the Quantity (column II) in the Proposal by the corresponding Unit Price (Column and then totaling all the extended amounts.. I •gignatar•e) I , . (TA#10 I I I I I/ I Sec#1.ork A - SV (Revised 12/15/04) Page 26 of 26 se iii AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 17th day of December , 2013, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Alcott, Inc. dba TCH termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $548,600.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: C CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING E PROJECT NO. E12130 (TOTAL BASE BID: $548,600.00) I: according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus CChristi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. C E Page 1 of 3 Rev. Jun-2010 C Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 60 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. 1 Page 2 of 3 Rev. Jun-2010 xE: ATTEST: CITY OF CORPUS CHRISTI B City Secretary Secreta Mark an Vleck Interim Asst. City Manager Public Works, Utilities, and Transportation APPR VED AS 0 LEGAL FORM: Pc By: By: .-f►,r el-a,., - / '17'►y Asst. Ci y Attorney Daniel Biles, P.E. Director of Engineering Services CONTRACTOR ATTEST: (If Corporation) Alcott, Inc. dba TCH (Seal elow) By I �� � � C�, 1 Title: s q ACC ILS1/r,drr (Note: If Person signing for J corporation is not President, P.O. Box 1250 attach copy of authorization (Address) to sign) Friendswood, TX 77549 (City) (State) (ZIP) 281/993-2999 * 281/993-1888 (Phone) (Fax) -- E -- fj3- 3 uT .„„ r COUNCIL <� I Page 3 of 3 Rev. Jun-2010 !! �C:eetfc,cc f iLLu�j itCH kiTHAVENi { 4105 FM 2351-13 Friendsttood,TX 77546 Phone(281)993-2999 0 1'ax(2S1)993-1888 11 January 9, 2014 To-thom it may concern, Alcott, Inc. dba TCH is a corporation in the State of Texas. Authorized individuals to execute contracts: Colby Ellis—Operations Manager Austin Hughes—Chief Estimator Scott Ellis—Vice President Tha -s, / ' Denise Ellis President 4105 FM 2351-B • Friendswood,TX 77546•Phone: (281)993-2999 •Fax: (281)993-1888 Ili III P R O P O S A L F O R M D I S C L O S U R E S T A T E M E N T S T A T E M E N T O F .Q U A L I F I C A T I O N S F O R CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING a PROJECT NO . E.12130 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI , TEXAS -re Corpus Chrsti Engineering DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS (REVISED PER ADDENDUM N .1 Addendum No.1 Proposal Form AttachmentNo.1 Page 1 of 1 Page 1of15 ma all r al P R O P O S A L Place : hi Date : )o-o9-/-3 61 Proposal of A co-it ►- -n t' D8A 1t1 E. a Corporation organized and existing under the laws of the State of ?eka5 OR hi a Partnership or Individual doing business as E . TO: The City of Corpus Christi, Texas Gentlemen: E: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work !" is required for : CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING, PROJECT NO.E12130 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit : ,,,, (REVISED PER ADDENDUM NO.1 Addendum No.1 ili Proposai Ferro AttachmentNo.1 Page 2 of 15 Page 2of15 r i1 c CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING PROJECT NO . E12130 1,7.. _ I II Ill Iv v iii ITEM QTY Description Unit Price Total Mobilization, complete and in place per Lump A-1 1 L.S. Sum. 34AOO'10 $ 3O,000 °' Site restoration, including but not limited to A-2 1 L.S. landscaping, excavation and embankment, 301500 $ 30,500'00 roadways, driveways, and parking lots; complete in place per Lump Sum. Traffic Control Plan installation, maintenance, // 500.00 $ //,5op.00 E A-3 1 L.S. and removal complete in place per Lump Sum. Storm Water Pollution Prevention Plan 5yo.0p $ i.500.00 E A-4 1 L.S. installation, maintenance, and removal complete in place per Lump Sum. A-5 1 L.S. Exploratory Excavation, complete in place per %O�o0•°0 $ 9 .00 f Lump Sum. I 8.625 - inch (O.D.) diameter HDPE (DR9) A-6 2,550 natural gas main with horizontal drill ida.00 $ q/3,0,.00 E L.F. installation, material, pipe string-out, assembly, testing, and installation complete in place per Linear Foot. 3.50—inch (0. D.) HDPE Pipe (DR 91, including A 7 2,550 cost for bundling to 8.625" HDPE, material, .20"" $ 5400.°6 L.F. pipe string out,assembly,testing and installation, per Linear Foot E BID SUMMARY (Total Items A-1 to A-7) $ Ste,6., 00 I iii (REV'_SED PER ADDENDUM NO.1 Addendum No.1 Proposal Form Attachment No.1 Page 3 of 15 Page 3of15 r hi :: r The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials . The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay 1 and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. E Time of Completion: The undersigned agrees to complete the work within 60 calendar days from the date designated by a Work Order . r The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything ill required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : C. Respectfully submitted: Name: Co/6y,e i'S By: ; 1 (SEAL IF BIDDER IS (SIGNATURE) a Corporation) Address: 0-50 1: P.O. Box, (Street) Ciltno%yfooi 7�' 7741i, (City) (State) (Zip) Telephone: agI-q93-a-9/9 r li NOTE: Do not detach bid from other pacers. Fill in with ink and submit complete with attached papers. (Revised August 2000) iiii I r (REv_SED PER. ADDENDUM NO.1 AddendumNo.1 li Proposal Form Attachment No.1 Page 3 of It Page 4of15 • i PERFORMANCE BOND STATE OF TEXAS § BOND No. 70101651 COUNTY OF NUECES § ros KNOW ALL BY THESE PRESENTS: !si That Alcott, Inc. dba TCH of the City of Friendswood , County of Harris, and State of Texas , as principal ("Principal"), and The Guarantee Company of North America USA , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), in the penal sum of FIVE HUNDRED FORTY-EIGHT THOUSAND, SIX HUNDRED AND NO/100 U.S. Dollars ($ 548,600.00 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 17TH of DECEMBER , 2013, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING PROJECT NO. E12130 (TOTAL BASE BID: $548,600.00) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, and if the Principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Performance Bond Page 1 of 3 I R$ Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. ter The undersigned agent is hereby designated by the Surety as the Resident Agent in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 9th day of January , 2014. • PRINCIPAL SURETY Alcott, Inc. dba TCH The Guarantee Company of North America USA By: By:?- (1(el, Co by fll�� Attorney-in-fact Title: I.P Ofe �'Orit Michael Cole #1074794 ATTEST: 421 7 Secretary S 11114S Address: P.O. Box 1250 Address: 12600 Northborough, Suite 190 Friendswood,TX 77549 Houston,Texas 77067 Telephone: 866-328-0567 Fax: 832-446-6339 E-Mail: michael.cole @marshmc.com (Rev. Date May 2011) Performance Bond Page 2 of 3 Marsh&McLennan Agency,LLC 1776 Yorktown.#200.Houston.TX 77056 phone:713-966-1776 fax:713-966-1700 TDI License#1601820 FEIN#263237576 Iii • pp Name and address of Resident Agent of Surety in for delivery of notice and service of process: Name: Michael Cole #1074794 Agency: Marsh &McLennan Agency, LLC Address: 1776 Yorktown, #200 (Physical Street Address) Houston, Texas 77056 (City) (State) (Zip) i Telephone: 713-966-1718 E-Mail: michael.cole @marshmc.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. r END (Rev. Date May 2011) Performance Bond Page 3 of 3 !" r • PAYMENT BOND STATE OF TEXAS § BOND No. 70101651 COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: That Alcott, Inc. dba TCH of the City of Friendswood , County of Harris , and State of Texas as principal ("Principal"), and The Guarantee Company of North America USA , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of FIVE HUNDRED FORTY-EIGHT THOUSAND, SIX HUNDRED AND NO/100 U.S. Dollars ($ 548,600.00 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 17TH day of DECEMBER, 2013 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING PROJECT NO. E12130 (TOTAL BASE BID: $548,600.00) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract 1 time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Payment Bond Page 1 of 3 C 1 . I Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. I Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by 1 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 9th day of January , 20 14 PRINCIPAL SURETY Alcott, Inc.dba TCH The Guarantee Company of North America USA By: I fact�' �/1 (b� �I(� S A orney-in- Title: W: op7 -ahmf Michael Cole #1074794 ATTEST: I Secretary kustA Address: P.O. Box 1250 Address: 12600 Northborough, Suite 190 Friendswood,TX 77549 Houston,Texas 77067 ITelephone: 866-328-0567 Fax: 832-446-6339 IE-Mail: michael.colePmarshmc,com Rev.Date May 2011 Payment Bond Page 2 of 3 Marsh&McLennan Agency,LLC 1776 Yorktown.#200.Houston,TX 77056 phone:713-966-1776 fax:713-966-1700 TDI License#1601820 FEIN#263237576 I Name and address of Resident Agent of Surety ' , for delivery of notice and service of process: Name: Michael Cole #1074794 Agency: Marsh &McLennan Agency, LLC Address: 1776 Yorktown,#200 (Physical Street Address) Houston, Texas 77056 (City) (State) (Zip) Telephone: 713-966-1718 E-Mail: michael.cole @marshmc.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev.Date May 2011 Payment Bond Page 3 of 3 _____THE The Guarantee Company of North America USA GUARANTEE' POWER OF ATTORNEY Southfield,Michigan KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield,Michigan,does hereby constitute and appoint C. W. Adams, Andrew J. Janda, Sharon Cavanaugh, Sue Kohler Leland L. Rauch, Michael Cole, Cheryl R. Colson, Kurt Risk Marsh & McLennan A e c LC its true and lawful attomey(s)-in-fact to execute, sears and deriver tor ana omits ienaif as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31'1 day of December, 2003. The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1 1. To appoint Attorney(s)-in-fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and 2. To revoke,at any time,any such Attorney-in-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. I 4. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting Iduly called and held on the 6th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and 1 such signature and seal when so used shall have the same force and effect as though manually 0044TEes. IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer,this 23rd day of February,2012. THE GUARANTEE COMPANY OF NORTH AMERICA USA e4/ 2„e-i \------ , .,/ /, /A I STATE OF MICHIGAN Stephen C.Ruschak,Sr.Vice President,COO Randall Mus ,Secretary County of Oakland On this 23rd day of February,2012 before me came the individuals who executed the preceding instrument,to me personally known,and being by me Iduly sworn,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Seal of said Company;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee - Notary Public,State of Michigan Company of North America USA offices the day and year above written. County of Oakland :- s My Commission Expires February 27, 2018 `1�Z C J . 4)-- Acting in Oakland County II,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force and effect. "ate N. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 9thday of i anua , 2Q14. I 1. 01 If 44?" �"y� AY -andall Mussel 1 ecretary I ,,,,, • I 40 • THE The Guarantee Company of North America USA GUARANTEE One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 Texas Consumer Notice I IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una q ueja: 2 You may contact your agent at: Puede comunicarse con su agent at 3 You may call The Guarantee Company of North America Usted puede Ilamar al numero de telefono gratis de USA's toll-free telephone number for information or to make a The Guarantee Company of North America USA's complaint at: 1-866-328-0567 para informacion o para someter una queja al: 1-866-328-0567 4 You may also write to The Guarantee Company of North Usted tambien puede escribir a to The Guarantee America USA at: Company of North America USA: One Towne Square, Suite 1470 One Towne Square, Suite 1470 Southfield, Michigan 48076 Southfield, Michigan 48076 Web:www.acna.com Web:www.acna.com E-mail: Info @gcna.com E-mail: Info @gcna.com Fax:248-750-0431 Fax: 248-750-0431 5 You may contact the Texas Department of Insurance to Puede comunicarse con el Departamento de obtain information on companies,coverages, rights or Seguros de Texas para obtener informacion acerca complaints at: 1-800-252-3439 de companias,coberturas,derechos o quejas al: 1 - 800-252-3439 1 6 You may write the Texas Department of Insurance: Puede escribir at Departamento de Seguros de P.O. Box 149104 Texas: Austin,TX 78714-91 04 P.O. Box 149104 Fax:(512)475-1771 Austin,TX 78714-91 04 Web: httix//www.tdi.state.tx.us Fax: (512)475-1771 E-mail: ConsumerProtection @tdi.state.tx. us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection @ tdi.state.tx. us 7 PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium or about a Si tiene una disputa concemiente a su prima o a un claim you should contact the(agent)(company)(agent or the reclamo,debe comunicarse con el(agente)(la company)first. If the dispute is not resolved,you may contact compania)(agente o la compania)primero. Si no se the Texas Department of Insurance. resuelve la disputa, puede entonces comunicarse con el departamento(TD I). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es solo This notice is for information only and does not become a part para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adj unto. I CS0083 Texas Consumer Notice 07/12/12 SO UP LIAS NGUMBE BR V CTrY- � PURCHASING DIVISION City of Corpus CITY OF CORPUS CHRISTI Christi DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following iinformation. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements,Certifications and definitions. COMPANY NAME: i4(C0 A k. elk 'Mg S P.O.BOX: / 5 Fr j r�JS WOOD ,1 7151/1..... , STREET ADDRESS: CITY: (Ti 4 41/744901 ZIP: 7 Sew �( � FM �-3Si t � FIRM IS: 1. Corporation 2. Partnership _ 3. Sole.Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. `= 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N 14 P Ili A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title N De 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest"constituting 3% or more of the ownership in the above named"firm." E Name Board,Commission or Committee N`P, 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject f thus contract and has an"ownership interest'constituting 3%or more of the ownership in the above named"firm." Name Consultant 0 hi Proposal Form Page 5 of 15 : . E . , : E . FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter,unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section :, 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the 4 City of Corpus Christi,TL51j s as change occur. r Certifying Person: ✓GtfE5 Title: a,:e L EstM.,Tp/ • (Type or Print) Signature of Certifying Date: /0— Q_' Person: r VV DEFINITIONS E . " appointed the City Council of the City of a. "Board member." A member of any board,commission, or committee appoint by y o ty Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. il c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a full or part-time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust,and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City E Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held"refers to holdings or control established through voting trusts,proxies,or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the !fit purpose of professional consultation and recommendation. iii r ,,, li, Proposal Form Page 6 of 15 IR I ___,.......,N •} ALCOT-1 OP ID:CS '`+ ° CERTIFICATE OF LIABILITY INSURANCE DATE 01/14D/YYYY) 01/14/14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER 281-469-9652 NAME: Weatherton-Cole Ins 2$1-468.5271 PHONE FAX 12611 Jones Road Ste.100 (A/C.No.Ext): (NC,No): Houston,TX 77070 ADDRESS: Janice Weatherton INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Travelers Lloyds Insurance Co INSURED Alcott Inc.dba TCH& INSURER B:Travelers Casualty of America Alcott Holdings,Inc. INSURERC:Travelers Indemnity Co 4105 B FM 2351 Friendswood,TX 77546 INSURER D:Travelers Indemnity Co INSURER E:Rockhill Insurance Company INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE / �,SR WVD POLICY NUMBER IMM/DDIYYYY) (MM/DDIYYY) LIMITS GENERAL LLABILrTY v EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CO-4C377364 11/01/13 11/01/14 DAMAGE TO RENTED 300,000 PREMISES(Ea occurrence) $ CLAIMS-MADE X OCCUR MED EXP(My one person) $ 5,000 PERSONAL Y ADV INJURY _ $ 1,000,000 GENERAL AGGREGATE _ $ 2,000,000 V GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG_ $ 2,000,000 POLICY I x FED LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1 00O 000 / (Ea accident) $ , / , J B X ANY AUTO BA-4C377364 11101/13 11/01/14 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ _ AUTOS AUTOS _HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) / $ X UMBRELLA LIAB X OCCUR `Y/ EACH OCCURRENCE $ 6,000,000 C EXCESS LIAB CLAIMS-MADE CUP-5466B480 11/01/13 11/01/14 AGGREGATE $ 6,000,000✓ DED X RETENTION$ 1p,000 ✓ $ WORKERS COMPENSATION -V/ X WC STATU- OTH- AND EMPLOYERS'UABILITY TORY LIMITS ER D ANY PROPRIETOR/PARTNER/EXECUTIVEY/N UB-4C377364 11/01/13 11/01/14 E.L.EACH ACCIDENT s 1,000,001 / OFFICERIMEMBER EXCLUDED? N N/A �/ (Mandatory In NH) • ✓ E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yea,descrbe under DESCRIPTION OF OPERATIONS below/ E.L.DISEASE-POLICY LIMIT $ 1,000,000 E Pollution Liabilit / ENVP001150-01 03/01/13 03/01/14 Aggregate 5,000,000 ✓/ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Re: #E12130 Corpus Christi Ship Channel Gas Main Crossing. General Liability and Auto policies include the City of Corpus Christi as an additional insured by a blanket automatic additional insured endorsement that provides this coverage when required by written contract. 30 days notice of cancellation if policies are cancelled by the Company other than CERTIFICATE HOLDER CANCELLATION CICO-01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi Dept.of Engineering Services Attn: Contract Administrator AUTHORIZED REPRESENTATIVE P.O. Box 9277 gj j .Q, e, :Corpus Christi.TX 78469-9277 ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD NOTEPAD• HOLDER CODE CICO-01 ALCOT-1 PAGE 2 ' INSURED'S NAME Alcott Inc.dba TCH& OP ID:CS DATE 01/14/14 for nonpayment of premium. Al cott, Inc. dba TCH J COMMERCIAL GENERAL LIABILITY Policy #C0-4C377364 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • IBLANKET ADDITIONAL INSURED (CONTRACTORS) . This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL'LIABILITY COVERAGE PART 1• WHO IS AN INSURED—(Section II) is amended to include any erations endorsement CG 20 37, without y person or organization that you an edition of such endorsements speci- agree in a"written contract requiring insurance"to fled; include as an additional insured on this Coverage • Part. However, the person or organization is only the person or organization is an additional in an additional insured with respect to liability for cured only if the injury or damage is caused, "bodily injury", "property damage"or"personal in- in whole or in part, by acts or omissions of jury" and as described in Paragraph a), b) or c) you or your subcontractor in the performance. below,whichever applies: of "your work" to which the "written contract applies. requiring insurance a) If the "written contract requiring insurance" specifically requires you to provide additional c) If neither Paragraph a)nor b)above applies: insured coverage to that person or organiza- i. The person or organization is an addi- tion by the use of: tional insured only if, and to the extent • i. The Additional Insured Owners, Les that, the injury or damage is caused by • sees or Contractors— (Form B) endorse- acts or omissions of you or your subcon meet CG 20 10 11 85;or • tractor in the performance of "your work" . Owners, Les- to which the'les;an contract requiring in- . ii. The Additional Insured sees or Contractors- Scheduled Person surance"applies;and ii. The person or organization does not qual- Or Organization.endorsement CG 20 10 10 01 and the Additional Insured = Own- ify as an additional insured with respect to ers, Lessees or Contractors—Completed the independent acts or omissions of Operations endorsement CG 20 37 10 such person or organization. • 01; 2. The insurance provided to the additional insured the person or organization is an additional in- by this endorsement is limited as follows: sured only if the injury or damage arises out a) In the event that the Limits of Insurance of of"your work" to which the "written contract this Coverage Part shown in the Declarations requiring insurance applies. exceed the limits of liability required by the. b) If the "written contract requiring insurance" "written contract requiring insurance", the in- specifically.requires you to provide additional surance provided to the additional insured • insured coverage to that person or organiza- shall be limited to the limits of liability required lion by the use of: by'that"written contract requiring insurance". i. The Additional Insured — Owners Les- This endorsement shall not increase the limits of insurance described in Section III— Limits sees or Contractors — Scheduled Person Of Insurance. or Organization endorsement CG 20 10 07 04 and the Additional Insured—Own-. b) The insurance provided to the additional in- "prop- ers, Lessees or Contractors—Completed sured does not apply to"bodily injury", "prop- Operations endorsement CG 20 37 07 � erty damage" or"personal injury"arising out 04; or of the rendering of, or failure to render, any professional architectural, engineering or sur- ii. The Additional Insured — Owners, Les- veying services,including: sees or Contractors-Scheduled Person I. ' The preparing, approving, or failing to Or Organization endorsement.CG 20 10 and the Additional Insured - Owners, prepare or approve, maps, shop draw - tional ' Lessees or Contractors-Completed Op- ings,.opinions, reports, surveys, field or-• • CG DS 04.05 10 0 2010 The Travelers Indemnity Company.All rights reserved. Page 1 of 2 • • • COMMERCIAL GENERAL LIABILITY • ders or change orders, or the preparing, iii. The nature and location of any injury or approving, or failing to prepare or ap- damage arising out of the"occurrence"or prove,drawings and specifications;and offense. ii. Supervisory, inspection, architectural or engineering activities. b) If a claim is made or"suit" is brought against • the additional insured, the additional insured c) The insurance provided to the additional in- must: • sured does, not apply to "bodily injury" or i. Immediately record the specifics "property damage"caused by"your work"and iv of the included in the "products-completed opera- claim or"suit"and the date received;and tions hazard" unless the "written contract re- ii. Notify us as soon as practicable. • • quiring insurance"specifically requires you to The additional insured must see to it that we provide such coverage for that additional in- receive written notice of the claim or"suit"as sured during the policy period. soon as practicable. 3. The insurance provided to the additional insured c) The additional insured must immediately send by this endorsement is excess over any valid and us copies of all legal papers received in con- ' collectible"other insurance",whether primary, ex- nection with the claim or"suit",cooperate with cess, contingent or on any other basis, that is us in the investigation or settlement of the available to the additional insured for a loss we claim or defense against the "suit", and 0th- cover under this endorsement. However, if the erwise comply with all policy conditions. "written contract requiring insurance" specifically d) The additional insured must tender the de- requires that this insurance apply on a primary fense and indemnity of any claim or"suit" to basis or a primary and non-contributory basis,this an insurance is primary to"other insurance"available any cover the additional of"other insurance"for which loss we to the additional insured which covers that person cover the additional insured for a bss we P cover under this endorsement. However, this or organization as a named insured for such loss, and we will not share.with that"other insurance". condition does not affect whether the insur- and the insurance provided to the additional in- ante provided to the additional insured by this sured by this endorsement still is excess over any endorsement to the is primary to "other which Y available to the additional insured which coy- .valid and collectible "other insurance", whether ers primary, excess, contingent or on any other basis, insured that as described or in Paragraph as a named y insured as described in Paragraph 3.above. that is available to the additional insured when that person or organization is an additional in- 5. The following definition is added to SECTION V.— sured under such"other insurance". DEFINITIONS: 4. Asa condition of coverage provided to the anal- "Written contract requiring insurance" means that floral insured by this endorsement: part of any written contract or agreement under which you are required to include a person or or- a) The additional insured must give us written ganization as an additional insured on this Cover- notice as soon as•practicable of an "occur- age Part, ' rence" or an offense which may result in a 9 damage" that the "bodily injury" and in- claim. To the extent possible, such notice "property.damage" occurs, and the "personal in- chomd T include: jury" is caused by an offense committed, during the.policy period and: • i. How, when and where the "occurrence" a. After the signing and execution of the contract or offense took place; or agreement by you;and ii. The names and addresses of any injured b. While that part of the contract or agreement is persons and witnesses; and in effect. • • • Page 2 of 2 0 2010 The Travelers Indemnity Company.All rights reserved. CG D6 04 0510 • • P.1 cott, Inc. dba TCH i COMMERCIAL AUTO Policy #3A-4C377364 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. i BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE-INCREASED LIMIT B. BLANKET ADDITIONAL INSURED I. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES-INCREASED LIMIT C. EMPLOYEE HIRED AUTO J. PERSONAL EFFECTS D. EMPLOYEES AS INSURED K. AIRBAGS E. SUPPLEMENTARY PAYMENTS - INCREASED L. NOTICE AND KNOWLEDGE OF ACCIDENT LIMITS OR LOSS F. HIRED AUTO - LIMITED WORLDWIDE M. BLANKET WAIVER OF SUBROGATION COVERAGE-INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE-GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED executed by you before the "bodily injury" or The following is added to Paragraph A.1., Who Is "property damage" occurs and that is in effect An Insured, of SECTION II - LIABILITY COV- during the policy period, to be named as an addi- ERAGE: tional insured is an Insured" for Liability Cover- age, but only for damages to which this insurance Any organization you newly acquire or form dur- applies and only to the extent that person or or- ing the policy period over which you maintain ganization qualifies as an "insured" under the 50% or more ownership interest and that is not Who Is An Insured provision contained in Section separately insured for Business Auto Coverage. II Coverage under this provision is afforded only un- C. EMPLOYEE HIRED AUTO til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- 1. The following is added to Paragraph A.1., ever is earlier. Who Is An. Insured, of SECTION II - LI- B. BLANKET ADDITIONAL INSURED ABILITY COVERAGE: The following is added to Paragraph c. in A.1., An "employee" of yours is an "insured" while Who Is An Insured, of SECTION II LIABILITY operating an "auto" hired or rented under a COVERAGE: contract or agreement in that "employee's" name, with your permission,while performing Any person or organization who is required under duties related to the conduct of your busi- a written contract or agreement between you and ness. that person or organization, that is signed and CA T3 53 03 10 ©2010 The Travelers Indemnity Company. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO 2. The following replaces Paragraph b: in B.5., within such country or jurisdiction, for Liability Other Insurance, of SECTION IV – BUSI- Coverage for any covered "auto" that you NESS AUTO CONDITIONS: lease, hire, rent or borrow without a driver for b. For Hired Auto Physical Damage Cover- a period of 30 days or less and that is not an age, the following are deemed to be coy- "auto" you lease, hire, rent or borrow from ered"autos"you own: any of your"employees", partners (if you are (1) Any covered "auto" a partnership), members (if you are a limited ( ) y you lease, hire, liability company) or members of their house- rent or borrow; and holds. (2) Any covered "auto" hired or rented by (a) With respect to any claim made or "suit" your "employee" under a contract in brought outside the United States of that individual "employee's" name, America, the territories and possessions with your permission, while perform- of the United States of America, Puerto ing duties related to the conduct of Rico and Canada: your business. (i) You must arrange to defend the "in- However, any "auto" that is leased, hired, sured"against, and investigate or set- rented or borrowed with a driver is not a tle any such claim or"suit" and keep covered"auto". us advised of all proceedings and ac D. EMPLOYEES AS INSURED tions. The following is added to Paragraph A.1., Who Is (ii) Neither you nor any other involved An Insured, of SECTION II – LIABILITY COV- "insured" will make any settlement ERAGE: without our consent. Any "employee" of yours is an"insured" while us- (iii)We may, at our discretion, participate ing a covered"auto"you don't own, hire or borrow in defending the"insured"against, or in your business or your personal affairs. in the settlement of, any claim or E. SUPPLEMENTARY PAYMENTS – INCREASED "suit". LIMITS (iv)We will reimburse the "insured" for 1. The following replaces Paragraph A.2.a.(2), sums that the "insured" legally must of SECTION II–LIABILITY COVERAGE: pay as damages because of "bodily injury" or"property damage" to which (2) Up to $3,000 for cost of bail bonds (in- this insurance applies, that the "in- ^� cluding bonds for related traffic law viola- sured" pays with our consent, but tions) required because of an "accident" only up to the limit described in Para- we cover. We do not have to furnish graph C., Limit Of Insurance, of SEC- °— these bonds. TION II–LIABILITY COVERAGE. 2. The following replaces Paragraph A.2.a.(4), (v) We will reimburse the "insured" for of SECTION II–LIABILITY COVERAGE: the reasonable expenses incurred (4) All reasonable expenses incurred by the with our consent for your investiga- "insured" at our request, including actual tion of such claims and your defense loss of earnings up to $500 a day be- of the "insured" against any such _ cause of time off from work. "suit", but only up to and included "— F. HIRED AUTO – LIMITED WORLDWIDE COV- within the limit described in Para- graph C., Limit Of Insurance, of ^=_ ERAGE-INDEMNITY BASIS SECTION II – LIABILITY COVER- The following replaces Subparagraph (5) in Para- AGE, and not in addition to such limit. ■ graph B.7., Policy Period, Coverage Territory, Our duty to make such payments of SECTION IV – BUSINESS AUTO CONDI- ends when we have used up the ap- TIONS: plicable limit of insurance in pay- (5) Anywhere in the world, except any country or ments for damages, settlements or "= jurisdiction while any trade sanction, em- defense expenses. — bargo, or similar regulation imposed by the (b) This insurance is excess over any valid United States of America applies to and pro- and collectible other insurance available hibits the transaction of business with or 'Page 2 of 4 ®2010 The Travelers Indemnity Company. CA T3 53 0310 Includes copyrighted material of Insurance Services Office,Inc.with its permission. 001278 • COMMERCIAL AUTO to the "insured" whether primary, excess J. PERSONAL EFFECTS contingent or on any other basis. The following is added to Paragraph A.4., Cover- (c) This insurance is not a substitute for re- age Extensions, of SECTION III — PHYSICAL quired or compulsory insurance in any DAMAGE COVERAGE: country outside the United States, its ter- Personal Effects ritories and possessions,Puerto Rico and Canada. We will pay up to $400 for "loss" to wearing ap- You agree to maintain all required or parel and other personal effects which are: compulsory insurance in any such coun- (1) Owned by an"insured"; and try up to the minimum limits required by (2) In or on your covered "auto". local law. Your failure to comply with This coverage applies only in the event of a total compulsory insurance requirements will theft of your covered"auto". not invalidate the coverage afforded by this policy, but we will only be liable to the No deductibles apply to this Personal Effects same extent we would have been liable coverage. had you complied with the compulsory in- K. AIRBAGS surance requirements. The following is added to Paragraph B.3., Exclu- (d) It is understood that we are not an admit- sions, of SECTION III — PHYSICAL DAMAGE ted or authorized insurer outside the COVERAGE: United States of America, its territories and possessions, Puerto Rico and Can- Exclusion 3.a. does not apply to "loss" to one or ada. We assume no responsibility for the more airbags in a covered "auto" you own that in- furnishing of certificates of insurance, or flate due to a cause other than a cause of "loss" for compliance in any way with the laws set forth in Paragraphs A.1.b. and A.1.c., but of other countries relating to insurance. only: G. WAIVER OF DEDUCTIBLE—GLASS a. If that"auto" is a covered "auto" for Compre- hensive Coverage under this policy; The following is added to Paragraph D., Deducti ble, of SECTION III — PHYSICAL DAMAGE b. The airbags are not covered under any war- COVERAGE: ranty;and No deductible for a covered "auto" will apply to c: The airbags were not intentionally inflated. glass damage if the glass is repaired rather than We will pay up to a maximum of $1,000 for any replaced. one"loss". H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF L. NOTICE AND KNOWLEDGE OF ACCIDENT OR USE—INCREASED LIMIT LOSS The following replaces the last sentence of Para- The following is added to Paragraph A.2.a., of graph A.4.b., Loss Of Use Expenses, of SEC- SECTION IV—BUSINESS AUTO CONDITIONS: TION III—PHYSICAL DAMAGE COVERAGE: Your duty to give us or our authorized representa- However, the most we will pay for any expenses tive prompt notice of the "accident" or "loss" ap- for loss of use is $65 per day, to a maximum of plies only when the "accident" or "loss" is known $750 for any one"accident". to: I. PHYSICAL DAMAGE TRANSPORTATION (a) You (if you are an individual); EXPENSES—INCREASED LIMIT (b) A partner(if you are a partnership); The following replaces the first sentence in Para- (c) A member (if you are a limited liability corn- graph A.4.a., Transportation Expenses, of pany); SECTION III PHYSICAL DAMAGE COVER- AGE: (d) An executive officer, director or insurance manager(if you are a corporation or other or- We will pay up to $50 per day to a maximum of ganization);or $1,500 for temporary transportation expense in- (e) Any"employee" authorized by you to give no- curred by you because of the total theft of a coy- tice of the "accident"or"loss". ered"auto" of the private passenger type. CA T3 53 03.10 ®2010 The Travelers Indemnity Company. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. • COMMERCIAL AUTO M. BLANKET WAIVER OF SUBROGATION such contract. The waiver applies only to the The following replaces Paragraph A.5., Transfer person or organization designated in such Of Rights Of Recovery Against Others To Us, contract. of SECTION IV – BUSINESS AUTO CONDI- N. UNINTENTIONAL ERRORS OR OMISSIONS TIONS: The following is added to Paragraph B.2., Con- 5. Transfer Of Rights Of Recovery Against cealment, Misrepresentation, Or Fraud, of Others To Us SECTION IV–BUSINESS AUTO CONDITIONS: We waive any right of recovery we may have The unintentional omission of, or unintentional against any person or organization to the ex- error in, any information given by you shall not tent required of you by a written contract prejudice your rights under this insurance. How- signed and executed prior to any "accident" ever this provision does not affect our right to col- or"loss", provided that the"accident"or"loss" led additional premium or exercise our right of arises out of operations contemplated by cancellation or non-renewal. o— c= 0 rv- Namoommi Commons= Page 4 of 4 ®2010 The Travelers Indemnity Company. CA T3 53 03 10 Includes copyrighted material of Insurance Services Office,Inc.with its permission. 001277 POLICY NUMBER:DT-00-4C377364-TLC-12 �/ D A ISSUE DATE: 02-11-1 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE CONTINUED ON IL T8 03 ADDRESS: THE ADDRESS FOR THAT PERSON OR CONTINUED ON IL T8 03 FRIENDSWOOD TX 77549 — PROVISIONS: If we cancel this policy for any statutorily permitted above.We will mail such notice to the address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the•schedule above before schedule above,we will mail notice of cancellation to the effective date of cancellation. the person or organization shown in the schedule IL T4 05 03 o 2011 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 / COMMERCIAL AUTO POLICY J ENDORSEMENT - CA 18 04 11 13 POLICY NUMBER BA-4C377364-13-CNS ** THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ** IL T4 05 03 11 - DESIGNATED ENTITY IT IS AGREED THAT: PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF : 1 . YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE , INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE . FOR THE ADDRESS: SUCH WRITTEN REQUEST FROM YOU TO US. THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. EFFECTIVE DATE 11 -01 -13 EXPIRATION DATE 11-01-14 PAGE 0001 DATE OF ISSUE 11-08-13 • TRAVELERS J WORKERS COMPENSATION ONE TONER. SQUARE AND HARTFORD, CT 06183 EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) 002 POLICY NUMBER: (DTEUB-4C37736-4-12) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT. This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.k of the Information Page: I n the event of cancelation or other material change of the policy,we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1, NUMBER OF DAYS ADVANCE NOTICE: 30 (or**) 2. NOTICE WILL BE MAILED TO: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. Et EEE DATE OF ISSUE: 1 1-01-12 ST ASSIGN: