Loading...
HomeMy WebLinkAboutC2014-064 - 2/11/2014 - Approved 2014-064 2/11/14 • M2014-015 Bridges Specialties Inc. S P E C I A L P R O V I S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D F O R PADRE ISLAND WATER SUPPLY October, 2013 PREPARED FOR: Water Department City of Corpus Christi r P. 0.Box 9277 Corpus Christi,TX 78469-9277 ,:�t�;. ..-41/ h (36 t)826-1881 * .*** `� *Sj, amp • r* P J.DOUGLAS MCMULLAN i�r� Gas Department • o City of Corpus Christi tt ,t►'s 91 068 1 P. 0.Box 9277 ' ar'•tICENO Corpus Christi,TX 78469-9277 fit`` •i �:�` �.�-� 15 (361)885-6944 °°``**;° � MIS Department City of Corpus Christi P. 0. Box 9277 Corpus Christi,TX 78469-9277 (361)826-3754 I 7 URBAN ENGINEERING P. O. Box 6355 CORPUS CHRISTI, TX 78466-6355 Phone No. 361/854-3101 FAX 361/854-6001. U.E. Job No. 33760.81.01 . FIRM NO. : 145 PROJECT NO: E10172 DRAWING No. : WTR 430 4 yyt F !; i (Revised 7/5/00) PADRE ISLAND WATER SUPPLY Project No . E10172 Table of Contents i to NOTICE TO BIDDERS (Revised 7/5/04) 1 NOTICE TO CONTRACTORS - A (Revised March, 2009) ) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised, 7/5/00) Worker's Compensation Coverage for Building or Construction Projects for Government Entities PART A - SPECIAL PROVISIONS t.l. A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations # A-3 Description of Project i' A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage ) A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 1/5/00) 1; A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking tb A-15 Excavation and .Removals A-16 Disposal/Salvage of Materials A--17 Field Office (Not Used) A-1B Schedule and Sequence Of construction A-19 Construction. Project Layout and Control A-20 Testing and Certification ) A 21 Project Signs (Not Used) ) A-22 Minority/Minority Business Enterprise. Participation Policy (Revised fr 10/98) A 23 Inopection Required (Revised 7/5/00) A-24 Surety Bonds A 25 Salta Tax Exemption, NO LONGER APPLICABLE (6/11/99) A-26 Supplemental Insurance Requirements A 27 Re ponsibility for Damage Claimo (Not Used) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff it A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders ) A-32 Amended ''Execution of Contract" Requirements I: A-33 Conditions of Work A-34 Precedence of Contract Documents A 35 City Water I'aeiliticn Special Requircmcnto (Not Used) A-36 Other Submittals (Revised 9/18/00) !; A-37 Amended "Arrangement and Charge for Water Furnished by' the City" A-38 Worker's Compensation Coverage for Building or Construction Projects } for Government Entities ta , A 39 Certificate. of Occupancy and Final Acceptance (Not Used) to . : A-40 Amendment to Section B-8-6: Partial Estimates , - IF A-4I Ozone Advisory A-42 OSHA, Rules 4 Regulations A-43 Amended IndeMnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) (.. A-45. As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of. Highly Chlorinated Water. (715/00) II A-47 Pre-Construction Exploratory Exoavatioas (7/5/00) I- A-48 Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty" (0/24/00) li A-50 Amended Prosecution and Progress A-51 Dewatering and Disposal of Groundwater A-52 Storm Water Pollution Prevention Plan A 53 Video Documentation (Not Used) it A 54 Electronic Proposal Form (Not Used) -- ..... ..: - . .-4- - ■ - (Not Used) - A-56 Technical Special Provisions A-57 Contaminated Soils A-58 Fences 1 A-59 Protection of Public and Private Property . - A-60 Security II . .:: A-61 Access Roads • ... s A-62 Parking ' 1 . . A-63 Noise Control A-64 Dust .dontrOl 11 . A-65 Temporary Drainage Provisions A.-66 Permits . . : A-67 Right :of Entry and License Agreement for Leased Tracts . A-68 TemPo;arY construction Easement ' . , '.. SUBMITTAL TRANSMITTAL FORM ir - TECHNICAL SPECIAL PROVISIONS 1 PART B - GENERAL PROVISIONS 11 PART C - FEDERAL WAGE RATES AND REQUIREMENTS 4 PART S - STANDARD SPECIFICATIONS 11 • , 022022 - Trench Safety for Excavations 1 025404 - Asphalts, Oils and Emulsions 026416 - Fire Hydrants 11 PART T - TECHNICAL SPECIFICATIONS 11' GENERAL REQUIREMENTS 01011 - EquiPment Documentation , 01570 - Construction Requirements Within TxDOT Right-of-way II' SITEWORK 02040 - Geotechnical Investigation 02202 - Control of Groundwater ' II 0222.5 - Structural EXcaVatiOn and Eackfill i 02226 - Pipe Trench Excavation and Backfill 02449 - Installing Utilities by Horizontal Directional Drilling 1/- 02512 - Fusible Polyvinyl Chloride Pipe , II , II sip R' �) 02520 - Removing and Replacing Pavements, Curb and Gutter, ;Fr Driveways and Sidewalk 02521 - Lime Stabilization 02522 - Flexible Base (Limestone Type A Grade 1) to 02541 - Prime Coat (Asphaltic: Material Only) 02542 Hot Mix Asphaltic Concrete Pavement (Class A) 0260.8 - Fiberglass Manholes 02614 - Ductile Iron Pipe and Fittings 02617 - Polyvinyl Chloride Pipe and Fittings (C900 & C905) 02620 - Storm Water Pollution Prevention ? 02640 - Installation of Water Pipe 02677 - Hydrostatic Testing of Pipelines 02680 - Gas Piping 02802 - Seeding CONCRETE 03100 - Concrete Formwork 03200 - Reinforcing Steel ' il 03300 - Normal Weight Aggregate Concrete 03400 - Concrete Structures ill'ol FINISHES 09910 - Painting MECHANICAL lr 15060 - Miscellaneous Piping 15104 - Valves 15108 - Air Release Valves /Rim MIS CUT SHEETS New Basis PCA304848-00012 Pull Boxes tAPPENDIX A. - U. S. Army Corps of Engineers' NWP 12 Permit it APPENDIX B - Texas Department of Transportation Permit APPENDIX C -- Right of Entry - Leased Tract APPENDIX D - Temporary Construction Easement !; Appendix E License Agreement LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT ---i. PERFORMANCE BOND PAYMENT BOND J; /111 I ci ci H 0 El raT1 o H El r-4444 rmiirmirm46.41-, e--44.4.--, 401141-s, *04 (404 NOTICE TO BIDDERS !; Sealed proposals, addressed to the City of Corpus Christi, Texas for: PADRE ISLAND WATER SUPPLY, PROJECT NO. E10172, consists of excavation, installation and backfilling of approximately 2 miles of 18" diameter PVC water pipe, 8" steel gas pipe and 4" PVC conduit by conventional trenching, 1.2 miles of 18" diameter PVC water pipe, 8" steel gas pipe and 4" PVC conduit by horizontal directional drilling (HDD) , valves, and miscellaneous items of work required to complete the project in accordance with the plans, specifications and contract documents, will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, December 4, 2013, and then publicly opened and read. Any bid received } after closing time will be returned unopened. A mandatory pre-bid meeting is scheduled for Tuesday, November 12, 2013 beginning at 2:00 p.m. The pre-bid meeting will convene at Department of Engineering Services, Main Conference Room, 3rd Floor, City Hall, 1201 Leopard St. , Corpus 1; Christi, Texas and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope, followed by a question and answer session. All requests shall be submitted in writing to the engineer, (Daniel 1: Deng, P.E. ) , by noon on the Wednesday before to the Bid Opening. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer, " "workman, " or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Daniel Biles, P.E. Director of Engineering Services /s/ Armando Chapa !; City Secretary J: !; Revised 7/5/00 14 i cf) t4 0 El C.) g Ei o C) o E-1 Irt3 C.) H El • ,.9. K -Aimiar, iiiiiiV 4604 rlitioNS (--,61. Amoul Im *04 (*awl e•-■ioad AwiliK ANA /-4141•111,-., 4.011-, *via, Aitomil /4E14(Th 1641-N 4.4.1,, 7-44-4 /-,, i _.); NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 i' A Certificate of Insurance indicating proof of coverage in the ill: following amounts is required: 1 1 TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE i I: 30-Day Notice of Cancellation required. on Bodily Injury and Property Damage all certificates PER OCCURRENCE / .AGGREGATE ) i 1; Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations. till 3. Explosion and Collapse. Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard. i it 6. Contractual Liability 7, Broad Form Property Damage 8. Independent Contractors °' ) 9. Personal Injury E !; ' AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT 1' OR RENTED 1; 1; WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 t EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT 4. it PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE 1 Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term e X nvironmental impact for the disposal of NOT REQUIRED [' contaminants I 1; BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental it , InsuranCe Requirements 1 0 REQUIRED ) X NOT REQUIRED !,.; . Page 1 of 2 I: The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance: For each insurance coverage:, the Contractor' shall obtain an endorsement: to the applicable insurance policy, signed by the insurer; providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages; which are specified in section B-6-11 or Special Provisions section of the contract. A. completed "Disclosure of .Interest" must be submitted with your proposal.. Should you have any questions. regarding insurance requirements, please contact the Contract Administrator at 88D-3500. { 61 hi Page'2 of 2 C4 0 pee. Co .111 0 ri H 0 4044- (immi-, (404 (-44611141!"-', 1111141s) ARA boo& AINA, —44 f--,110 t , NOTICE TO CONTRACTORS - B t WORKER' S COMPENSATION INSURANCE REQUIREMENTS ) ) , I, t i 1, , i , i ) I. [ t . i 1 ) 1 i ) 11 Page 1 of 11 t t Texas Administrative Code J TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVIISION OF WORKERS'COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE§110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a)The following words and terms,when used in this rule,shall have the following meanings, unless the context clearly indicates otherwise.Terms not defined in this rule shall have the meaning defined in the Texas Labor Code,if so defined. (1)Certificate of coverage(certificate)--A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a workers'compensation coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees(including those subject to a coverage agreement)providing services on a project,for the duration of the project. (2)Building or construction—Has the meaning defined in the Texas Labor Code, I) §406.096(e)(1). (3)Contractor A person bidding for or awarded a building or construction project by a governmental entity. (4)Coverage--Workers'compensation insurance meeting the statutory requirements of the g' ,1 Texas Labor Code, §401.011(44). (5)Coverage agreement--A written agreement on form TWCC-81,form TWCC-82,form TWCC-83,or form TWCC-84, filed with the Texas Workers'Compensation Commission which establishes a relationship between the arties for purposes of the Texas Workers'Compensation � Act,pursuant to the Texas Labor Code,Chapter 406, Subchapters.F and G,as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6)Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. \ (7)Persons providing services on the project("subcontractor" in§406.096 of the Act)--With the exception of persons'.excluded under subsections(h)and(i)of this section,includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has.employees.This i eludes 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. !il Paget of 11 t "Services"includes but is,not limited to providing,hauling,or delivering equipment;or materials, I or providing labor,transportation,or other service related to a project.,"Services"does not include activities unrelated to the project, such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. a, (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 purstmot;to this rule is a representation by the insured that all employees of the insured who are providing services on the i project are covered by workers'compensation coverage,that the coverage is based on proper reporting of classification codes and payroll amounts,and that all coverage agreements have been filed with the appropriate insurance carrier or,in the ease 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 t - services on the project to administrative penalties,criminal penalties,civil penalties,or other civil actions, (c)A governmental entity that enters into a building or construction contract on a project shall: (1)include in the bid specifications,all the provisions of paragraph(7)of this subsection,using the language required by paragraph(7)of this subsection; If (2)as part of the contract,using the language required by paragraph(7)of this subsection, require the contractor to perform as required in subsection(d)of this section; (3)obtain from the contractor a certificate of coverage for each person providing services on the project,prior to that person beginning work on the project; li (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 I 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 i providing services on the project whose current certificate shows.that.the coverage period ends g during the duration of the project; t (5)retain certificates of coverage on file for the duration of the project,`and for three years I thereafter; (6)provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law;and I (7)use the language contained in the following Figure 1 for bid specifications and contracts,, without any additional words or changes,except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 I I ) I i (d)A contractor shall: (1)provide coverage for its employees providing services on a project,for the duration of the 1 project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; y 1 (2)provide a certificate of coverage showing workers'compensation coverage to the governmental entity prior to beginning work on the project 1 (3)provide the governmental entity,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; I (4)obtain from each person providing services on a project,and provide to the governmental I entity: r (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 i (B)no later.than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage,lithe coverage period shown on the current certificate of coverage ends during the duration of the project; (5)retain all required certificates of coverage on file for the duration of the project and for one t year thereafter; I t (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 1- provision of coverage of any person providing services on the project; 1 I ) (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 1 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 t or changes:Attached Graphic (8)contractually require each person with whom it contracts to provide services on a project to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C)include in all contracts to provide services on the project the language in subsection(e)(3) of this section; Page 4 of 11 1 (D)provide the contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E)obtain from each other person with whom it contracts,and provide to the contractor: (i)a certificate of coverage,prior to the other person beginning work on the project; and (ii)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period,if the coverage period Shawn 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 contractually person ' (H) Y require each other erson wig whom itcontracts,to perform.as required by subparagraphs(A)-(H)of this paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. (e)A person providing services on a project,other than a contractor,shall: ii (l,)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 I project,prior to beginning work on the project; (3)have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage,the person signing this contract is representing to the governmental entity'that all employees of the person signing this contract who,will provide services on the project will be covered by workers"compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all,coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self-insured,with the.conunission'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 on the project,p rior t o 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 1 of the project; (5)obtain from each ( } person providing services on a_prolect under contract to it,and provide as required by its contract: (A)a certificate of coverage,prior to the other person beginning work on the project; and (B)prior to the end of the coverage period,anew 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 ge 5 o 11 I t , (6)retain all required certificates of coverage on file for the duration of the project and for one tyear thereafter; (7)notify the governmental entity in writing by certified mail or personal delivery,of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change;and ) (8)contractually require each other person with whom it contracts to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, .; for the duration of the project; (B)provide a certificate of coverage to it prior to that other person beginning work on the project; (C)include in all contracts to provide services on the project the language in;paragraph(3)of this subsection; (D)provide,prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E)obtain from each other person under contract to it to provide services on the project,and provide as required,by its contract: (i)a certificate of coverage,prior to the other person beginning work on the project;and. () g � p g' g p j (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; t (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 (1-0 contractually require each person with whom it contracts,to perform as required by thi s subparagraph and subparagraphs(A)-(G)of this paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. (f)If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application,and to this end the provisions of this rule are t declared to be severable. (g)This rule is applicable for building or construction contracts advertised for bid by a Jgovernmental entity on or after September 1, 1994.This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994,which are not required by law to be advertised for bid. ti, Page 6 of 11 ti I I (h)The coverage requirement in this rule does not apply to motor carriers who are required pursuant to.Texas Civil Statutes,Article 6675;to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675e, §4(j), (i)The coverage requirement in this rule does not apply to sole proprietors,partners,and corporate officers who meet the requirernents: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,§120).This subsection applies only to sole proprietors,partners,and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered,issued for delivery,or renewed on or after January 1, 1996. Source Note:The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715;amended to be effective November 6, 1995,20 TexReg 8609. 1 !,I I 1 r I li Page 7 of 11 1 i i , '; T2$5110.11 O(d)(7) i f. "REQUIRED WORKERS'COMPENSATION COVERAGE" t I "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 i it providing, hauling, or delivering equipment or materials,or providing labor or transportation or L" other service related to the project, regardless of the identity of their employer or status as an it employee." "Call the Texas Workers'Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." i t i I t 1 1 ,, i ) ; . i . i = I. Page 8 of 11 i I 1 T28S110.110c (7) iii Article . Workers"Compensation;Insurance Coverage A. Definitions: Certificate of coverage.("certlficate'9-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement(TWCC--81 TWCC. 82, TWCC-83, or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing serviceson.a project,for the duration of the project, t Duration of project.-includes the time from the beginning of the work on the project until the contractor's/Person's work on the project has been completed and accepted by the governmental !ii entity. Persons providing.services on the project("subcontractor"in§406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors,subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of 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 fbodtheverage vendors, office supply deliveries, and delivery of toilets. II B. The contractor shall provide coverage, based on proper reporting of ctassification codes and ,., payroll amounts and filing of any coverage agreements, which meets the statutory requirements I 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 vj'coverage to the governmental entity prior to I being awarded the contract. ,; D.If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on.a project, and provide to the governmental entity: (1)a certificate of coverage,prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;'and (2)no later than seven days after receipt by the contractor, anew certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 I 1 c F. The contractor shalt retain all required certificates of coverage for the duration of the project ereafter. G. The contractor shall notes 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 providing services on the project. H The contractor shall post on each project site a notice, in the text,form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: • (1)provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the project,for the duration of j the project; (2)provide to the contractor,prior to that person beginning work on the project a certificate of coverage showing that coverage is being provided for all employees of the person providing _ services on the project,for the duration of the project; (3)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, tithe coverage period shown on the current certificate of coverage ends during the duration of the project; (4)obtain from each other person with whom it contracts,and provide to the contractor: (a)a certificate of coverage,prior to the other person beginning work work on the project;and t (b)a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, tithe coverage period shown on the current certificate of coverage ends during the duration of the (S)retain all required certificates of coverage on file for the duration of the project and for one year thereafter (6)notibi the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project;and (7)contractually require each person with whom it contracts, to perform as required by paragraphs(1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self- . 1 f 1 1 t. Page 0 Q Insurance Regulation,Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractors failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. ii I ■ I 1 i II i I ■ Page 11 of 11 III I , L 3 i 1 , i . 1 1 L ► t, 1 1 SECTION A 1 i SPECIAL PROVISIONS R S 1 i ,..: i. L 1 . } , , : , , L : L a lb /: • . PADRE ISLAND WATER SUPPLY SECTION A - SPECIAL PROVISIONS . I: 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, December 4, 2013. Proposals mailed should be addressed in the following manner: City of Corpus Christi ' City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - PADRE ISLAND WATER SUPPLY, PROJECT No. E10172 Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals I: will be returned unopened to the.pr .poser. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent/representative, U.S. Mail, or other delivery service, to any City ll 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 1: time of bid opening. . A mandatory pre-bid meeting is scheduled for Tuesday, November 12, 2013- beginning at J: 2:00 p.m. The pre-bid meeting will convene at Department of Engineering Services, Main Conference Room, 3r1 Floor, City Hall, 1201 Leopard St., Corpus Christi, Texas and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope followed by a question and answer session. All requests shall be submitted in writing to the engineer, (Daniel Deng, P.E. ) , by noon on the Wednesday before to the Bid Opening. No additional or separate visitations will be conducted by the City. i: A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. j: . A-3 Description of Project This project consists of excavation, installation and backfilling of Jr6; approximately 2 miles of 18" diameter PVC water pipe, 8" steel gas pipe and 4" PVC conduit by conventional trenching, 1.2 miles of 18" diameter PVC water pipe, 8" steel gas pipe and 4" PVC conduit by horizontal directional drilling (HDD) , valves, and miscellaneous items of work required to complete the project in accordance with the plans, specifications and contract documents. • l A-4 Method of Award The bids will be evaluated based on the availability of funds and in the following priority order: is 1. Base Bid Award will be based on the Lowest Total of the Base Bid. Section A - SP (Revised 2/19/99) to • Page 1 of 34 sr The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's Opinion, is most advantageous to the City and ill in the best interest of the public. Explanation of Measurement and Payment il 1. Bonds and Insurance (see A-1) il This item will be measured as a lump sum and shall include the bonds and insurance required by the Contract Documents. One hundred percent of this item will be due on the first approved monthly- pay estimate.. Contractor shall provide document to show cost incurred. 2. Mobilization (see A-2) : This item will be measured as a lump sum and shall include everything II required by the Contract Documents to mobilize to the jobs .te. One hundred percent of this item will be due on the first approved monthly pay ii estimate. Contractor shall provide document to show cost incurred. 3. Pre-Construction Exploratory (see A-3) : This item shall be measured as a lump sum and shall include all costs to ! perform the pre-construction exploratory excavations as outlined in Special. Provision A-47 and described in Mote 8: on Sheet 2 of 51... 4 II . 18-inch PVC, Water Main [Ste. .0+5Q to Ste. 4+05, Sta. .58+85 to.:'Sta.. 161+.55: and Sta.. 170+02 to eta.. 170+44] (Sees A-4) : Water Pipe will be measured by the linear foot of pipe for each Site and type installed, regardless of the depth. 'Measurement will be made horizontally along the centerline of pipe from center to center of fitting. This item includes but is not limi:ted 'to the following work: a Submit work plan to Engineer for review. b. Trench Excavation, including temporary placement of spoil adjacent to the trench or hauling to a temporary storage area, disposing of existing unsuitable soil (and pavement on land segment)., etc. c. Furnishing, and installing PVC 'pipe and any other items required to il complete, the water system improvements in accordance with the Contract Documents that are not measured and paid for under another bid item. d. Making any connections to existing lines not listed elsewhere, as required to complete the water system improvements ready for use. e. Placing and compacting embedment under pipe conventional trench segments' (including furnishing the select bedding material) . (.. 'Placing and compacting trench backfill. g. Grading and cleaning up .of pipe trench and affected area. Final grade: will match pre-construction condition as shown on the plans.. h. Hydrostatic testing, sterilizing, dechlorinating and flushing of :: completed. line. All blow-off valves (in addition to those Shown On the. Bid Proposal) and taps required to test, sterilize and flush the transmission main, Contractor is 'responsible for the disposal of the highly chlorinated water at the 'conclusion of the sterilization, process.. i. Restraining, joints as called for in the Plans and Technical Specifications. II j. Furnish restoration of property of all disturbed areas as specified in the Contract Documents. k. Demolition and removal of above ground and below ground improvements ii within permanent easement according to Local, State and Federal Regulations. II 1. Loading, hauling and unloading excess material removed from the trench excavation to an. approved disposal site. m.: Provide water for construction. Only potable water will be allowed for use as ballast to submerge the pipe to the specified flow line. II n. Provide items to meet the intent of the regulatory requirements, see notes on Sheet 2 of 51 and. USACE permit. o. Seeding along alignment to re-establish grass vegetation. p. Furnish and install 40 linear feet of 12-inch SDR 21 PVC pipe: over: II existing sanitary pipes at sewer crossings (see Sheet 20 of '51.) ( Sept-tori A. - SP I (Revised 2/39/99) Page 2 Of 34 I !rill i 3 ) i I; 5. 8-inch Steel Gas Main [Sta. 0+50 to. Sta +05 and Sta. 58+86 to Sta. 161+55 t (see A-5) : I I: Gas Pipe will be measured by the linear foot of pipe for- each size and type installed, regardless of the depth. Measurement will be made horizontally along the centerline of pipe from center to center of fitting. This item includes but is not limited to the following work: t a. Submit work plan to Engineer for review. b. Trench Excavation, including temporary placement of spoil adjacent to. the trench or hauling to a temporary storage area, disposing of existing unsuitable soil (and pavement on land segment), etc. c. furnishing, and installing steel pipe, steel fittings and any other /; items required to complete the gas system improvements in accordance with the Contract Documents that are not measured and paid for under another bid item. d. Making any connections to existing lines as required to complete the gas 1` fill system improvements ready for use. e, Placing and compacting embedment under pipe conventional trench segments (including furnishing the select bedding material) . im f. Placing and compacting trench backfill. g. Grading and cleaning up of pipe trench and affected area.. Final grade will match pre-construction condition as shown On the plans'. h. Pressure testing and flushing of the completed line. All valves (in addition to those shown on the Bid Proposal) and taps required to test, 1 ., and flush the gas main. i. Welding joints as called for in the Plans and Technical Specifications. j. Furnish restoration of property of all disturbed areas as specified in the Contract Documents, k: .Demolition and removal of above ground and below ground improvements /: within permanent easement according to Local, State and Federal Regulations. 1. Loading, hauling and unloading excess material removed from the trench excavation to an approved disposal site. m. Provide water for construction. 4 n. Provide items to meet the intent of the regulatory requirements, see notes on Sheet 2. of 51 and USACE permit. :__: o. Seeding along alignment to re-establish grass vegetation. 1 6. 4-inch PVC MIS Conduit [Ste 0+50 to Sta. 4+05 and Sta. 58+86 to Sta. I: 161+55 (see A--6) : ; MIS Conduit will be measured by the linear foot of pipe for each size and type installed, regardless of the depth. Measurement will be made ) horizontally along the centerline of pipe from center to center of fitting. J: This item includes but is not limited to the following work a. Submit work plan to Engineer for review. b. Trench Excavation, including temporary placement of spoil adjacent to the trench or hauling to a temporary storage area, disposing of existing ti unsuitable soil (and pavement on land segment), etc. c. Furnishing, and installing PVC pipe, PVC fittings, 2500 lb to 5000 lb mule tape and any other items required to complete the MIS conduit system improvements in accordance with the Contract Documents that are not measured and paid for under another bid item. d. Making any connections to existing lines as required to complete the gas system improvements ready for use. e. Placing and compacting embedment under pipe conventional trench segments (including furnishing the select bedding material) . f. Placing and compacting trench backfill. g. Grading and cleaning' up of pipe trench and affected area. Final grade r will match pre-construction condition as shown on the, plans, J. h. Fusing joints as called for in the Plans and Technical Specifications. j: Furnish restoration of property of all disturbed areas as specified in the Contract Documents. 1110 Section A - SP (Revised 2119199) Page 3 of 34 4 1 g ilk. Demolition and removal of above ground and below ground improvements within permanent easement according to Local, State and Federal Regulations. 1. Loading, hauling and :unloading excess, material removed from the trench il excavation to an approved disposal site. m. Provide water for construction. n. Provide items to meet the intent of the regulatory requirements, see notes on Sheet 2 of 51 and USACE: permit. o. Seeding along alignment to re-establish grass vegetation. ill 7. Water Pipe Fittings (including plugs and blind .:flangesi (see A-7,. A-8, A-9) :. This item will be measured .by each individual fitting for each size and type listed on the Proposal. This item includes but is not limited to the following work: a. Trench Excavation, including removing and disposing of existing , unsUitable soil (and pavement on land segment), etc. b. Furnishing and installing the fitting. c. Furnishing and installing restraining joints on all fittings as called il for in the plans and specifications. d. Include the: cost of furnishing and. installing any adapter, tap, blow off valve or special fitting required to complet.e.the installation ready for use in the appropriate bid item. e. Placing and compacting' backfill (including furnishing the select bedding !I material under conventional trench segment) .., f. Grading and cleaning up of pipe trench and affected area. ii 8; Air Release Valve and Chamber (see A-10) : r, This item Will i measured by each individual installation. This item. includes, but s not limited to, the following work' a. Furnishing and installing transmission main taps, valves, miscellaneous piping, vents, fiberglass manholes, access cover, and guard posts (other ill than the guard posts: listed in the Bid Proposal) required to, complete the installation in accordance with the Contract Documents that are not measured and paid for under, another bid item. b. Top of chambers and valve boxes shall match the finished grade, unless shown otherwise on the plans.. c.: Grading and cleaning up of installation and affected area. ;II 9. Gate Valves (see A-11) This item will be measured by each individual installation. This item includes, but is not limited to, the following work: a. Furnishing and installing gate valves on the water transmission main required to complete the installation in :accordance with the, Contract Documents. That are not measured and paid for under another bid item. b. Top of valve boxes shall match the finished grade, unless shown otherwise on the plans. c. Grading and cleaning up of installation and affected area:. 10.Guard Pasts and Metal Post with Signs (see A-l.2) This item will be :measured by each individual installation. This item II includes, but it not limited to, the following work: a. Furnishing and installing post, concrete, sign and paint required to 1 li complete the installatio n in accordance to the Contract -documents that are not measured and paid for under another bid item. Note that guard posts and signs required for air release and surge relief chambers and , blow-off valves are paid for under those bid items. i. b. Top of concrete footing shall match the finished grade, unless shown otherwise on the plans. II C. Grading and cleaning up of installation and affected area.. d. Concrete poured inside guard post shall be domed. for.drainage and shall have a smooth finish. 11 Section.A - SP II (Revised 2/19/99) Page 4 of 34 1 1); 1 i } j; 11.Jnstallation and Removal of Silt Fence [Sta. 0+50 to Sta. 4+05, Ste. 58+86 to Sta. 161+55 and Sta. 170+02 to Sta. 170+441 (see A-13) : This item shall be measured by the linear foot and shall include but is not 4 limited to the following work: t a. Staking the [JSACE Jurisdictional Boundary and the toe-of-slope of the side casting area using coordinates provided by the Engineer } b. Furnishing, installing, maintaining and removing silt fence in areas . noted on the drawings and specified herein. 12-Installation concrete Pipe Collars [Sta. 0+50 to Sta. 4+05, Sta. 58+86 to Sta. 161+55 and Sta. 170+02 to Sta. 170+44] (see A-14) f This item shall be measured by each individual pipe collar installed to provide ballast to submerge the PVC p g pipe in difficult locations. This item shall include but is not limited to furnishing, installing forms, concrete i and stainless steel straps in areas noted on the drawings :and specified herein. 13.Construct Drill Entry and Exit Pad (see A-15) : This item will be measured by each individual item installed to construct. the drill entry pad at each work site. This item includes, but is not to limited to the following work,: a. Furnish and install granular material to requirements of the HDD contractor. b. Remove all granular material and restore pad site to pre-construction conditions and contours. c. Dispose of all granular material according to. Local, State and Federal ) regulations. i� d. Furnish Storm Water. Pollution Control as specified in the Contract Documents. Silt fence shall completely surround the work site. 14.Horizontal Directional Drilled Segment (see A-16, A-17, A-18) : This item will be measured as a lump sum for installation of 18" diameter I: fusible PVC water main, 8" diameter steel gas main with FBE coating, 4" diameter Fusible SCH 40 PVC MIS conduit by directional boring techniques. E This item includes, but is not limited to the following work: a. Submit work plan. to Engineer for review. I: b. Provide all equipment and labor necessary to install 18" diameter - fusible PVC water main, 8" diameter welded steel gas main with FBE coating, 4" diameter fusible PVC MIS conduit-with 2500 lb to 5000 lb mule tape by directional boring under Laguna Madre/Humble Channel (from ) Station' 4+05 to Station 58+86) and vender the Gulf Intra-Coastal Waterway L (from Station 161+55 to Station 170+02) as shown on plans. Site preparation and access for drilling and ancillary equipment. d. Trench and bore pit excavation, including removing and disposing of existing unsuitable soil, pavement, etc. J: e. Furnishing, fusing and installing 18-inch and 4-inch PVC pipe, (all pipe, fittings) between Station 4+05 to Station 58+86 and Station 161+55 to 170+02 shall be subsidiary to this bid item) . ): e. Furnishing, welding and installing 8-inch steel pipe with FBE coating, including field application of FBE coating at welds (all pipe, fittings) between. Station 4+05 to Station 58+86 and Station 161+55 to 170+02 shall be subsidiary to this bid item) . f. Furnishing and installing pipe and fittings necessary to connect 'each end of crossing pipe to the transmission main. g. Furnishing and installing any wyes, reducers, pipe anchors, special fittings and backfill required to complete the Contract Documents that are not measured and paid for under another bid item. iii h. Placing and compacting backfill (including furnishing the select bedding material) to the .finish grade shown -on the plans. i. Grading and cleaning up of the crossing and affected area. j . Providing water for drilling and construction. Only potable water will fbi be allowed for use as ballast to submerge the pipe to the specified flow line. 101 Section A - SP (Revised 2/19/9.9) Page 5 of 34 I k. Containment of drilling fluid during construction according to rules and regulations. of Local, State and Federal agencies. 1 II . Disposing of drilling fluid according to rules and regulations of applicable Local, State. and Federal agencies. 15.Tie-Ins to Existing Water Mains (see A-19, A-20, A-21) : II This item will be measured as 'a lump sum to furnish and install all of the items required to tie the 18-inch water transmission main to existing waterlines, as shown on Sheet 41 of plans and specified in the contract documents. 1. 16.Polymer Concrete Pull Boxes (see A-22).: E This item will be measured by each individual installation. This item includes furnishing and installing the pull boxes as ;described in the specifications, 4-inch 90 degree sweeps (on in-coming and out-going pipes), II 4-inch caps, and 6-inch gravel bed. All conduits will be capped with the mule tape tied to the outside of the conduit. Top of box shall match the lifinished grade, unless shown otherwise on the plans, 17.T.raffic. Control (see A-23) This item will be measured as a. lump sum for installation of the items required to provide traffic control as specified in the Contract documents. 18.Storr Water Pollution prevention Plan (SWPPP] (see A-24) : This item will be 'measured as a lump sum for installation of the items required to provide SWPPP as specified in, the contract documents. 19,Trench Safety (see A-2.5and A- 26) : Trench Safety shall be measured by the linear foot for all trenches and shall include the cost to provide trench safety as set out in Standard li Specification Section 022022 Trench Safety for Excavations, 20.Dewetering (see A-27) ii This item shall be' measured by the linear foot of trench where dewatering is needed- to keep the ekeavation dry on land, as approved by the Engineer, and shall include all costs to provide a dr.y foundation for the proposed improvements, including supplying and installing the geotextile and crushed ii stone as required, (See also Special Provision A-51 Dewatering) . 21.Repairing Flexible ease (see A-28); Flexible base (caliche) shall be measured by the square yard of finished base course. Of the thickness indicated on the drawings or specified herein. ii This item includes, but is not limited to, the following work: Furnishing, placing and compacting the flexible base as shown on the drawings and specified herein. 22.Repairing Hot Mix Asphaltic Concrete Pavement (see A-29) :: il Hot Mix-Hot Laid Asphaltic Concrete Pavement shall be measured by the square yard of finished pavement of the required thickness. This item €+. includes, but is not limited to, the following work': I a: Furnishing and applying prime coat as shown on the drawings and specified herein. b. Furnishing, placing and compacting asphaltic concrete as shown on the drawings and specified herein. II 23.Repairing Concrete Pavement (see A-30) : Concrete Pavement shall be measured by the square foot of finished pavement of the required thickness. This item includes, but is not .limited to, the following work:; a. Grading and stabilizing the sub-grade with lime b. Constructing the formwork and placing reinforcing steel c.: Furnishing and placing the .Concrete: as shown on the drawings and specified herein. I, II Section A SP (Revised 2/19/99) Page 6 of 34 1 I: . J 24.Cement Stabilized Sand (see A-31) : !'lll • This item will be measured by the cubic yard of cement stabilized sand as indicated on the drawings or specified herein. This item includes, but is not limited to furnishing, placing and compacting the cement stabilized i sand. 25.Disposal of Contaminated Soil (see A-32) : This item will be measured by the cubic yard where contaminated soils, as tot defined by A-.52, are found within the project limits. 26.Utility Allowance (see A-33) : The lump bid item described as "Utility Allowance" has been set as noted ; . and shall be included in the Total Base Bid for each Bidder. This t I: allowance may be used at the Engineer's discretion should an unanticipated adjustment of a utility, unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the "Utility Allowance" become necessary, the Engineer will provide written till authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in his bid proposal. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each Circumstance. 27.Items Not Listed on the Proposal: Items of work not listed on the Proposal form necessary to complete the L project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their cost should be included in the appropriate bid item. °s A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: I: 1. 5% Bid Bond (Must reference Padre Island Water Supply Project No. E10172 as identified in the Proposal) £. (A Cashier's Check, certified check, money order or bank, draft from any State I: or National Bank will also be acceptable.) g. 2. Disclosure of Interests Statement j A-6 Time of Completion/Liquidated Damages E 1 To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be, required to follow tight scheduling for construction and will be required to meet deadlines for completion of each item shown below. The project has been divided into phases. The contractor is required to '! complete each phase before proceeding to any other phase.. At ariy one time except as noted above, the contractor will not be allowed to start or Work concurrently in more than two phase's. Time duration for construction is allocated for each phase and j: if the work in that phase is, not complete as shown below, liquidated damages will be assessed for each day the work' is :delayed. A penalty in the amount of .$; 500.00 per calendar day will be assessed against the contractor as liquidated damages. J: Completion Shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. Start of Phase is initiated by the Notice to Proceed. I: The working time for completion of the entire Project will be 210 Calendar Days. The contractor shall commence work within (10) calendar days after receipt of the. written notice from the Director of Engineering Services or designee ("City lb . Engineer") to proceed. til Section A - SP (Revised 2/19/99) Page 7 of 34 til I 111 Each phase of the Project shall be completed within the number of calendar days IIallocated as describe in the following;. Phase I - Submittal Review and Pipe Fabrication/Delivery 30 Calendar Days Phase II - Station 0+50 to Station 604-00 60 Calendar Days Phase III - Station 60+00 to Station 160+00 150 Calendar Days Phase IV - Station 160+00 to Station 170+44 60 Calendar Days Phase V - Contract Closure 15 Calendar Days Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain meaeured bY the National Weather el Service at. the Power Street Storm water Pump Station is 0.50 inch pr greater.. No extension of tiMe will be considered until the expected number ofl rain days has been exceeded and the Engineer has agreed that the status of construction was such that i there was an impact detrimental to the construction SChedule. January 3 Days May 4 Days September 7 Days ii February 3 Days June 4 Days OCtober 4 Days . March Days July 3 Days November 3 Days April 3 bays August 4 Days December 3 Days This project is essentially a construction contract for a period of 210 Calendar il Days, as detailed elsewhere ih the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. After Contract Award and pre-construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the II Director of Engineering Services or designee ("City Engineer") to proceed, ii For each calendar day that any work remains incomplete after the time speeified in the Contract for completion of the work. FOR EACH PHASE or after such time period as extended pursuant to other previsions of this Contract, $500 per Calendar Day will 12 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 IIsustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Ehgineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the monthly pay estimate, A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation ihaurance coverage for its employees working on. the Project is terminated or canceled for any reason, and replacement !!' workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellatioh of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the II required workers' compensation insurance coverage must, not perform any work on the Project. f Furthermore, for each calendar day including and after the effective date of II termination or cancellation of the Centractor'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 II this contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. Section A - SP (Revised 2/19/99) Page 8 of 34 ' I } tr i E g 1 1-j;:' In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project. are covered by workers' compensation insurance and unless the required documentation of such coverage has been .provided to the Contractor and the City Engineer. A-8 Faxed Proposals it Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions, A-9 Acknowledgment of Addenda i' 1; The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge 1;* receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Highway and Heavy Construction shall apply. When conflict in wage rates, the higher of the rates shall prevail. to' Minimum Prevailing Wage Scales I. The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces county, Texas as set out in Part Co The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The 1 Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, I' or portion thereof, for each laborer, workman, or mechanic employed, if such person. is paid less than the specified rates for the classification of work performed. The I:* ; Contractor and each subcontractor must keep an accurate record showing the names and classifications: of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. I: The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (14). times the specified hourly wage must be paid for all hours ) worked in excess Of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section -B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) 1 A-11 Cooperation with Public Agencies (Revised 7/5/00) . 1 The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- eight (48) hour notice to any applicable agency when work is anticipated to proceed tin the vicinity of any facility by using the Texas One-Call System 1-800-245-4545, the Lone Star Notification Company at 1-800-66.9-8344, and the Southwestern Bell Locate Group at 1-800-8.28-5127. ir For the Contractor's convenience, the following telephone numbers are listed: City Engineer 826-3500 1 Project Engineer 826-3500 Consultant - Urban Engineering. J. Douglas McMullan, P.E. 854-3501 Traffic ingineer 826-3540 Police Department 886-2600 Water Department 826-1881. (826-1888 after hours) Section A - SP (Revised 2/19799) Page 9 of 34 ire III Wastewater Department 826-1800 (826-1818 after hours) ill IIGas Department 885-6900 (885-6913 after hours) Storm Water Department 826-1875 (826-3140 after hours) Parks & Recr'eation Department 826-34.61 Streets & Solid Waste Services 826-1940 A P 1-877/373-4858 SBC / A T & T 881-2511 ().-;800-824-4424, after hours) Signal/Fiber Optic locate 826-1946 826-354.7 Cablevision. 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager :80.0-724- 3624 CenturyTel 225/214-1169 (225/229-3202. (M) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972/753-4355 II A-1.2. Maintenance of Services ('- The Contractor shall take all precautions in protecting existing' utilities, both. above and below ground,; The Drawings show as much infoxmation. as can be reasonably II obtained from existing as-built drawings, base maps, utility records, etc. and. from as much field work as normally deemed necessary for the construction of this type of project with regard to the locatipn, and nature of underground utilities, et"c. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along -the line of this work, it is his responsibility to maintain the services in continuous operation at his 'own expense. s il In the event of damage to underground: utilities, whether shown in the drawings, the Contractor shall;make the necessary repairs `t lace the utili eS back i necessary repairs to p h tie ba n. service illt to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. li Where existing sewers are encountered and are interfered with. (i.e. broken, cut, etc. ), flow must be Maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer: Sewage or other liquid must not be q puiriped, bailed or flamed over the streets or ground surface and h Contractor must pay for all fines and remedlation that may res.ult if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's: responsibility to make all necessary "repairs,, relocations and adjustments to the satisfaction of the City Engineer at no "increase in the Contract price.. Materials for repairs; adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and- Traffic Control r Sufficient traffic control measures must be used to assure a safe condition and to. p II rovide, a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses: at all times during construction. The Contractor must provide temporary` driveways and/or roads of approved. material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the, demands of inclement weather... The Contractor will be recquired to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may inolu,'de, but II is not limited to, working driveways in half widths, construction of temporary ramps, etc. I The Contractor shall comply with the City of Corpus Christi's Uniform Bairicading Standards and Practices as adopted by the City. Copies of this document are Section A - SP (Revised 2/19/99) Page- 10 of 34 I I 1 available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. The Contractor shall comply with TxDOT requirements. )' No work will be allowed on the project until all applicable traffic control is in place and approved by the Engineer. payment will be made to Contractor. - - I im A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related i g materials. Such work must be completed without any increase in the Contract price. t Streets and curb line must be cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm sewer system. No 1: visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. i: 1 A-15 Excavation and Removals 1 The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt 1: must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. I All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; -. therefore, no direct payment will be made to Contractor. - I: i A-16 Disposal/Salvage of Materials B Jr: Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor... A-l7 Field Office The Contractor must furnish the City Engineer or hio representative with a. field office at the construction site. The field office must contain of least 120 square cli feet of uscablc apace, The field office most be air-conditioned and heated and must Y be furnished with an inclined table that roaoures at icast 30" x 60" and two (2) . chairs. The Contractor shall move the field office on the pits as required by the 1: City Engineer or his representative. The field office must be furnished with a telephone (with 24 hour per day anowering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. I: A-18 Schedule and Sequence of Construction To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet deadlines for completion of each item 1: shown below. The project has been divided into phases. Time duration for construction is allocated, for each phase and if the work in that phase is not complete as shown below, liquidated, damages will be -assessed for each day the work Section A .. SP (Revised 2/19/99) Page 11 of 34 to II 1 is delayed. A penalty in the amount of $500.00 per Calendar day will be assessed against the contractor as liquidated damages. ii Completion shall be based on satisfactory Work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. Start. of Phase is initiated by the Notice to Proceed. The Contractor shall submit to the City Engineer a work plan based on calendar days il for construction of the entire project and broken down into construction of each phase. This plan must detail the schedule of work for each phase of construction and ill shall be structured to meet all the requirements of Section A-6 "Time of Completion" and must be submitted to the City, Engineer at least three (3) working days prior to the pre-construction meeting. d iiThe Contractor to furnish Construction. Schedule for the following Items SCHEDULE OF COMPLETION Phase I - Submittal Review and Pipe Fabrication/Delivery 30 Calendar Days ill Phase II - Station 0+50 to Station 60+00 60 Calendar Days Phase III - Station 60+00 to Station 160+00 150 Calendar Days Phase IV - Station 60+00 to Station 160+00' 50` Calendar bays P il hase V -- Contract Closure 15 calendar Days ill The plan must: also indicate the schedule of the following work items 1, Initial Schedule: Submit to the City Engineer three (.3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, till identifying Work of separate stages and other logically grouped activities. Identify th e first work day :of each week. 3, Submittal Dates: Indicate submittal dates required for all submittals for the entire project:4. Re-Submission: Revise anti resubmit as: required by the City Engineer. 5. Once a Month Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial `Schedule. It is the meaning and intent of this Contract that the Contractor shall. be allowed. to prosecute his work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to ,economy of construction, subject to the. following conditions: !i A. The schedule of construction shall be structured to meet all requirements of Section A-6 "Time of Completion" and as noted above. II B. The schedule of construction shall not conflict with any provision of the ` Contract Documents and also that when the Owner is having other work done:, either by contract or by their own force, the Engineer -may direct the time and m il anner of constructing the work done under this Contract so that conflict will be avoided and the construction of various works being done for the Owner will be harmonized. IIA-19 Construction Project Layout and Control The drawings may depict but not necessarily include: lines, slopes, grades, li sections, measurements; benchmarks, baselines, etc. that are normally required to construct a project of this `nature. Major controls and two (2) bench marks required for ro ect layout will be p ] Y provided by the City or Consultant Project Engineer. II Section A - SP (Re'uised.2/19/99) Page 12 of 34 I 11: : ' The Contractor will furnish all lines, slopes and measurements for control of the E work. 1.; If, during construction, it is necessary to disturb or destroy a control point or 1 bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. s 1 I: If, for whatever reason, it is necessary to deviate from proposed line, and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or ) Consultant Project Engineer, the required deviation would necessitate a revision to i cill the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. j: The Contractor shall provide the following certification for documentation and Verification of compliance with the Contract Documents, Plans and Specifications. 1: Said compliance certification shall be provided and prepared by a. third party independent. Registered Professional Land Surveyor (R.P.L.S.) licensed in the State of Texas retained and paid by the Contractor. The third party R,P.L,S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the ) third party surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Strccto: t .- All curb rctur'na at point of tangency/point of circumfcrcncc - eurb and gutter flow line both aideo of otrcct on a 200' interval i .... Waotewatcr: t i All intersecting lines in manholes 1: Water: t • All top of valve boxes • . . • Valve vaults rim . • • CP • Teat Station° and anodes. • Depth of cover and flowline at 200 foot intervals IL . Storm Water:, All rim/invert elevations at manholca • Allintcraccting line° in manholco I: ' A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory 1: selected by the City. 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. Section A - SP (Revised 2/19/99) Page 13 of 34 t a SCHEDULE OF TESTING BY THE CITY: 1. Embedment, Fill and Backfill (See Subsection 022.26) Laboratory Testing: (1) Gradation . . .. . . . . . . . . . . .. . .. . . . .. . . . 5 Ea. (2) Moisture-Density Relationship . . . . . .. . , . .. . . . 5 Ea, (3) In--Place Density Tests . . . , . . 50 Ea. il 2.., Concrete Laboratory Testing: (1) Concrete Cylinder (•1 set is 3 cylinders) ., . .: 4 sets 3. Subgrade Preparation, Embankment and:.Backfill Laboratory Testing: (1) Moisture-Density Relationship (Proctor Curve) . . . . . . . .. , . . . . . .. .. . . ,,. 1 Ea. (2)' In-Place Density Tests . ' ., . _. . 5 Ea. 5, Flexible Base Course: (See Subsection 02522) ( Laboratory Testing: (1) Moisture-Density Relationship il Proctor Curve) . ... . . .. ... .. . ... . . . . . . .. .. . . ... .. I Ea. (2) In-Place Density Tests . ; . . .. . . . . . 5 Ea. t, 5. Hot, Mix-Hot Laid Asphaltic Concrete Pavement (See Subsection 02542) Laboratory Testing: (1) Extraction Test . . . . . . . . . . . 1 :Ea. (2) Stability and Laboratory .Density . 1 Ear (3) Field Density .. . . . . . . . . . . . . . .. .,: . . . . . . . . None Required Testing, including sampling, will be performed by Engineer or the testing firm's laboratory Personnel, in the general manner indicated in the Specifications, Engineer shall determine the exact time, location, and number of tests, including samples. 11- Arrangements for delivery of samples and test specimens; to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall performnll w. ii laboratory tests within a reasonable time consistent, with the specified standards and shall furnish a written report of each test. Contractor shall. furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including sampling, to be performed. Contractor, shall have no claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by Engineer 1 or the testing' firm's laboratory personnel' Contractor shall furnish personnel and facilities to assist in the activities. When the specifications- require .inspection of materials or equipment during the: o. production, manufacturing, or fabricating process, or before shipment, such services will be performed by Engineer or an independent testing firm or inspection organization acceptable to Engineer. { Contractor shall ,give appropriate written notice to Engineer not less than 10 days before offsite inspection services are required, and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel in the performance of their duties. The inspection organization will submit a written report to Engineer, with a copy to Contractor, at least once each week, The Contractor must provide all applicable certifications and testing documentation ( for all material verifying compliance with specifications to the Engineer Consultant'. II- ( Section A - SP II (Revised 2/19/99) Page 14 Of 34 II I: f Fgg s Contractor shall obtain Engineer's acceptance of the testing firm before having services performed, and shall pay all costs for these testing services. t A-21 Project Signs 1; . . . , , . . following drawings. (Attachment III) . Standard- Spoei-f .tin See4en 921010 - I: maintained throughout the P-roj-eet period by the Contractor. The location of the cigno will be determined in the field by the Engineer Conaultant. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is_ the policy of the City of Corpus Christi that maximum opportunity is ) afforded minorities, women and Minority Business Enterprises to participate in I' /; the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. /: In accordance with such policy, the City has established goals, as stated 1 herein, both for minority and female participation by trade and for Minority Business Enterprise. I: 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided-- which has been awarded a City contract. b. Subcontractor: Any named person, firm, ' partnership, corporation, association,. or joint venture as herein identified, as providing work, ) labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) . Minority persons include /: Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. j: Minority persons) must collectively own, operate and/or actively manage, and share in payments, from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business I: enterprise, it must be owned by a minority person.. (b) For an enterprise doing business as a partnership, at least 51.0%. of the assets or interest in the partnership property must be owned by one or More minority person(s) . (c) For an enterprise doing business as a corporation, at least `. 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . N 2. Controlled j: The Primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . J: 3. Share. in. Payments Minority partners , proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, 1: commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. ) i'm Section A - SP (Revised 2/19/99) Page 15 of 34 t d. Minority; See definition under Minority Business Enterprise. e: Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership. at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an ;association of two or more persons, partnerships, corporations, or any combination thereof, 'founded to carry on a single business activity which is limited in scope and direction. The degree to which ,a joint venture may satisfy` the stated MBE goal cannot exceed the proportionate interest of the MBE as a 'member of the joint venture in the work to be performed by the joint venture. For example, a joint venture Which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a. 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work: Minority members Of the j.aint venture must have financial, managerial, or technical skills in the work to be performed by the joint venture. 3, Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 t 15 ':% b. These ,goals. are applicable to_.all the construction work (regardless of federal participationl 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 Contractor's percentage is prohibited.- 4. Compliance, a. upon 'completion .of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along. with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. . A-23 Inspection Required (Revised 7/5/00) and to aaoure a final inspection after the building ko completed and roady fer required by City.- - - i Section A - SP (Revised 2/19/99) Page 16 of 34 I " I: r ?: f. A-24 Surety Bonds Paragraph two. (2) of Section B-3-4 of the General Provisions is changed to read as follows: ); "No surety will be accepted by the City from any Surety Company who is 1 now in default or delinquent on any bonds or who has an interest in any 1:' litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent ,. (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the. State of Texas. The amount !I: of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, (' the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory ): financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueoes County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in J: excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance, for any liability in excess of $100,000 from. a reinsurer that IP is certified by the United States Secretary of the Treasury and that meets all the above. requirements. The insurer or reinsurer must be li listed in the Federal Register as holding certificates of authority on j the date the bond was issued."" J A-25 Sales Tax Exemption (NOT USED) 1: Section B 6 22,, Tax Exemption Provision, is deleted in its entirety and the following substituted in lieu thereof. Contracts for improvements to real preee ty-awarded by the Gity of Corpus Christi do I: • 3, Tax Admxini stration of Title 34, Publ'i-e Finaaee of the Teas Administrative Code, Public recounts of Texas_ A• 1: 2. Identify in the appropriate spacc on the Statement of Materials and Other ) Chnrgcs' in the proposal form the cost of materials physically incorporated J: into the Project. value of materials. If the Contractor does not elect to operate under a separated contract, he must pay I: for all Sales, Excise and Use Taxes applicable to this Project. Subcontractors arc eligible for sales tae eptions if the subcontractor also complies with the abevc requirements. The Contractor must issue a resale I: certificate to his supplier. ) Section A - SP (Revised 2/19199) Page 17 of 34 I I i - 1 A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance. with Section B-6-1I of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: il In the event of cancellation or material change that reduces or restricts the 4, insurance afforded by this coverage part, each insurer covenants to mail prior il written notice of cancellation or material change to: 1. Name: City of Corpus Christi t Engineering Services Department Attn: Contract Administrator 2. Address: P.O.: Box 9277 i Corpus Christi; Texas. . 8469-9277 " 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, 1(1 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 II policy, signed by the insurer, stating that the City is an additional insured under t 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= il 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 eosts and :attcrneys." fees, for or on account of -any injury to any- person, or any death at any time resulting i 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 t., other fault of the City, its agents, servants, or employees or- any person. indemnified hereunder. II A.-27 Responsibility for Damage Claims (Not Used) emended to include 11 Contractor must provide 1'rofesoiona:l Pollution Liability/Environmental Impairment insu once coverage for the term .of` the Contract up to and ineluding - .ts the Project or work. Contractor must pay all The City must be named additional insured on any policies providing such insurance coverage. Section' A SP (Revised 2/19/99) Page 18 of 34 I 31+ I / i 1; A-28 Considerations for Contract Award and Execution a To allow the City Engineer to determine that .the: bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may Till require a bidder to provide documentation concerning: 1.. Whether any liens have been filed against bidder for either failure to pay for f' I: services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been i: released, the.bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or 4 materials supplied which relate to any of its projects begun within the ) preceding two (2) years. The bidder shall specify the name and address of the 1; claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. [ A bidder may also be required to supply construction references: and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's 1; request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. 1 j: ) A-29 Contractor's Field Administration Staff i; The Contractor shall employ for this Project, as it field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. r- I' The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited 1:... necessarily to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and contract close-out procedures. The superintendent shall be present, on the Job site, at all times, that work is being performed: ;' 1: 2. Foreman, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foreman cannot act as superintendent without prior written approval from the City. 1, Documentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. such written approval of field administration staff is a prerequisite to the City Engineer's. obliation to ezecute ;a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also „, necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a 1: basis to• annul the Contract pursuant to section B7-13. ) Section A SP (Revised 2./19/99) Page 19 of 34 /: /r 1 A-30 Amended "Consideration of Contract" Iequirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add, the following text: Within five'. (5) working days following the public opening and reading of the proposals, the. three (3) apparent ,lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information; il 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; il 3. A schedule of values which, specifies estimates of the cost for each major component of the work; 4,. A schedule of anticipated monthly payments for the .Project duration, III 5. The names and addresses of MBE firms that will participate< in the Contract, along with a description of the work and dollar amount for each firm; And substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such t4BE firms fleet the guidelines contained herein.. Similar substantiation will be required if the. Contractor is an MBE. If the responses- do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of. the City Engineer, that a :good faith effort. has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may il contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will il Perform work on the Project. The Contractor shall obtain written .approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. 0 In the event that a subcontractor prevqusly 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 11 subcontractor prior to its Participation in the Project. Such approval will il not be given if the replacement of the subcontractor Will result in an inoreas.e in. the Contract price. Failure of the. Contractor to comply with this provision constitutes a basis upon which tO annul the Contract pursuant to Section B-7-13; . 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required I required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractors Field Administration Staff. li9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e. , Texas (or other state) Corporation II or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. Section A - SR II (Revised 2119199)' Page 20 of 34 I t ) A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 1.; 8-5 Policy on Extra Work and. Change. Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra t work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer: may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. i' t A-32 Amended "Execution of Contract" Requirements i Under :"General Provisions and Requirements for Municipal Construction Contracts" B- i 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures I` 1; 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 itContract,, until the date, the City Engineer delivers the signed Contracts to the = Contractor. a 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 1 obligation to carry out the provisions of this Contract. Contractor is reminded to fl: attend the mandatory Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction I plans, fourth precedence will be given to. the Standard Specifications and the it General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any Other referenced 'specifications, such as >' the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to 1: addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. flil A-35 City Water Facilities Special Requirements (Not Used) A. Visitor/Contractor Orientation Prior to performing work at any City water facility, the Contractor, hia uubeentroetora, .and each of their employees must have on their peraon a. valid �xd .certifying their' prior attendance at a Visitor/Contractor .Safety Orientation Program conducted. by the City Water Department Personnel. A Visitor/Contractor Safety Orientation Program will be offered by authorised City Water Department Personnel. for those peroons who do not have ouch a Ord, and who desire to perform any work within any City water facility. For additional information refer to I: Attachment 1. Section A - SP t (Revised 2/19/99) Page,21 of 34 till l_ Department. C. Protection of Water Quality protect the quality of the water., items, .which could come into contact with potable water, moot eenfori .to prior to uric,. The Contractor °hall Provide the Engineer with espies et written proof of ANSI/NSF Standard 61 approval for all, ina-erialo whip eeuld come into contact with potable water. All trash generated by the Contractor or hi-s employees, agents, or oitc. Blowing trash will not be allowed. The Contractor shall keep work areas clean- at all tittles and remove all trash daily. F. Contractor's personnel must weer e e e uniform overalls ether than C. Contractor shall previlie teleThenco for Contractor Personnel. rlant I. Contractor must not use any City facility restroomc. Centraetet must, provide own sanitary facilities. J. All Contractor vehiclea must be parked at designated site, as designated labeled with company name. No private employee vehicles ate a1lred.at 0. N. etevcns Water Treatment Plant. All personnel must be in 'company vehicles. During working hours, eontraeter employees moot net leave- the for required work or as directed by. City Water Department personnel ACQUISITION) Section A - SP (Revised 2119199) Page 32 of 39. I I: . 1; [ debugging, calibrating, or plae ng in operat yen all hardware and/or , t software specified or required by these specifications. The Contractor or his subcontractor prepesing to perferm the SCADA work must be able to demonstrate the following:, 1: 4. . . ... . .. . .. _ __ __ t. grater and wastewater industry. '' J f complexity as required in this Contract on at least three prior projects, :; 3. He has been actively engaged in the type of werk cpeeifi-ed herein ): for at least 5 years. 4. He employs a Registered Professional Engineer, a Control Systems Engineer, or. an Electrical Engineer to supervise or perform the work required by these specifications. t 5. He employs perrrdnncl on this Project who have successfully completed "a manufacturer's- training course in configuring and implementing the specific computers, RTDS'a, and ,software proposed for the Contract. , 6. He maintains .a permanent, fully otaffcd and equipped service 1: calibrate, and program the systems specified herein. manufacturer to the maximum practical extent. Where is not G` /7 one- manufacturer. 8. Prior performance at the 0. N. Stevens Water Treatment Plant will -- --= - - -- -_ hick Contractor or subcontractor programs - the new work for this Project. 9. The Contractor shall produce all filled out programs blocks these two systems to the existing City SCADA system. Attached is an example of the required pr.ogramting blocks which the City 5. changes made during the programming phase. The attached sheet is ,. /1 an example and is not intended to show all of the required sheets. The Contractor will provide all programming blocks used. L. Trenching Requirements All trenching for this project at the C. N. Stevens Water Treatment Plant shall be performed using a backhoe or hand digging due to the number of existing underground obstructiene. to trcnehiag machines shall -be allowed ton the project. A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: contractor shall submit number required by the City to the City Engineer or his designated representative. lr b, Reproducibles In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. 1;11 Section A - SP (Revised 2/19/99) Page 23 of 34 I 1 c. Submittal Transmittal Forms.: Contractor shall, use the Submittal /I Transmittal Form attached at the end of this Section; and sequentially number each transrtiittal form. Resubmittals :must have the original submittal number with an alphabetic suffix. Contractor i r dentify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, on ill- each submittal form, d. Contractor's Stamp. Contractor must apply Contractor's stamp, appropriately signed or initialed, which cer-tifies that review, verification of Products required, field dimensions, adjacent ( construction work,. and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the i Project, and deliver to the. City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicakle products, models, options, and other data. Supplement ,manufacturers` standard data to provide information unique to this ,Project. g. Variations: Contractor must identify any proposed variations from the la- Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. II h. Space Requirements: Contractor .must provide adequate 'space for Contractor (� and Engineer' review stamps on all submittal forms,. IIi. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to 1// subcontractors and suppliers and instruct subcontractors and suppliers to ,` promptly report, thru Contractor, any inability tn- comply with provisions. 2. Samples;. The Contractor must submit samples of finishes from the full range of 1'. manufacturers' standard colors, textures, and patterns for. City Engineer's selection. 3. Test and Repair Report: When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified, time to the City. Engineer for approval. Otherwise, the related equipment will not be .approved for use on the project t A-37 Amended "Arrangement and Charge for Water Furnished-by the City" II Under "General Provisions and Requirements for Municipal Construction Contracts", 8 6-15 Arrangement and, ,Char9e 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 II the pre-construction meeting. The Contractor will keep a copy Of the Plan on the Project site throughout construction. ( I ' t Section A - SP il (Revised 2719/99) ill Page 24 of 34 II t f dr t. 1.; The cost of water for hydrostatic testing :and disinfection of the completed . water line and any other water needed for construction will be paid for by the Contractor:" g f'r. I; A-38 Worker's Compensation Coverage.. for Building or Construction Projects for Government Entities i it The requirements of "Notice to Contractors *B" are incorporated by reference in this Special Provision. Ii A-39 Certificate of Occupancy and Final Acceptance (Not Used) The issuance of a ecrtifieatc of occupancy for improvements does net eenotituto 1 final acceptance of the improvcmcnta under':Cencral Provision B 8 9, ' -) A-40 Amendment to Section B-8-6: Partial Estimates f` 1-1; i . General.Provisions and Requirements for Municipal Construction Contracts Section B- 1 8-6: Partial Estimates is amended to provide that approximate estimates from which 1; partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials I delivered to the Project worksite. A-41 Ozone Advisory . Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about -ozone alert. If a delay such ar this is experienced, the day will not be counted as a work day and the Contractor will be compcnaatcd at the unit 1; price indicated in the proposal. 1 A-42 OSHA Rules & Regulations 1 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. it : A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: I: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever 1; from an act or omission of the contractor', or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and it agents harmless and shall indemnify the City, its .officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. !111: 1; Section A - SP (Revised 2/19/9.9) Page 25 of 34 t 111 A-44 Change Orders II Should .a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown_ as to all prices charged for work of the change .order # (unit, prices, hourly rates:, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates:, e.tc0 . This breakdown information shall be submitted by contractor as a 'basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal: and vertical) of all facilities. (b) Upon completion of each, facility , `the Contractor shall furnish Owner with one. set of direct prints, . marked with red pencil; to show as-built dimensions and locations of all work constructed. As a minimum, the final , drawings shall include the following: il (1) Horizontal, and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to aubotitutionn�, (3) "Nameplate" data on all installed equipment. il (4) Deletions, additions, and changes to scope of work: t5) Any other changes, rude. ; (6) Hori onta]. and vertical dimensions of existing utilities affected, crossed or found during construction. A-46 Disposal of Highly Chlorinated water (7/5/00) t` The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high: levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous. agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval, prior to disposal, There. shall be no separate pay for disposal of highly chlorinated water. .Contractor shall not use the il City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction Exploratory Excavations (7%5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed , pipelines of the project and Contractor shall survey the exact vertical and [ horizontal location of :each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said existing pipelines, at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum Q.C. II Contractor shall then prepare a report and submit it to the City for approval. ii indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines:. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. tranomiosion main pipe. luny pavement repair aa,.ociated with exploratory excavations I Section A SP (Revised 2/19/99) Page 26 of 34 I t , ) i ) i A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor I t shall use all due diligence, Precautions, etc., to ensure that adequate safety is i provided for all of his employees and operators of equipment and with regard to 1 ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction i schedule with regard to said overhead lines. t ) Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with 4 , i regard to overhead lines whether shown in the plans or not. , A-49 Mended n4iintenance Guaranty" (8/24/00) i . 1 Under "General Provisions and Requirements for Municipal Construction Contracts", B- 8-11 Maintenance Guaranty, add the following: 1 "The Contractor's guarantee is a separate, additional remedy available to 1 benefit the City of Corpus Christi. Neither the guarantee nor expiration of the t guarantee period will operate to reduce, release, or relinquish any rights or , remedies available to the City of Corpus Christi for any claims or causes of i _ . I 1 action against the Contractor or any other 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 i i 1 reason, are not appropriated in any given year, the City may direct suspension or is f termination of the contract. If the Contractor s terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed 49 1111 through a change order to the contract. A-51 Dewatering and Disposal. of Ground Water k ..) As part of the Project requirements, the Contractor shall perform dewatering, 1 depressurization, draining, controlling and disposal of ground water in excavations and trenches in accordance with Technical Specification Section 02202. "Control of ) Ground Water", ) A-52 Storm Water Pollution Prevention Plan This Project is required to have a Notice of Intent (NOI) submitted as per Part II.D , of the TPDES General Permit No. TXR150000. The Contractor Will be required to submit a NOI 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' meeting commencement of any construction activities. The Contractor .is also required to post a signed copy of the. NOI and i . ) constr,uction 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 IL authorities, prior to commencement of any construction activities. The Contractor will be required to submit a Notice, of Termination (NOT) upon completion of this ) Project. ir Ili Section A - SP (Revised 2/19/99) Page 27 of 34 ) I 0 The Contractor shall adhere to the requirements of the. Storm Water Pollution Prevention Plan as per the drawings and specifications contained in the Contract Documents. A-53 Video Documentation (NOT USED) As part of the Project requirements, the Cen_tr-acter shall perform `e c- with Standard Specification Section 027611 "Tcl.eVision Inspection of Conduits", A-54 Electronic Proposal Worm (NOT USED) the Proposal Form (Pages 1 through 9, incluoivc)1 The print out shall list all bid items (including .any additive or ;deductive alternates) eentaihed<-en the Proposal 9, !! In addition, the print out shall contain the following Statement and oignatur after the last bid item: (Bidder) herewith certifies that the unit priced shown on this print oat for bid items (including any additive or deductive. alternates). (Bidder) acknowledges and agrees that the Total Sid amount shown will be road as ita Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) the csctcnded amounts. (Signature) (Title) (Date). A-55 Bypass Pumping Operations (Wastewater) (NOT USED) has been approved by the design engineer. The Contractor shall provide a minimum of The Contractor' shall consider and be responsible for the effects of the bypass pumping on the collection system area, both upatream and do%,natrc am of the area being bypassed. Upstream effects include, but arc not limited to backups and overflows. anticipate nor expect any ;assistance from the City of Corpus Christi departments for the valve drains ohall be piped to a manhole for discharge. The. Contractor shall Section A - SP I (Revised 2/19/99) Page 28 of 34 I N til 1 1 1;4 . . . d • ik . r _ the lift station returned to service. iL , floe conditions at all time and shall he a -minimem -ef 1.5 tides the existing pump (Cochin, Rain far Rent, or approved eguel}. Pumps shall be equipped w h c itictially !; i 1; improvement-el- yy 4 I: department sham. be responsible for field verifieatie*i of pumps, piping, and I' equipment, etc., matching approved submittal specification and performance 1 levels, iL . . . . system and fuel for the system. p contact info/cell phone number of bypass operators/monitors, Project superintendent and pump supplier. the Contractor is responsible .. for actting -up a meeting between the consultant 1 enginccr/City/operating department to affirm the approved bypass plan and verify /: that the site installation conforms to the approved plan. following or preceding a City holiday i - . - -- - - bypassing operation at any time in order t. , -- - being proposed for uac. The approval protocel io as follows: The Contractor prepares and submits the plan to, the Engineer. The Engineer reviews the bypass plan and coordinates approval with Engineering Sorvicco and the operating department. At a minimum the bypass plan should include the following items: 1) Size type, and rating or pumps. 2) Sixc and type of inlet and discharge piping. 3) Approximate location (schematic) of bypass pumping components. 4) Ccncral arrangement/type of additional support equipment. operating 24 hours per day) , - -- - iri 6) Traffic Control Plan if the bypass is within the right of way. 7) Decant location. ) 8) Handling of flower Contractor is rcaponciblc for assuring that the wastewater I: has been shut off for bypass installation. The Contractor shall insure that the system operates properly during this period. Section A - SP (Revised 2/19/.99) Page 29 of 34 t II 1 -...onto for this project. A-56 Technical Special: ProvisionS II- The requirements of "Technical Special Provisions" are incorporated by reference in these Special :P'revisions. A--57 Contaminated Soils If, during the construction, an area is Suspected of a high level of contamination, !` then the City will have the area tested. If the area proves to have a high level of It contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow the following procedures: 1. Material Reuse: Excavated material that Contains indications: of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface Of the finished. grade.. It will be the Contractor's III responsibility 'to incorporate as Much as possible of the contaminated material into the, backfill. Clean material with no indication of 'contamination shall be used with the top 24" of the trench... All materials used for the backfill of excavations shall alse conform to the trench embedment section shown on the ( construction drawings. 2.. On-Site Stockpiles: 1xxcess material from excavation, whether non-contaminated II or contaminated with any detectable concentration of contaminants, shall be i handled in such a way as to prevent run-on, runoff, and infiltration of ' contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean-soil bernt covered with plastic around the perimeter The contaminated stockpiles shall be covered with plastic and, secured to; prevent less of the cover due to wind or storms.. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. il 3. Disposal of Excess Non-Contaminated Soil: The balance of any non-contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. !! 4. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil,. landfill :disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall be paid for IIby the cubic yard as measured by the City Inspector. Excess contaminated soil will be transported by the Contractor to a safe disposal area to be designated by the City. 5. Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. II A-58 Fences: A II ll existing fences affected by the work shall be maintained by Contractor until completion of the work. Fences which.. interfere with construction operations shall ' not be relocated or dismantled until written permission is obtained from the owner- of the fence., and the period the fence may be left relocated or dismantled has been agreed upon, Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked :at all times when not in use. On completion of the work across any tract of land, Contractor shall restore all fences to their original or to a better condition and II Section A - SP 11(Revised 2/19/99) Page 30 of 34 - II to i Lj " = to their original locations. There shall be no separate payment for removal, lr replacement or repairs to existing fences. # A-59 Protection of Public and Private Property Contractor shall protect, shore, brace, support, and maintain all underground pipes, ' conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations,, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside it the easement. All replacements shall be made with new materials. No trees shall be removed outside the permanent easement, except where authorized by Engineer. Whenever practicable, Contractor shall tunnel beneath trees in yards and !. parkings when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage from construction operations. I; Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private p 1; property, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the Work or any part or site thereof, whether by him or his Subcontractors. Contractor shall make satisfactory and E t acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. All fire hydrants and water control valves shall be kept free from obstruction and 1 JL available for use at all times. A-60 Security i Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized 3 11; persons. No claim shall be made against Owner by reason of any act of an employee or d' trespasser, and Contractor shall make good all damage to Owner's property resulting .. II:11 from his failure to provide security measures as specified. Security measures shall be .at least equal to those usually provided by Owner to t protect his existing facilities during normal operation, but shall also include such } additional security fencing, barricades, lighting, and other measures as required to r,' protect the site. it A-61 A.ecess 'Roads Contractor shall establish and maintain temporary access roads to various parts of the site as required to complete the Project. Such roads shall be available for the use of all others performing work or furnishing services in connection with the Project. ii; A-62 Parking , Contractor shall provide and maintain suitable parking areas for the use of all th construction workers .and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. A-63 Noise Control Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working 1: hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least noise consistent ,,, with efficient performance of the Work.. Section A - SP (Revised 2/19/99) Page 31, of 34 Ill l) II i ( During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall "erect screens or barriers effective in reducing noise II in the building and shall conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. A-64 Dust Control. Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. when practicable, dusty materials in piles or in transit il shall be covered to prevent blowing dust:. „ _ Buildings or operating facilities which may be affected adVersely'by dust shall be adequately protected from dust... Existing or new machinery, motors, instrument panels, or similar equipment 'shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. A-65 Temporary Drainage Provisions, C II ontractor shall Provide for the drainage of storm water and such water as may be I. applied or discharged on the site in performanceRof the Work. Drainage facilities Shall be adequate to prevent damage to the Work, the site, and adjacent. property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carryall increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels) , to protect Owher's feCilities and ill the Work, and to :direct water to drainage channels or conduits. Pending shall be provided as necessary to prevent downstream flooding. ii See also,: Section 02620 of the Technical Specifications, Storm Water Pollution Prevention. A-66 Permits ( il The City of Corpus Christi has acquired a U. S. Army Corps of Engineers (USACE) Nationwide Permit-12, and a TxDOT permit for the work at the project site, copies of the permits, can be found in Appendix A and Appendix B of the Contract Documents, respectively. Key requirements noted in the USACE and TxDOT Permits, are included Ii in the plans and Technical Specifications.. It is the Contractor's responsibility to review the entire USACE permit and TxDQT permit. Prior to construction the Contractor is required to implement the storm water management controls as noted" in II Section 2620 Storm Water Pollution Prevention.. I, A-67 Right of Entry and License Agreements for Leased: Tracts The City of Corpus Christi has elected to install the new water line inside the il TxDOT ROW, as shown in the .drawings. As such a separate utility easement.. is not, being sought. There are several tracts within. the TxDOT ROW on the south side of the JFK Causeway that are leased from the GLO and from TxDOT. These are the tracts where the majority of HDD activity will be taking place. Work Area 3 is located on f a tract leased to the Red Dot bait stand, and Work Areas 4 and '5 are currently vacant, as shown on Sheet 39 and 40 of the plans. The City has obtained a Right-of- Entry and License Agreement to perform the required work on each of the leased tracts. A copy of the Right-of-Entry can be found in Appendix C of the Contract Documents and a copy of the License Agreement can be found in Appendix E of the contract documents. As part of the Right-of-Entry and License Agreement, specific requirements and notifications have been negotiated with the lessee (or State) as applicable. These requirements include, but are not limited to, notification of the ii lessee (or State) 24 hours in advance of construction activity, construction activity limited to the work area defined on Sheet 39 and Sheet 40, relocate existing fences and maintain and restore to original_ location, restore existing driveways, double ditch top soil, limit removal of trees, do not leave gates open, clear work area of all brush and debris, dispose of all garbage, and maintain construction fencing. NO Additional payments (other than the applicable pavement II restoration items A-.28 through A-31) listed in the proposal) will be made to the contractor to complete the work on these sites. H Section A - SP (Revised 2/19/99) II Page 32 of 34 11 1; . A-68 Temporary Construction Easement The. City of Corpus Christi has elected to Obtain a Temporary Construction Easement 1 (TCE.) adjacent to Work Area 1, as shown on Sheet 39 the plans. A copy of the TCE 1. 1; can be found in Appendix D of the Contract Documents,. As part of the TCE, specific requirements and notifications have been negotiated with the landowner. These requirements include, but are not limited to, notification of the landowner 24 hours I: in advance of construction activity, construction activity limited to the work area defined on Sheet 39, relocate existing fences and maintain and restore to original location, restore existing driveways, double ditch top soil, limit removal of trees, do not leave gates open, clear work area of all brush and debris, dispose of all it garbage, and maintain construction fencing. No Additional payments (other than the applicable pavement restoration items A-28 through A-31) listed in the proposal) will be made to the contractor to complete the work on these sites. !; ph: 2 f S Fr g 4 1 t I f Y i$ P-.. l } t i i ; S' J 5 t . J Section A - SP (Revised 2/19/99) Page 33 of 34 Jill 1 SUBMITTAL TRANSMITTAL FORM. /I PROJECT: Padre Island 'Water Supply Improvements, Projeot ,No. :E10172 ill OWNER: City of Corpus Christi ENGINEER: Urban Engineering CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: ill APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL il A-15 Project Layout and Control Results of Survey (End of Project) it A-45 As-Built Drawings Redline Drawings (End Of Project) A-47 - Pre-con. Exploratory Excay.. Results of 'Survey ii 0244 9 - Waterline and Gas line HDD IiDD Contractor References, Work Plan 02512 - Fusible PVC Pipe Pipe 02512 Fusible PVC Pipe Fusion Tech References, Construction Info 02522 Flexible Base Material Gradation i 02608 - Fiberglass Manholes Manhole 02640 - installation of Water Pipe" Hydro-:Static Test and Disinfection Plan 02.650 - Gas Piping Pipe - 15060 - Miscellaneous Piping Pipe 15104' .- Gate Valves Vales 15108 - Air Release Values Valves Sheet. 2 of 51 - Note, 15 Site Photographs II Sheet 2. of 51 - Note 27 Construction Plan t t i i Il i I I 1 Section-A - SP �- (Revised 2/19/99) Page 34 of 34 I . , - c AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 11TH day of FEBRUARY , 2014, 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 Bridges Specialties, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of$7,308,330.80 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: PADRE ISLAND WATER SUPPLY PROJECT NO. E10172 (TOTAL BASE BID: $7,308,330.80) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Jun-2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 210 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. Page 2 of 3 Rev. Jun-2010 ATTEST: CITY OF CORPUS CHRISTI FLI/Qe .C. By: 44+4..11... City Secretary ' V Natasha Fudge, P.E. Acting Director of Capital Programs APPROVED AS LEGAL FORM: By: Asst. Cit Attorney CONTRACTOR ATTEST: (If Corporation) Bridges Specialties, Inc' Na k OY2._ By: (Seal Below) 11 Title: OW n.eY _ �I''r►_ln (Note: If Person signing( 9 9 for corporation is not President, 4233 FM 624 attach copy of authorization (Address) to sign) Robstown, TX 78380 (City) (State) (ZIP) 361/387-2743 bridgesspecialtieslamsn.com (Phone) (email) � �-- bl u i rt K,«. sy .......... SECRETARY Page 3 of 3 Rev. Jun-2010 PROPOSAL Place: — t_ - Date: ewOer '` 2O(� Proposal of P )rtckQ't . e c 1Ltk S _____ . G , a Corporation organized and existing under the laws of the State of I E'l•t.cte) . OR a Partnership or Individual doing business as • TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: PADRE ISLAND WATER SUPPLY Project No. E10172 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: PROPOS°.L FORM PAGE 2 OF 9 PADRE ISLAND WATER SUPPLY PROJECT NO. E10172 I II III IV V BID ; QTY & UNIT PRICE BID ITEM EXTENSION I ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) A. (BASE BID) A-1 1 Bonds/Insurance, Complete in LS Place per L S [ t i t V420 $ ( I t t a4 Q ,afl A-2 1 Mobilization, Complete in LS Place per LS a 1ao. $ a^ a, t Do CO A-3 1 Preconstruction Exploratory, LS Complete in Place per LS h $ ��t bc o Ob A-4 LF Transmission Main8byater 53I_, o�o $ Ng I a, .6° Conventional Trenching, Complete in Place per LF A-5 10,624 8" Steel Gas Main WITH Tape / CQ LT) LF Coating (including Fittings) t� $ �Q`�'�� O(1 '-L�; by Conventional Trenching, Complete in Place per LF A-6 10,624 4" SCH 80 PVC MIS Conduit O� gO $ : 30 ;51409a LF (including Fittings) by Conventional Trenching, Complete in Place per LF A-7 10 18" Ductile Iron 45 Deg Bends W Cp EA (MJ) , Complete in Place per EA _C $ (25 t(DOT). 18" Ductile Iron 22.5 Deg A-8 3 Bends (MJ), Complete in Place ^5 ✓O $ + •� EA per EA Ol;.� 18" Ductile Iron 11.25 Deg A-9 9 per (MJ) , Complete in Place �. $ a ^ CO EA er EA d), . A-10 4 A r Release Valve and Q+'' f a 2 QC) EA Fiberglass Manhole Assembly, n�C`tLJ• $ +7�I Complete in Place per EA i D PROPOSAL FORM PAGE 3 OE 9 PADRE ISLAND WATER SUPPLY PROJECT NO. E10172 I II III I IV V BID QTY 6 UNIT PRICE BID ITEM EXTENSION I ITEM UNIT DESCRIPTION IN FIGURES (QTY 6 UNIT PRICE IN FIGURES) A-11 4 18" Gate Valve and Valve Box (p OD EA Assembly, Complete in Place per IFS LO .—' $ �p 4k3� 1 EA A-12 17 Metal Marker Posts and Signs, op ofl.. EA Complete in Place per EA •-- $ 1400• A-13 10,725 Install and Remove Silt Fence, OD Cl2- LF Complete in Place per LF Le' $ (.04' 350. A-14 92 Furnish and Install Concrete OD OD EA Pipe Collars, Complete in Place 17.1651. $ I. < i • per EA A-15 4 Construct Horizontal OD � �- EA Directional Drilled Entry and o2o • $ COD . Exit Pads, Complete in Place per EA A-16 6328 18" Fusible PVC C905 Water �'_.� $ 21�Q� ,,l e►O. LS Transmission Main by Horizontal p( Directional Drilling, Complete in Place per LS A-17 6328 8" Welded Steel Gas Main with et) LS FBE Coating by Horizontal 1E' $ C( 1:)9� 040. Directional Drilling, Complete in Place per LS CO CZ) A-18 6328 4" Fusible SCH BO PVC MIS Cl() t -� LS Conduit by Horizontal "t�(). $ 5661,5an. Directional Drilling, Complete in Place per LS CID A-19 1 Tie-In to Existing 12" PVC 4D LS Water Line at Laguna Shores, act s. $ R;: oap . Complete in Place per LS A-20 1 Tie-In to Existing 8" PVC Water ,,, $ t�. - LS Line at Red Dot Bait Stand, j�°•1°(�n7LT_7 Complete in Place per LS DO A-21 Tie-In ESr2 � LS Water Line atPadeIs1 nd, CqitiCi yry• $ 21 (n ^ • Complete in Place per LS FROFOSAL FORM E'FGE 4 OF PADRE ISLAND WATER SUPPLY PROJECT NO. E10172 I II III IV V I BID 1 QTY UNIT PRICE BID ITEM EXTENSION I ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) A-22 10 Polymer Concrete Pull Boxes, ry (p CO EA Complete in Place per EA I �- `(0• $ ( rt1 . A-23 1 Traffic Control, Complete in ry 00 dD LS Place per LS 11�0D•` $ 1 t'OC.)• A-24 1 Storm Water Pollution CO dp LS Prevention Plan, Complete in In $ I ''I( 600 Place per LS A-25 10,725 Trench Safety, Complete in h (� IR LF Place per LF OS •— $ a(,k-t'00 A-26 4 TrenchpSafeetty, Complete in •tp $ ' L200 * CP- 1 A-27 10,725 Dewatering, Complete in Place n�. $ r�d�f ORD. per LF rX d`I A-28 544 8" Flexible Base, Complete in On //�� �1 Ob•SY Place per SY —' $ lam( t a A-29 544 2" HMAC, Complete in Place per ari .��. $ 1. (_ UV SY SY '"C A-30 3100 6" Concrete Pavement, Complete CI.Sa $ hQ a? SF in Place per SF d A-31 881 Cement Stabilized Sand, 52•°= $ -1-ti J J 48 1 a. CY complete in Place per CY A-32 500 Disposal of Contaminated Soil, 1(4).12- $ �� O�' CY Complete in Place per CY 1 A-33 1 Mandatory Utility Allowance, LS Complete in Place per LS $60,000.00 $ 60,000 TOTAL BASE BID $ 13()�a�^")(). C�. (Items A-1 - A-33) NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate, include an additional 55 in some cases, and may vary from the final quantities. Do not order material based on these approximate quantities. PROPOSAL PORM PAGE 5 OE 9 PADRE ISLAND WATER SUPPLY Project No. E10172 BID SUMMARY Base bids listed in the following summary shall match those totaled on the following pages. If there is a discrepancy, the totaled bids on the following pages shall govern over those listed below. CC) BASE BID $ I{ -73 ? PROPOSAL FORM PAGE 6 OF 9 f The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. 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 (4) counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work in 210 Calendar Days. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : Respectfully submitted: Name: 2)r ‘AteS pcc. %ckt;•,;CS Y� (SIGNATURE) (SEAL =--If- Bidder is Address: WA.S.1 F,,•, Alf- a Coiporation) ,e.o. a).) (streetl c1■01 Ske010 k3PO (City) (State) (Zip) Telephone: 3M-3S7- ' 74 NCME: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) PROPOSAL FORM PAGE 7 OF 5) • PERFORMANCE BOND STATE OF TEXAS § BOND No. 1000880209 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Bridges Specialties, Inc. of the City of Robstown , County of Nueces, and State of Texas , as principal ("Principal"), and Texas Bonding Company , 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 SEVEN MILLION, THREE HUNDRED EIGHT THOUSAND, THREE HUNDRED THIRTY AND 80/100 U.S. Dollars ($ 7,308,330.80 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 11TH of FEBRUARY , 2014, 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: • PADRE ISLAND WATER SUPPLY PROJECT NO. E10172 (TOTAL BASE BID: $7,308,330.80) 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 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. 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 20th day of March , 2014. PRINCIPAL SURETY Bridges Speci ties,Inc. Texas Bonding Company By: By: Attorney-in-fact Robert G.Kanuth Title: P■ eS, ATTEST: Secretary Address: 4233 FM 624 Address: 2255 Ridge Rd.,Ste.333 Robstown,TX 78380 Rockwall,TX 75087 Telephone: 972/772-7220 Fax: 972/771-4695 E-Mail: RKanuth @kandsins.com (Rev. Date May 2011) Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Gary Boyd Agency: K&S Insurance Agency Address: 1814 Holly Rd.,Ste.B (Physical Street Address) Corpus Christi,TX 78417 (City) (State) (Zip) Telephone: 361/949-4637 E-Mail: gboyd @kandsins.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. END (Rev. Date May 2011) Performance Bond Page 3 of 3 POWER OF ATTORNEY = AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation(collectively,the"Companies"),do by these presents make, constitute and appoint: Johnny Moss,Jay Jordan,Tony Fierro,Jeremy Barnett,Jade Porter, Mistie Beck or Robert G.Kanuth of Rockwall,Texas its true and lawful Attomey(s)-in-fact,each in their separate capacity if more than one is named above,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed ******Ten Million****** Dollars ($ **10,000,000.00** )• This Power of Attorney shall expire without further action on December 8,2016. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts,and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF,The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 10th day of December,2012. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY aaS0.ACTDgB . E; �`'�O. .,C.,, `��j"`�insura�;r.,, S`i .1 Sr: "1".1.ms gy( r=7- :p£ 0. 4)1 yQi F, + ...�,.� <?_ _ � Daniel P Aguilar, Pres t "OC4LIFDAA�?ac` ui`,n °9r`crOF tg' •``` ..ra 'rrrnr m` '+u, n rr nrnnn n State of California County of Los Angeles SS: On 10th day of December,2012,before me,Vanessa Wright,a notary public,personally appeared Daniel P.Aguilar,Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ,v. .r.Yew • r,r. cowman*i*ii Signature k.AA (Seal) .A ,"`' C.warw Comm.E Doc 8.20'16 I, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S.Specialty Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies,which is still in full force and effect;furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof,I have hereunto set my hand and affixed the seals of said Companies at Los Angeles,California this_Lk) day of N►\-..?..‘f L.V\ ,irkk- Corporate Seals oaa%c os 0o�5SUgFT,,, c`oONDING�.,, 4Q\�'lnsura2 ',, 1 wccRroa,ca _ _ i ?Y '=u't ,. �a E Bond No �QOC�t''��21 :Da; fs� Jeannie Lee, s.stant Secretary Agency No. 17042 "'i�gt,FpAA�fc`'�� * '':qTf OF'tE .c r.r{n PAYMENT BOND STATE OF TEXAS § BOND No. 1000880209 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Bridges Specialties, Inc. of the City of Robstown , County of Nueces and State of Texas , as principal ("Principal"), and Texas Bonding Company , 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 SEVEN MILLION,THREE HUNDRED EIGHT THOUSAND, THREE HUNDRED THIRTY AND 80/100 U.S. Dollars ($ 7,308,330.80 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 111_ day of FEBRUARY, 2014 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: PADRE ISLAND WATER SUPPLY PROJECT NO. E10172 (TOTAL BASE BID: $7,308,330.80) 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 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 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. 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 20th day of March , 2014. PRINCIPAL SURETY Bridges Specialties,Inc. Texas Bonding Company gy: By: _/1- Attorney-i -fact Robert G.Kanuth Title: PreS &v^* ATTEST: Secretary Address: 4233 FM 624 Address: 2255 Ridge Rd.,Ste.333 Robstown,TX 78380 Rockwall,TX 75087 Telephone: 972/772-7220 Fax: 972/771-4695 E-Mail: RKanuth @kandsins.com (Rev. Date May 2011) Payment Bond Page 2 of 3 • • • Name and address of Resident Agent of Surety ' , for delivery of notice and service of process: Name: Gary Boyd Agency: K&S Insurance Agency Address: 1814 Holly Rd.,Ste.B (Physical Street Address) Corpus Christi,TX 78417 (City) (State) (Zip) Telephone: 361/949-4637 E-Mail: gboyd @kandsins.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 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a M aryland corporation and U.S. Specialty Insurance Company,a Texas corporation(collectively,the"Companies"),do by these presents make, constitute and appoint: Johnny Moss,Jay Jordan,Tony Fierro,Jeremy Barnett,Jade Porter, Mistie Beck or Robert G.Kanuth of Rockwall,Texas its true and lawful Attorney(s)-in-fact,each in their separate capacity if more than one is named above,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed ******Ten Million****** Dollars ($ **10,000,000.00** ). This Power of Attorney shall expire without further action on December 8,2016. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts,and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF,The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 10th day of December,2012. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY +rr+ p.+,uunAny, 15:;;: %' NO,,,V++t.'G'". Via+.usurd e 3Q1` v- Pf: *-1,4 ''a` B •mccerouno •Cr e ' = Y = Daniel P Aguilar, ice rest ent wi V' '"o�gLIFORX�I+++` a*ur "iTF O ru*.n ,rrnrrurn+ a ur .+ rn rnr„na , rr State of California County of Los Angeles SS: On 10th day of December,2012,before me,Vanessa Wright,a notary public,personally appeared Daniel P.Aguilar,Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. v.mon CommisNna•1311/319 Signature (Seal) "°los M POW-California Comm.E Dec IL 2016 I, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S.Specialty Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies,which is still in full force and effect;furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof,I have hereunto set my hand and affixed the seals of said Companies at Los Angeles,California this'2 day of\A ,.-WM Corporate Seals oslaso f °�Ess.. °o0NO1NGrc`y 4sy+�nsura�.fi, amrnPOLVED .y- .;= gig? ' 9 2.0c ^,„.SECT 23.1N0 a` Y F l�e+/(,y�� s Jeannie Lee, sistant Secretary Bond No. ;±�•... �,,� =i.. ;'e; s;;. Agency No 17042 ;We' *r., 6OF ”«. Texas Bonding Company TEXAS COMPLAINT NOTICE IMPORTANT NOTICE AVISO IMPORTANTE 1. To obtain information or make a complaint: Para obtener informacion o para someter una queja: 2. You may contact your agent. Puede comunicarse con su agente. 3. You may call the company's toll free telephone Usted puede llamar al numero de telefono gratis number for information or to make a complaint at: de la compania's para informacion o para someter una queja al: 1-800-486-6695 1-800-486-6695 4. You may also write to the company at: Usted tambien puede escribir a la compania: 601 S. Figueroa Street, Suite 1600 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 Los Angeles, CA 90017 5. You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights, or complaints at: de companias, coberturas,derechos, o quejas al: 1-800-252-3439 1-800-252-3439 6. You may write to the Texas Department of Puede escribir al Departamento de Seguros de Insurance at: Texas al: Consumer Protection(111-1A) Consumer Protection(111-1A) P.O. Box 149091 P.O. Box 149091 Austin,TX 78714-9091 Austin, TX 78714-9091 Fax No. (512)475-1771 Fax No. (512)475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection @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 Si tiene una disputa concerniente a su prima o a premium or about a claim you should contact the un reclamo, debe comunicarse con el agente o la agent or the company first. If the dispute is not compania primero. Si no se resuelve la disputa, resolved,you may contact the Texas Department puede entonces comunicarse con el departamento of Insurance. (TDI). 8. ATTACH THIS NOTICE TO YOUR POLICY UNA ESTE AVISO A SU POLIZA This notice is for information only and does not Esta aviso es solo para proposito de informacion y become a part or condition of the attached no se convierte en parte o condicion del document. documento adjunto. • SUPPLIER NUMBER TO BE ASSIGNED BY CM— ... PURCHASING DIVISION �irftn4; City of CITY OF CORPUS CHRISTI Corpus 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 information. 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: i(tes S?c,c,;-ek P.O.BOX: STREET ADDRESS: I.•W'S3 pre) 6a y- CITY: 18:,s40,„1., ZIP: "\--X '7 psko FIRM IS: 1. Corporation g 2. Partnership 3. Sole Owner ❑ 4. Association S. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. I. 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-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 /17 1 r A 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." Name Board,Commission or Committee t74 r14 4. State the names of each employee or officer of a"consultant"for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an`ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant PROPOSAL FORM PAGE 8 OE 9 • 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 ce 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 City of Corpus Christi,Texas as changes ur. Certifying Person: ,, 937tA,--,. Title: >rc.S1 do r 1 Cl pe ur Print) VI Ooh 'F 1 „CJ CS Signature of Certifying Date: `(� , Person: v� DEFINITIONS a. "Board member” A member of any board,commission,or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit" An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "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 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 purpose of professional consultation and recommendation. E'ROEO3M, FORM PAVE 9 OF 9 , ACC RD® CERTIFICATE OF LIABILITY INSURANCE 3/14M2014 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 CONTACT Janet Treece K & S Insurance Agency tAlCNNO Ent: (A/C,AIC,No):(972)771-4695 2255 Ridge Road, Ste. 333 E-MAIL SS: treece@kandsins.com ADDRE P. 0. Box 277 INSURER(S)AFFORDING COVERAGE NAIC# Rockwall TX 75087 INSURERA:Continental Casualty Insurance 20443 INSURED INSURER B:Transportation Insurance Co. 20494 Bridges Specialties, Inc. INSURERc:Valley Forge Insurance Co. 20508 4233 FM 624 INSURER D:Travelers Lloyds INSURER E: Robs town TX 78380 INSURERF: COVERAGES CERTIFICATE NUMBER:13/14 City of Corpus 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. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANC INSR WVD POLICY NUMBER (MM/DD/YYYY) (MMIDD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE _ $ 1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ 100,000 A CLAIMS-MADE X OCCUR C5084350742 5/10/2013 5/10/20/14 MED EXP(Any one person) S 5,000 G140331D 1/13 - AI / PERSONAL&ADV INJURY S/ 1,000,000 CG2404 5/09 VVV GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG_ S 2,000,000 —1 POLICY I� PECT RO- V C J $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) S 1,000,000 X ANY AUTO BODILY INJURY(Per person) S B W ALL SCHEDULED SUA5084350739 5/10/2013 5/10/2014 // AUTOS AUTOS BODILY INJURY(Per accident) 3/ X HIRED AUTOS X AUTOS /NON-OWNED CNA63359XX 4/12-AI & WOS / PROPERTY DAMAGE (Per accident) S Uninsured motorist combined $ 1,000,000 X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 3,000,000 A EXCESS LIAB CLAIMS- ADE AGGREGATE S 3,000,000 DED X RETENTIONS 0,000 CUP5084350787 5/10/2013 5/10/ ,, '4 S C WORKERS COMPENSATION ✓/ WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N X TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED", N/A 11/2/2013 5/10/20 4 (Mandatory in NH) WC5092186644 } E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under WC420304A 1/00 •V/ DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 5 1,000,000 A Leased/Rented Equipment INS5084350742 5/10/2013 5/10/2014 $200,000w/$2500Deductible Installation Floater QT6606C203231-TLC-13/ 1/12/2013 5/10/2014 $350.000 Policy limit/5150.000 Any one Proj. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarly5 Schedule,if more space is required) RE: Project: #E10172 Padre Island Water Supply See above listing of additional insured and waiver of subrogation endorsement forms. City of Corpus Christi should be known as additional insured on General Liability and Auto Liability with a Waiver of Subrogation on the same including Work Comp. CERTIFICATE HOLDER % -CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Department of Engineering Services Attn: Contract Administrator AUTHORIZED REPRESENTATIVE .1 P.O. Box 9277 Corpus Christi, TX 78469-9277 Gary Thompson/CHERYL ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 romnns 01 Them A(flPI I name and Innn arcs rmnietmrmrl marks of AC C P l • Policy#BUA5084350739 ✓ CNA63359XX CIVA (Ed. 4/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an "insured" under any other liability"policy' providing "auto"coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" or"property damage" caused by an "accident" that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies as an "insured" under Section II —Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2)and A.2. (4) are revised as follows: 1. In a.(2),the limit for the cost of bail bonds is changed from $2,000 to$5,000; and 2. In a.(4),the limit for the loss of earnings is changed from $250 to$500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. II. PHYSICAL DAMAGE COVERAGE A. Glass Breakage—Hitting A Bird Or Animal—Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered "auto", any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of$20; subject to CNA63359XX Copyright,CNA Corporation,2000. Page 1 of 3 (Ed.4/12) Includes copyrighted material of the Insurance Services Office used with its permission. CNA63359XX CAR (Ed. 4/12) b. $1,800 maximum, in lieu of$600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of$600. D. Hired "Autos" The following is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered "auto" you lease, hire, rent or borrow without a driver; and b. Any covered "auto" hired or rented by your "employee" without a driver, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one "accident"or"loss" is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to"loss"caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned "autos". e. Such physical damage coverage for hired "autos"will: (1) Include loss of use, provided it is the consequence of an "accident" for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2)Such coverage as is provided by this provision will be subject to a limit of$750 per"accident." E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. F. Electronic Equipment Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered "auto" also applies to "loss" to any permanently installed electronic equipment including its antennas and other accessories d. A$100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the"diminution in value"exclusion does not apply to: a. Any covered "auto"of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered "auto"of the private passenger type hired or rented by your"employee"without a driver for a period of 30 days or less, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a "diminution in value" loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for"loss"to a covered "auto" in any one accident is the lesser of: (1) $5,000; or (2) 20% of the"auto's"actual cash value (ACV). III. Drive Other Car Coverage—Executive Officers The following is added to Sections II and III: 1. Any"auto" you don't own, hire or borrow is a covered "auto"for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers," except: a. An "auto"owned by that"executive officer"or a member of that person's household; or CNA63359XX Page 2 of 3 (Ed.4/12) CNA63359XX CAA (Ed. 4/12) b. An "auto" used by that "executive officer" while working in a business of selling, servicing, repairing or parking"autos." Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered "auto"; and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers"are"insureds"while using a covered "auto"described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: (4) Your "employees" may know of an "accident" or "loss." This will not mean that you have such knowledge, unless such "accident"or"loss" is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your "employees" may know of documents received concerning a claim or"suit." This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an "accident" or"loss". C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance ' The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to"Accident" or"Loss". E. Policy Period,Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX Copyright,CNA Corporation,2000. Page 3 of 3 (Ed. 4/12) Includes copyrighted material of the Insurance Services Office used with its permission. POLICY NUMBER: (5084350742 ✓ COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: City of Corpus Christi Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following Is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown In the Schedule above because of payments we make for Injury or damage arising out of your ongoing operations or°your work° done under a contract with that person or organization and included in the "products-completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 1 , • • I C5084350742 commr nom.GENERAL LIABILITY CO 02 05 12 Off i fej, FAD( HLiviENT CHAN(11.:;E:i TM )Li(; t. 01,:.,,,Mt-',:,-, k;.:4%) IT 1:_ Atirrul.J .v. ::.::::',,g1-V-3 CHANGES — AhkiecHIADIVWr O! CANCELL,AIRM PRO‘f BONS OF1 CO‘fEiRAGF CIAANGE modifies insurance provided undor thE-.. following: iOtvitylii-HC:IAL GENERAL LIABILITY COVE RAG :-IATI 1 i0005. :_lABILITY COVERAGE PART WNEFIS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE VA1-- 1 ON LIABILITY COVERAGE PART -II-P:r.-III)fiC.II WITHDRAWAL COVERAGE PART !C.:TS/COMPLETED OPERATIONS LIABILITY COVERAGE PART t7,,ILIII;OAD PROTECTIVE LIA3.LI'Y COVERAGE PAT' . . e everili of i2anation or material change that odu orAficts the insurance aftorded by th s i.7:..sverage, mnii prior written notinc of cancellation r..T materia;onangef tc: scHrot ILE .....,_ . , i. Ii\laroff: liD111,1; ON :,.,i:1_,12 i '.. i Athlrotis: I ON FILE I -- -„ I :I-- - -i ---i '. 3.11\iumbef of dats,advance not 0030 ii-iieuhation required to complete t 's he.' 0. it not snown abovs,will he shown in the Declarations. ■ ..-.- :---:-.-- .r,----=-7 ;--------: ,--',•... = .........-=---72. .._. —...--, = = =---...— .=-7-- t tl.',G 02 05 12 04 Copyright, ISO Properties, Inc . 202.i Paw i of 1 • . . . G-300660-A ,:!--//i..S \., (Fri. 06108) l'f----ii:; fiNW)OEVii4,1iENI fAtkile'ariS '11-W Pr-11,1(N. 11„:A AD n" ciffirrtni,y, (NI-IPANGES — NOTICE O CANCEU,ATION OH MATEHIAL CHANGE - :,iandeis,=.i•iient modifies insurance provided under tun fel:owing: J31 FSS t.SIN AUTO COVERAGE FORM ::-- AHAGE COVERAGE FORM —RUCKF-RS COVFIRAGF FORM t:b eitemseirien t changes the policy effective on the incept:on date ot the policy unless another dale is indicated Le.lw.: ,-- -::irrierrFH11 Effr.ictive 05/10/2013 Prdi Cy NUMber BUA5084350739 r■,.// I BRIDGES SPECIALTIES INC Countersigned re 1 i i (Adthorized l'tepresenlativi)i ttie event o' cancellation or mater change that reduces or restricts the insurance afforded by this Coverage Rat we :-,qe; to Diii!I rill.); mittnn notice of cancellation or material change to: t'.c;1 EDI ILF i Niiirtabv:r of (Jays advance notice: ,....... J 7-, :,--:)"IL'. CN FILI ::- aGICIZ3 =MM. =I' ,.:7....-..:.- ..— .....-7--... =-...- •,--,......7........— = Pace i 7: OCIOti v„t0HKES COMPENSATION AND EMPLOYERS i/AD|L|TY INSURANCE POLICY WC 4200O1 (Ed 7-84} � . ..�� TEXAS NOTICE Op MATERIAL(lk\NCiE END0RG�0E0l exdmssnon( applies dilly to toil,. insurance provided hi i* pu|'oy |`ecaos* |exon s snowy) in item A. 8,v "/kxmaiu= Page ^ �e *vain of cancellation or mho, material change of ti.ls policy: we will mail advance notice to the person or cga'./�aron named in the Schedule. The number of doyc o4vuocc xc4ivoioxhuwn in the Scher.ke T shall not ope/ate di/actlyn`indirectly to bonny anyone not norec in the Scnedue. ��hedo|n mob n7 days advance notice: IC NnUoi;nV! ba mailed toi PEP, acBCDnzn um P I.,u !Air!! required only Wien this endorseinnt i,as_ed sihseduoi010 the pncv.) BRIDGES SPECIALTIES, INC Promiurn ouuntorclgmm/� NC 4xO0m /l7c1 / t�)