Loading...
HomeMy WebLinkAboutC2014-067 - 3/25/2014 - Approved 2014-067 3/25/14 M2014-038 S P E C I A L P R O V I S I Clark Pipeline Services,J.V. S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PREPARED BY: COYM, REHMET & GUTIERREZ ENGINEERING, L.P. TBPE Firm Reg. No. F-388 TBPLS Firm Reg. No. 101040-01 of T �`1 5656 S. Staples Street, Suite 230 Apoo.•••.. F,f ) Corpus Christi, Texas 78411 Gj ;• `� .;9s $ Phone: 361/991-8550 * " *0 Fax: 361/993-7569 JEFFREY C.COYM j 101983 4F; • FOR: $ 1• •�•%SENS�;?°' : DEPARTMENT OF ENGINEERING SERVICES /" � 1 3 13 CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 Fax: 361/826-3501 /' • IPROJECT NO: 6463 1 ; DRAWING NO: WTR 445 1 (Revised 7/5/00) BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 1: Table of Contents NOTICE TO BIDDERS (Revised July 5 2000) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised August 2008) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised July 5 2000) A-11 Cooperation with Public Agencies (Revised July 5 2000) A-12 Maintenance of Services A-13 Area Access and Traffic Control 1: A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised October 1998) Al 23 Inapcction Rcquircd (Rcviacd July 5 2000) A-24 Surety Bonds A 25 Salca Tax Excmption NOT USED A-26 Supplemental Insurance Requirements _ _ - - - - NOT USED A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A-46--City Watcr Facilitica Spccial Rcquircmcnta NOT USED A-36 Other Submittals (Revised September 18 2000) 1: 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 • - _ - _ _ _ NOT USED A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (September 1998) A-44 Change Orders (April 26 1999) A-45 As-Built Dimensions and Drawings (July 5 2000) TOC - 1/4 C I A-46 Disposal of Highly Chlorinated Water (July 5 2000) A-47 Pre-Construction Exploratory Excavations (July 5 2000) A-48 Overhead Electrical Wires (July 5 2000) A-49 Amend "Maintenance Guaranty" (August 2 2000) A-50 Amended "Prosecution and Progress" A-51 Allowance A-52 Mobilization Bid Item A-53 Pumping Bypass Plan and Operation A-54 Geotechnical Report A-55 Storm Water Pollution Prevention Plan A-56 Video Documentation A-57 Electronic Proposal Form Attachment I - Bond 2008 Project Sign for Project 6463 Attachment II - Sample Computer Print-Out PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS DIVISION 2 - SITEWORR SECTION 021020 Site Clearing and Stripping SECTION 021040 Site Grading SECTION 021080 Removing Old Structures SECTION 022022 Trench Safety for Excavations SECTION 022100 Select Material SECTION 022420 Silt Fence SECTION 023020 Jacking, Boring or Tunneling SECTION 025205 Pavement Repair, Curb, Gutter, Sidewalk & Driveway Replacement SECTION 025404 Asphalts, Oils and Emulsions SECTION 025412 Prime Coat (Asphaltic Material Only) SECTION 025424 Hot Mix Asphaltic Concrete Pavement (Class A) SECTION 025608 Inlets SECTION 025610 Concrete Curb and Gutter SECTION 025612 Concrete Sidewalks and Driveways SECTION 025614 Concrete Curb Ramps SECTION 025802 Temporary Traffic Controls During Construction SECTION 025805 Abbreviated Pavement Markings SECTION 025807 Pavement Markings (Paint and Thermoplastic) SECTION 025813 Preformed Striping and Emblems SECTION 025816 Raised Pavement Markers and Traffic Buttons SECTION 025818 Reference-Pavement Markers (Reflectorized) (TxDOT D-9-4200) SECTION 025828 Reference-Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) SECTION 026201 Waterline Riser Assemblies SECTION 026202 Hydrostatic Testing of Pressure System SECTION 026206 Ductile Iron Pipe & Fittings SECTION 026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Sanitary Sewer Force Mains) SECTION 026214 Grouting Abandoned Utility Lines SECTION 026402 Waterlines SECTION 026404 Water Service Lines SECTION 026409 Tapping Sleeves and Tapping Valves SECTION 026411 Gate Valves For Water Lines SECTION 026416 Fire Hydrants SECTION 027202 Manholes SECTION 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures TOC - 2/4 I C SECTION 027205 Fiberglass Manholes SECTION 027402 Reinforced Concrete Pipe Culverts SECTION 027404 Concrete Box Culverts SECTION 028020 Erosion Control By Seeding SECTION 028040 Sodding SECTION 028200 Mail Box Relocation SECTION 028300 Fence Relocation SECTION 028320 Chain Link Fence DIVISION 3 - CONCRETE SECTION 030020 Portland Cement Concrete SECTION 032020 Reinforcing Steel SECTION 037040 Epoxy Compounds SECTION 038000 Concrete Structures DIVISION 5 - METALS SECTION 055420 Frames, Grates, Rings & Covers SECTION 055421 Ductile Iron Welded-On Outlets PART T - TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL SECTION 013010 Contractor's Submittals DIVISION 2 - SITEWORK SECTION 021340 Bank Sand Bedding and Backfill SECTION 022020 Excavation and Backfill for Utilities and Sewers SECTION 022021 Control of Ground Water SECTION 022040 Street Excavation SECTION 022060 Channel Excavation SECTION 022080 Embankment SECTION 025223 Crushed Limestone Flexible Base SECTION 027411 Television Inspection of Conduits SECTION 028000 Cured-in-Place (CIPP) for Gravity Applications DIVISION 3 - CONCRETE SECTION 038020 Cement Stabilized Sand DIVISION 15 - MECHANICAL SECTION 15000 Hydra-Stops on Ductile Iron Pipe APPENDIX A GEOTECHNICAL REPORT "Subsurface Exploration and Pavement Recommendations For The Proposed Bear Lane Rehabilitation Project Old Brownsville Road to North Padre Island Drive (#6463) Corpus Christi, Texas February 18, 2010." C I C TOC - 3/4 C I LIST OF DRAWINGS Sheet Description 1. Title Sheet 2. Project Location Map, Legend, Abbreviations, Testing & D/W Schedule 3. General Notes & Special Construction Notes 4. Estimated Quantities 5. Existing and Proposed Roadway Cross Sections 6.-9. Existing Conditions, Demolition and Removal (4 Sheets) 10. Base Maps 11. Proposed Storm Water Drainage Area Map 12. Project Roadway Alignment & Benchmarks 12A. 36" Water Transmission Main Construction Phasing Plan 13. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 47+00 To Sta. 50+00 14. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 50+00 To Sta. 55+00 15. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 55+00 To Sta. 60+00 16. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 60+00 To Sta.64+00 17. Water and Sanitary Sewer Improvements Additional Plan and Profiles 18. Additional Waterline Details 19.-23. Standard Water Details (5 Sheets) 24.-28. Standard Sanitary Sewer Details (5 Sheets) 29. Street and Storm Water Plan & Profile Sta. 47+00 To Sta. 50+00 30. Street and Storm Water Plan & Profile Sta. 50+00 To Sta. 55+00 31. Street and Storm Water Plan & Profile Sta. 55+00 To. Sta. 60+00 32. Street and Storm Water Plan & Profile Sta. 60+00 To Sta. 64+00 33.-35. Street Cross Sections Earthwork Quantities (3 Sheets) 36. Storm Water Lateral Profiles 37.-38. Storm Water Miscellaneous Details (2 Sheets) 39.-40. Standard Driveway Details (2 Sheets) 41. Curb, Gutter and Sidewalk Details 42.-43. Standard Storm Water Details (2 Sheets) 44.-47. City of Corpus Christi Pedestrian Curb Ramp Standards (4 Sheets) 48.-50. Striping Plan (3 Sheets) 51. Pavement Marking Details 52.-54. SW3P Plan & Details (3 Sheets) 55.-57. Signage Plan (3 Sheets) 58. Signage Details 59.-60. Traffic Control Plans (2 Sheets) 61.-67. Traffic Control Details (7 Sheets) I NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND 11 TOC - 4/4 I E E t NOTICE TO BIDDERS C NOTICE TO BIDDERS Competitive sealed bids, addressed to the City of Corpus Christi, Texas for: BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD, PROJECT NO.6463; consists of - Removing of existing roadway and the construction of approximately 1, 400 1: l. f. of flexible (asphalt) pavement for a new 3-lane collection street (two 13.5' back to back travel lanes and one 14' continuous center turning lane) . Base bid will include 8' concrete sidewalks, associated pavement markings, and signage improvements; along with 1,282 l. f. of storm water conduit improvements, 960 l.f. of cured-in-place pipe, sanitary sewer rehabilitation, 5 sanitary sewer manhole rehabilitations, 1450 l.f. of 36" ductile iron water transmission line, together with all appurtenances. in accordance with the plans, specifications and contract documents; must be delivered to the first floor of the City Hall, City Secretary's Office, 1201 Leopard Street, Corpus Christi, TX 78401 no later than 2:00 p.m. , Wednesday January 29, 2014. The bid will be publicly opened and read aloud at this time and place. Any bids not physically in possession of the City Secretary' s Office at the time and date of bid opening will be deemed late and nonresponsive. A pre-bid meeting is scheduled for 10:30 a.m. , Tuesday, January 21, 2013. The location of the meeting will be at the Basement Training Room, City Hall, 1201 Leopard Street, Corpus Christi, TX. All questions shall be 1: submitted in writing on the Public Purchase website by noon seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. Plans, proposal forms, specifications and contract documents can be found at the following website: www.publicpurchase.com Contract Documents may be downloaded or viewed free of charge at this website. It is the downloader' s responsibility to determine that a complete set of documents, as defined in the Agreement are received. 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/ Rebecca Huerta City Secretary 1: Revised 7/5/00 1: E NOTICE TO CONTRACTORS - A e c I I: NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 I: A Certificate of Insurance indicating proof of coverage in the following amounts is required: I: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage I: all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT I: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard I: 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage I: 8. Independent Contractors 9. Personal Injury I: AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' I: WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 I: EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT Iri ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term Q NOT REQUIRED I: environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental I: Insurance Requirements ❑ REQUIRED © NOT REQUIRED I: INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements I: ❑ REQUIRED © NOT REQUIRED I: Page 1 of 2 I 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 1/ the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. I I I I I I I 11 I I Page 2 of 2 I I E C NOTICE TO CONTRACTORS - B E C E C E NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS c E C E E C C Page 1 of 11 I Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting 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, §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 3 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 parties for purposes of the Texas Workers'Compensation Act,pursuant to the Texas Labor Code, Chapter 406,Subchapters F and G,as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections(h)and(i)of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees.This includes but is not limited to independent contractors,subcontractors, leasing companies,motor carriers,owner-operators, employees of 3 any such entity,or employees of any entity furnishing persons to perform services on the project. 1 Page 2 of 11 I C "Services" includes but is not limited to providing,hauling, or delivering equipment or materials, or providing labor,transportation, or other service related to a project. "Services" does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. L (8)Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b)Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers'compensation coverage,that the coverage is based on proper reporting of classification codes and payroll amounts,and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage,or failing to provide or maintain required coverage,or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing E services on the project to administrative penalties,criminal penalties,civil penalties,or other civil actions. (c)A governmental entity that enters into a building or construction contract on a project shall: (1)include in the bid specifications,all the provisions of paragraph(7)of this subsection, using the language required by paragraph(7)of this subsection; (2)as part of the contract,using the language required by paragraph(7)of this subsection, require the contractor to perform as required in subsection(d)of this section; E (3)obtain from the contractor a certificate of coverage for each person providing services on the project,prior to that person beginning work on the project; (4)obtain from the contractor a new certificate of coverage showing extension of coverage: (A)before the end of the current coverage period,if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project;and E (B)no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5)retain certificates of coverage on file for the duration of the project and for three years thereafter; E (6)provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and E (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 ci 3 (d)A contractor shall: (1)provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage showing workers'compensation coverage to the 3 governmental entity prior to beginning work on the project; (3)provide the governmental entity,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the contractor's 3 current certificate of coverage ends during the duration of the project; (4)obtain from each person providing services on a project,and provide to the governmental entity: (A) a certificate of coverage,prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (B)no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5)retain all required certificates of coverage on file for the duration of the project and for one 3 year thereafter; (6)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7)post a notice on each project site informing all persons providing services on the project that ( )Po PJ 8 P P g pJ they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage.This notice does not satisfy other posting requirements imposed by the Act or other commission rules.This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population.The text for the notices shall be the following text provided by the commission on the sample notice,without any additional words or changes: Attached Graphic (8)contractually require each person with whom it contracts to provide services on a project to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, 3 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 I C (D)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts,and provide to the contractor: (i)a certificate of coverage,prior to the other person beginning work on the project;and (ii)prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project; and (H)contractually require each other person with whom it contracts,to perform as required by subparagraphs(A)-(H)of this paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. (e)A person providing services on a project,other than a contractor,shall: (1)provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage as required by its contract to provide services on the project,prior to beginning work on the project; (3)have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage,the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers'compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties,criminal penalties,civil penalties,or other civil actions." (4)provide the person for whom it is providing services on the project,prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage,if the coverage period shown on the certificate of coverage ends during the duration of the project; (5)obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A)a certificate of coverage,prior to the other person beginning work on the project;and (B)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 C I 1 (6)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery,of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: 3 (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to it prior to that other person beginning work on the project; (C)include in all contracts to provide services on the project the language in paragraph(3)of this subsection; (D)provide,prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E)obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i)a certificate of coverage,prior to the other person beginning work on the project; and (ii)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the person knew or should have known,of any change that materially affects the 3 provision of coverage of any person providing services on the project;and (H)contractually require each person with whom it contracts,to perform as required by this subparagraph and subparagraphs(A)-(G)of this paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. (f)If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g)This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994,which are not required by law to be advertised for bid. Page 6 of 11 3 I I (h)The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes,Article 6675c,to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). I (i)The coverage requirement in this rule does not apply to sole proprietors,partners, and corporate officers who meet the requirements of the Act, §406.097(c),and who are explicitly excluded from coverage in accordance with the Act, §406.097(a)(as added by House Bill 1089, 74th Legislature, 1995, §1.20).This subsection applies only to sole proprietors,partners,and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery,or renewed on or after January 1, 1996. Source Note:The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 I I C I I C I C I I Page 7 of 11 I I T28S 110.110(d)(7) "REQUIRED WORKERS'COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers'Compensation Commission at 512-440-3789 to receive information on 3 the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." I I I I I I I j I I Page 8 of 11 3 C T28S 110.110(c)(7) Article . Workers'Compensation Insurance Coverage. P g A. Definitions: Certificate of coverage("certificate')-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement(TWCC-81, TWCC 82, TWCC-83, or TWCC-84), showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services"include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the contractor providing services on the project,for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1)a certificate of coverage,prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2)no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. I Page 9 of 11 I F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew 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 the project; (2)provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4)obtain from each other person with whom it contracts, and provide to the contractor: (a)a certificate of coverage,prior to the other person beginning work on the project; and (b)a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6)notify the governmental entity in writing by certified mail or personal delivery, within 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- Page 10 of 11 3 C Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. I C C t C C C C C C C I Page 11 of 1 1 C E � PART A � SPECIAL PROVISIONS E E E E C BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO.6463 SECTION A - SPECIAL PROVISIONS 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. , 2014. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD, PROJECT NO. 6463 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 will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent/representative, U.S. Mail, 1: or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non-responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on 2014, beginning at 2:00 p.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard 1: Street, Corpus Christi, Texas and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. 1: A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD, PROJECT NO.6463; The BASE BID - Consists of removing the portion of 1: an existing roadway and the construction of approximately 1,400 l.f. of flexible (asphalt)pavement for a new 3-lane collection street (two 13.5' back to back travel lanes and one 14' continuous turning lane)with 8' concrete sidewalks and associated pavement markings and signage improvements; along with 1,282 l.f. of storm water conduit improvements, 960 l.f. of cured-in-place pipe, sanitary sewer rehabilitation, 5 sanitary sewer manhole rehabilitations, 1,450 1.f. 36" ductile iron water transmission line, 140 l.f. 48" bored and cased construction for 36" ductile iron water transmission line, together with all appurtenances. 1:I Section A - SP (Revised 12/15/04) Page 1 of 28 I I A-4 Method of Award The bids will be evaluated based on the following in priority order, subject to availability of funds: • Total Base Bid The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference Project Name: BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD, PROJECT NO.6463 as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to I/ follow tight scheduling for construction and will be required to meet the deadline for completion of construction shown below. The working time for completion of the Base Bid will be 210 calendar days. In the event that the scope of work is revised by authorized and executed Change Orders in conjunction with the base bid, the working time for completion of the project will be adjusted by the Change Orders as required. Days Allocation for Rain: The Contractor shall anticipate the following number of workdays lost due to rain in determining the contract schedule for the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. Section A - SP (Revised 12/15/04) Page 2 of 28 I I For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required 1: workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date tip of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor 1: shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be 1: interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Revised 12/15/04) Page 3 of 28 C I A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Construction Type(s) : "Heavy" and "Highway". In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See I/ 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. ) A-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 and the Lone Star Notification Company at 1-800-669-8344. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer 991-8550 Jeff Coym, P.E. Coym, Rehmet & Gutierrez I/ Engineering, L.P. 5656 S. Staples, Ste 230 Corpus Christi, Texas 78411 Phone: (361) 991-8550 Fax: (361) 993-7569 Email: icoym @crgei.com Section A - SP (Revised 12/15/04) Page 4 of 28 I I: I: Traffic Engineering 826-3540 Police Department 886-2600 Water Department 826-1881 (826-1888 after hours) I: Wastewater Department 826-1800 (826-1888 after hours) Gas Department 826-6900 (826-6900 after hours) Storm Water Department 826-1875 (826-1888 after hours) Parks & Recreation Department 826-3461 I: Streets & Solid Waste Services 826-1940 A E P (1-877-373-4858) AT&T 881-2511 (1-800-824-4424,after hours) City Street Div. for Traffic I: Signal/Fiber Optic Locate 826-1946 826-1960 Time Warner Cablevision 857-5000 826-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 I: Regional Transportation Authority 289-2712 Corpus Christi ISD 886-9005 U.S. Postal Service 886-2216 1: TxDOT Area Office 808-2384 A-12 Maintenance of Services I: The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally I: deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such Irg 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 I: the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the L utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. I: 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 I: temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines I: must be provided by the Contractor. Section A - SP (Revised 12/15/04) Page 5 of 28 C I A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All co3ta for traffic control arc con3idcrcd aubaidiary) thcrcforc, no dircct paymcnt will be madc to Contractor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 12/15/04) Page 6 of 28 I C A-17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air- conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24-hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and Sequence of Construction 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 the construction working time shown below. The project has been divided into four (4) phases. The Contractor is required to complete each phase before proceeding to any other phase, unless written authorization is given by the City Engineer to deviate from the sequence of construction. However, Phase I and Phase II construction sequencing may be interchanged. The working time for completion of the entire project will be 210 calendar days. The Contractor shall furnish a Construction Schedule for all work. The Contractor shall submit to the City Engineer a work plan based on Calendar Days. This Plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first workday of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor 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: Section A - SP (Revised 12/15/04) • Page 7 of 28 C I A. The schedule of construction shall be structured to meet all requirements of Section A-6 "Time of Completion/Liquidated Damages" and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the Contract. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the Consultant Project Engineer 48 hours notice so that alternate control points can be established by the Consultant Project Engineer as necessary, at no cost to I/ the Contractor. Control points or benchmarks damaged as a result of the Contractor's negligence will be restored by the Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Section A - SP (Revised 12/15/04) Page 8 of 28 I I; Said compliance certification shall be provided and prepared by a Registered Professional Land Surveyor (R.P.L.S. ) licensed in the state of Texas retained and paid by the Contractor. The R.P.L.S. shall be approved 1: by the City prior to any work. Any discrepancies shall be noted by the R.P.L.S. and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency/point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; 1; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permito) . rWater: • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Stormwater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . 1: A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the 1: payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must install 2 Project signs as furnished by the City and as indicated on the following drawings. (Attachment I) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. 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 I; opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity 1: goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. Section A - SP (Revised 12/15/04) Page 9 of 28 C I In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions I 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 /I as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) . Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned 3 (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . (c) For an enterprise doing business as a corporation, 1/ at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. a. Minority: See definition under Minority Business Enterprise. I/ Section A - SP (Revised 12/15/04) Page 10 of 28 I 1: 1: b. 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 I: women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. I: c. 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 I: 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 I: 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 I: members of the joint venture must have financial, managerial, or technical skills in the work to be performed by the joint venture. I: 3. Goals a. The goals for participation by minorities and Minority Business 1: Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: 1: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) I: 45 % 15 b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, I: 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 I: project for the sole purpose of meeting the Contractor's percentage is prohibited. I: 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 I: 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 I: 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. Section A - SP (Revised 12/15/04) Page 11 of 28 C I A-23 Inspection Required (Revised 7/5/00) (NOT USED) The Contractor shall aaaurc the appropriate building inapcction3 by the Building Inapcction Diviaion at the variouo intervala of work for which a permit ia required and to aaaurc a final inspection after the building ia completed and ready for occupancy. Contractor mu3t obtain the Certificate of Occupancy, when applicable. Section B 6 2 of the Ccncral Provision3 is by the City'a Building Inapcction Department, and all other City fcca, I/ including water/waatcwatcr meter fccs and tap fcca aa required by City. A-24 Surety Bonds I Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide 1/ certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States I/ Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NOT USED) (NO LONGER APPLICABLE) £ection B 6 22, Tax Exemption Proviaion, io deleted in it3 entirety and I Contraet3 for improvcmcnta to real property awarded by the City of Corpu3 unlco3 the Contractor ciccta to operate under a acparatcd contract aa defined by Section 3.291 of Chapter 3, Tax Administration of Title 34, Section A - SP (Revised 12/15/04) Page 12 of 28 I C 1. Obtain thc nccc33ary 3a1c3 tax permits from the State Comptroller. 2. Identify in the appropriate 3pacc on the "Statement of P9atcrial3 and Other Chargc3" in the propo3al form the coat of matcrial3 physically incorporatcd into thc Project. 3. Provide resale ccrtificatc3 to aupplicr3. 1. Provide the City with copies of material invoices to aub3tantiatc the propo3al value of materials. L. If the Contractor deco not elect to operate undcr a ocparatcd contract, he must pay for all Salc3, Excioc> and U3c Taxco applicable to thin Project. ("0 Cubcontractora arc eligible for sales tau - ' _ also complies with the above requirements. Tho Contractor mutt issue a resale certificate to the -subcontractor and the subcontractor, in turn, issues a resale certificate to his supplier. A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 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 I! that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. 1: For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Section A - SP (Revised 12/15/04) Page 13 of 28 t I Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims (NOT USED) Paragraph (a) Ccncral Liability of Section B 6 11 of thc Ccncral I/ Proviaiona is amended to i,nclu Contractor mu3t provide Builder's hick or Installation Floater inourancc covcragc for thc term of the Contract up to and including the date the City finally acccpta the Project or work. Builder'o nick or Installation Floator coverage must bc an "All Riak" form. Contractor must pay all coot° ncccaaary to procurc ouch Builder's Risk or Installation Floater inourancc coverage, including any deductible. The City must bc named additional in3urcd on any policica providing ouch inourancc coverage. A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. Section A - SP (Revised 12/15/04) Page 14 of 28 I I: 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 Ill experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. li The superintendent shall be present, on the job site, at all times that work is being performed. I; 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval 1: from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent I: substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. I: Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this I: Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base 1: Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; I: 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the t Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. 1: Section A - SP (Revised 12/15/04) Page 15 of 28 I: Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 1 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A- 29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documcntation as rcquircd by Special Proviaion A 35 K, if applicablc. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e. , Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for 11 any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders, which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. /I Section A - SP (Revised 12/15/04) Page 16 of 28 I I: IIA-32 Amended "Execution of Contract" Requirements I: Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the 1: date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the I: City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. I: A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to I: the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. I: A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be I: given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the C Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, I: Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. 1: A-35 City Water Facilities: Special Requirements (NOT USED) A. Vioitor/Contractor Oricntation I: Prior to performing work at any City water facility, the Contractor, hio aubcontractor3, and each of thcir cmploycc3 muot have on their peroon a valid card certifying thcir prior attendance at a Vioitor/Contractor Safcty Orientation Program conducted by the City Watcr Dcpartmcnt Pcr3onncl. A nor/Contractor Safety Orientation authorizcd City Water Dcpartmcnt per3onncl for thooc peroono who t " to Attachment 1. I: _. I: " _ _ _ _ . _ _ _ employee of the City Water Dcpartmcnt. I: Section A - SP (Revised 12/15/04) Page 17 of 28 I: I C. Protection of Water Quality at all time-. The Contractor shall protect thc quality of the watcr in thc job site and 311311 coordinate its work with thc City Water Dcpartmcnt to protect thc quality of the watcr. All matcriala and equipment used in thc repair, reassembly, transportation, reinstallation, and in3peetion of pampa, or any mat conform to American National Standards Institute/National £ nitation Foundation (ANSI/NSF) Standard 61 as dcacribcd in the Standard Specifications. Such materials include all oolvonto, cleanero, lubricant°, The Contractor shall provide the Engineer with copies of written proof of ANSI/NSF Standard 61 approval for all matcriala which E. IIandling and Disposal of Trash All trash generated by the Contractor or his cmploycca, agents, or subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work areas clean at all times and remove all trash daily. F. Contractor's peraonncl must wear colored uniform overalls other C. Contractor 311311 provide tcicphonca for Contractor peraonncl. H. Workkng hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. I. Contractor must not U3C any City facility rcatrooma. Contractor must provide own sanitary facilitico. J. All Contractor vehicles must be parked at dcaignatcd site, as dcaignatcd by City Water Department staff. All Contractor vchicic3 muot be clearly labeled with company name. No private employee vehicles arc allowed at 0. N. Stevens Water Treatment Plant. All peraonncl must be in company vchicic3. During working hours, contractor cmploycca muot not lcavo the dcaignatcd construction area nor wander through any buildings other than for required work or a3 directed by City Water Department K. Contractor Qualificationa SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Section A - SP (Revised 12/15/04) Page 18 of 28 I C must be performcd only by qualified technical and supervisory peraonncl, as dctcrmincd by mccting thc qualifications 1 thru 0 additions, changes, scicctiono, furnishing, installing, connecting, programming - _ placing in operation all hardware and/or 3oftwarc specified or The Contractor or his subcontractor proposing to perform the £CADA work must be able to demonatratc thc following: 1. He is regularly engaged in the computer based monitoring and control system business, preferably as applied to 2. IIc has performcd work on systems of comparable size, type, and complexity as rcquircd in this Contract on at. least three prior projects. 3. lIe has been actively engaged in the type of work opccificd herein for at lc-aat 5 years. 1. He employs a Registered Professional Engineer, a Control Cystcros Engineer, or an Electrical Engineer to supervise or perform the work rcquircd by this -spccificationa. 3. He employs peraonncl on this Project who have successfully completed a manufacturer's training course in configuring and implementing the specific computcro, fTUS'o, and ooftwarc proposed for the Contract. 6. He maintains a permanent, fully -ataffcd and equipped service facility within 400 milca of the Project site to opccificd herein. 7. He shall furnish cquipmcnt which is the product of one Where this is not practical, all cquipmcnt of a given 8. Prior performance at the O. N. Stevens Water Treatment Plant will be used in evaluating which Contractor or subcontractor programs the new work for this Project. 0. The Contractor shall produce all filled out programming blocks rcquircd to show the programming an needed and £CADA system. Attached is an example of the required programming blocks which the City requires to be filled in and given to the City Engineer with all changes made during the programming phase. The attached sheet is an example and is not intcndcd to show all of the rcquircd ohecto. The Contractor will provide all programming blocks uocd. Irk L. Trenching Acquirements All trcnching for this project at the O. N. Ctcvcns Water Treatment Plant shall be performcd using a backhoc or hand digging due to the number of existing underground obstructions. No trcnching machines shall be allowed on the project. A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Section A - SP (Revised 12/15/04) Page 19 of 28 C I a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report: When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. Section A - SP (Revised 12/15/04) Page 20 of 28 11 C A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B-6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan") . This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance NOT USED The iaauancc of a ccrtificatc of occupancy for improvcmcnta doc3 not 8-4- A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory 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 as this is experienced, the day will not be counted as a calendar day. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Section A - SP (Revised 12/15/04) Page 21 of 28 C I contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of Highly Chlorinated Water (7/5/00) 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. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. Section A - SP (Revised 12/15/04) Page 22 of 28 I C 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 exiting 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 O.C. Contractor shall then prepare a report and submit it to the City for approval 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. Exploratory excavations shall be paid for as indicated in the Proposal. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) 1: Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Revised 12/15/04) Page 23 of 28 C I A-50 Amended "Prosecution and Progress" Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-7 "Prosecution and Progress", add the following: "Funds are appropriated by the City on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. A-51 Allowance The item included in the Base Bid items described as "Allowance For Unanticipated Adjustments" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allowance may be used at the Engineer's discretion should an unanticipated adjustment of existing or planned improvements or heretofore unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the allowance become necessary, the Engineer will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will be needed to be used throughout the course of the work. A-52 Mobilization Bid Item The Mobilization Bid Item shall include mobilization and demobilization and shall not be greater than 8% of the total base bid. 75% of the item shall be paid upon mobilization and 25% will be paid upon completion of the project. A-53 Pumping Bypass Plan And Operations a. General: Contractor shall provide a minimum of 72 hour notice to the Wastewater Dept. for the startup of bypass operations once the completed bypass plan (as delineated in a subsequent paragraph of this item) has been approved by the design engineer. The contractor shall consider and be responsible for the effects on the collection system area both upstream and downstream of the bypass. Upstream effects include, but are not limited to backups and overflows. Downstream effects include, but are not limited to surcharges and overflows. Contractor is completely responsible for providing, installing, operating, and maintaining a pumping and flow control bypass system. Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. Some locations require multiple bypass systems. If bypass system is provided with air release valves the valve drains shall be piped to a manhole for discharge. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and contractor shall be solely responsible for clean-up of said spillages or overflows at no additional cost to the City of Corpus Christi. Contractor can work extended hours to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. Section A - SP (Revised 12/15/04) Page 24 of 28 11 C Once the lift station is taken out of service and bypass operations begun work shall be continuous on the lift station improvements until all improvements are completed and the lift station returned to service. b. Bypass Pump: Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall be a minimum of 1.5 times the proposed pump capacity. Pumps shall be diesel operated, self-priming, auto-starting pumps (Godwin, Rain-for-Rent, or approved equal) . Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10-feet from pump) and a diesel day tank with a minimum 24-hour runtime without refuel. c. Inclement Weather: Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. d. Bypass Operations: 1) Before beginning bypass operations, the consultant engineer/City/operating department is responsible for field verification of pumps, piping, and equipment, etc. , matching approved submittal specification and performance levels. 2) Contractor is responsible for operation and maintenance of the bypass pumping system and fuel for the system. 3) Before beginning bypass, operations contractor shall provide emergency contact info/cell phone number of bypass operators/monitors, project superintendent and pump supplier. 4) Once the bypass plan is approved and 72 hours prior to initiation of the bypass the contractor is responsible for setting up a meeting between the consultant engineer/City/operating department to affirm the approved bypass plan and verify the site installation conforms to the approved plan. 5) No bypassing shall be initiated on Friday through Monday, or the day immediately following or preceding a City holiday. 6) The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. e. Bypass Plan: It shall be the contractor's responsibility to submit, in writing, a bypass pumping system plan prior to the installation of any bypass pumping system proposed for use. The approval protocol is as follows: The contractor prepares and submits the plan to the Engineer. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the operating department. At a minimum the bypass plan should include the following items: 1) Size, type, and rating or pumps. 2) Size and type of inlet and discharge piping. 3) Approximate location (schematic) of bypass pumping components. 4) General arrangement/type of additional support equipment. 5) Contractor personnel list of those manning the bypass system 24 hours per day. 1: 6) Traffic Control Plan if the bypass is within the right-of-way. Section A - SP (Revised 12/15/04) Page 25 of 28 C I 7) Decant location. 8) Handling of flows: Contractor is responsible to assure that the wastewater collection system is not compromised during the period in which the lift station has been shut off for bypass installation, and contractor shall insure that the system operates properly during this period. A-54 Geotechnical Report A geotechnical report entitled "Subsurface Exploration and Pavement Recommendations For The Proposed Bear Lane Rehabilitation Project Old Brownsville Road To North Padre Island Drive (#6463) Corpus Christi, Texas February 18, 2010" is included as an Appendix to these Specifications. A-55 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 commencement of any construction activities. The Contractor is also required to post a signed copy of the NOI and Construction Site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local, state and federal authorities, prior to commencement of any construction activities. The Contractor will be required to submit a Notice of Termination (NOT) upon completion of this Project. 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-56 Video Documentation As part of the Project requirements, the Contractor shall perform televised inspections of all wastewater (sanitary sewer) and storm water gravity lines and manholes installed on this Project. All inspections shall be made in accordance with Standard Technical Specification Section 027411 027611 "Television Inspection of Conduits". A-57 Electronic Proposal Form "General Provisions and Requirements for Municipal Construction Contracts" Section B-2-7 "Preparation of Proposal" is amended as follows: The bidder has the option of submitting a computer-generated print-out, in lieu of the Proposal Form (Pages 3 through 15, inclusive) . The print-out shall list all bid items (including any additive or deductive alternatives) contained on the Proposal Form (Pages 3 through 15, inclusive) . The print-out shall be substantially in the form shown on Attachment II. If the bidder chooses to submit a print-out, the print-out shall be accompanied by properly completed Proposal Form pages 1, 2 and 15. In addition, the print-out shall contain the following statement and signature. Section A - SP (Revised 12/15/04) Page 26 of 28 11 C (Bidder) herewith certifies that the unit prices shown on this print-out for bid items (including and additive or deductive alternates) contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. (Bidder) acknowledges and agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown on the Proposal Form (Column II) and then totaling the j extended amounts. (Signature) (Title) (Date) C C C C C C C C C C I Section A - SP (Revised 12/15/04) Page 27 of 28 C a SUBMITTAL TRANSMITTAL FORM PROJECT: BEAR LANE WATERLINE REPLACEMENT NAVIGATION TO OLD BROWNSVILLE ROAD, PROJECT NO.6463 OWNER: CITY OF CORPUS CHRISTI ENGINEER: COYM, REHMET & GUTIERREZ ENGINEERING, L.P. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL S023020 Jacking, Boring or Tunneling S025404 Asphalts, Oils and Emulsions S025412 Prime Coat (Asphaltic Material Only) S025424 Hot Mix Asphaltic Concrete Pavement (Class A) S025608 Inlets S025807 Pavement Markings (Thermoplastic) S025813 Preformed Striping and Emblems S025816 Raised Pavement Markers and Traffic Buttons S026206 Ductile Iron Pipe and Fittings S026210 Polyvinyl Chloride Pipe (AWWA C900 and C905) S026411 Gate Valves For Water Lines S027202 Manholes (Storm Water) S027205 Fiberglass Manholes S027402 Reinforced Concrete Pipe Culverts S027404 Concrete Box Culverts S030020 Portland Cement Concrete S055420 Frames, Grates, Rings and Covers T021340 Bank Sand Bedding and Backfill T025233 Crushed Limestone Flexible Base T028000 Cured-In-Place (CIPP) For Gravity Applications T038020 Cement Stabilized Sand a I • Section A - SP (Revised 12/15/04) Page 28 of 28 I AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 25th day of March , 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 Clark Pipeline Services, J.V. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of$2,475,922.13 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 (TOTAL BASE BID: $2,475,922.13) 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. Feb-2014 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. Feb-2014 ATTEST: CITY OF CORPUS CHRISTI Z e�C�C.c. By: Jfekb►�.r • City Secretary Natasha Fudge, P . Acting Director of Capital Programs APPRO ED AS O LEGAL FORM: By: Veronica Ocanas Senior Asst. City Attorney CONTRACTOR ATTEST: (If Corporation) CIa aline Services, J.V. B • _D.)1 (% (Seal Below) Title: (Note: If Person signing for corporation is not President, P.O. Box 9396 attach copy of authorization (Address) to sign) Corpus Christi, TX 78469 (City) (State) (ZIP) 361/816-6007 (Phone) cclark(aclarkpipeline.com (Email) bi2b(4 -o Ai nu►c„ `ST cuU►tutL. . ..._..J. _ SECR€TAR Page 3 of 3 Rev. Feb-2014 P R O P O S A L F O R M F O R BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS ADDENDUM NO.2 Page 1 of 14 ATTACHMENT NO.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 P R O P O S A L Place: Date: *---1 )t/ Proposal of a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as (L,Lc \- ? RE L►rJ C 4Fa-q. M r C-371/. • 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: BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: Page 2 of 14 ADDENDUM N0.2 ATTACHMENT N0.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II III IV V ITEM QTY DESCRIPTION UNIT TOTAL & UNIT PRICE PART "A" STREET (FLEXIBLE PAVEMENT) IMPROVEMENTS Al 1 Mobilization, Complete In Place Per 1 j i v e� q L.S. Lump Sum. $- - j-- $ ��+ f A2 2 Clear Right-Of-Way, Complete In L. AC. Place Per Acre. $ 3a '���. $ (05- 5-2-z. A3 7,710 Street Excavation, Complete In $ A t''" $ �`f t 4 S.Y. Place Per Square Yard. I ) �13. A4 7,710 12" Compacted Subgrade, Complete In $ i.c� $ �3 6b`1 1;, S.Y. Place Per Square Yard. I A5 7,710 Geogrid (TX5) , Complete In Place S_? S.Y. Per Square Yard. $ $ �����3' 7 710 13" Crushed Limestone Flexible Base A6 S Y (Type A, Gr. 1) , Complete In Place $ a%. 4� $ I c,11j3�;,fr- Per Square Yard. A7 1,005 Prime Coat (0.15 GAL/SY. ) , Complete L`�- 70 GAL. In Place Per Gallon. $ $ ) ( �,' 2.5" H.M.A.C. Pavement (Type B) A8 S'Y 0 Base Course, Complete In Place Per $ "I. $ i�2s.. �' Square Yard. 6,700 2" H.M.A.C. (Type D) Surface 3 �S, A9 S Y Course, Complete In Place Per $ � $ Ri I LIC5. Square Yard. Concrete Header Curb (Type "C") (6" A10 100 Height) , Complete In Place Per $ '3\ LQ- $ 3� X40,�- L.F. Linear Foot. 1,560 6" Concrete Driveways Complete In V_ All L.F. Place Per Linear Foot. $ G' j $ IQI ��� Asphalt Driveway Transition Al2 100 (2" HMAC, Type D w/ 6"Limestone) , S.Y. (CS-, y Complete In Place Per Square Yard. $ � $ GIS �`� Page 3 of 14 ADDENDUM NO.2 ATTACHMENT NO.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II III IV V ITEM & QTY DESCRIPTION PRICE TOTAL PART "A" STREET (FLEXIBLE PAVEMENT) IMPROVEMENTS (CONT'D) 1 Ozone Day, Complete In Place Per ^ c� �. $ a 73D Ala EA. Each. $ °07 34' J Reflective Pavement Mrk. Type 1 A14 EA (W) ("Arrow") , Complete In Place Per $ /3G. 371-2- $ 2l`'13v. " Each. Reflective Pavement Mrk. Type 1 Al5 EA. (W) ("Only") , Complete In Place Per $ 2,b4.1" $ � l4.z= Each. 360 Reflective Pavement Mrk. Type 1 1 Al6 L.F. (W)8" Solid, Complete In Place Per $ 1, 12— $ '2J Linear Foot. Reflective Pavement Mrk. Type 1 (W) c A17 1120 24" Solid, Complete In Place Per $ ( .�.=. $ 0141 . Linear Foot. Reflective Pavement Mrk. Type 1 (Y) A18 L20 24" Solid, Complete In Place Per $ ( $ '�� 0 Linear Foot. 2, 940 Reflective Pavement Mrk. Type 1 (Y) Al9 4" Solid, Complete In Place Per $ � $ , �3 .} � L.F. Linear Foot. � i 1, 480 Reflective Pavement Type 1 (Y) 4" A20 Brk. , Complete In Place Per Linear $ �( 12 Y, L.F. Foot. $ Raised Reflective Pavement Mrk. A21 100 (TYII-A-A) Yellow, Complete In 83 Place Per Each. $ �'' $ �'�3 Raised Reflective Pavement Mrk. A22 EA (TYI-C) White, Complete In Place $ P V $ 2:13. ''� Per Each. t0 Raised Reflective Pavement Mrk. A23 EA (TYII-B-B) Blue, Complete In Place $ 1 7= $ 4u ` Per Each. 10 T Page 4 of 14 ADDENDUM NO.2 ATTACHMENT NO.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II III IV V Y ITEM & IINIT DESCRIPTION PRICE TOTAL . PART "A" STREET (FLEXIBLE PAVEMENT) IMPROVEMENTS (CONT'D) Street Sign Assembly w/9" Blades A24 5 (Green) and Stop Sign, Complete In S' EA. Place Per Each. $ 75-0. $ iy�3.'s�' 1 Speed Zone Sign, Complete In Place 4 r3 ;3 A25 r EA. Per Each. $ 'J 0' $ SK%) 1 Pedestrian Crossing Sign, Complete Zt' ,.S A26 $EA. In Place Per Each. ��� $ � i� A27 1 Mailbox Relocation, Complete In $ (ag 2 k� $ / �i �'� EA. Place Per Each. A28 1 Traffic Control, Complete In Place $ _4 3 7 O 7 _ $ ,/ 231 c-1-L.S. Per Lump Sum. ) ) 1 Exploratory Excavations, Complete _ �— ��__ `/G�' �. A29 L.S. In Place Per Lump Sum. $ - �l $ �'t Allowance For Unanticipated Street- A30 L 9. Related Improvements, Complete In Place Per Lump Sum. $5, 000. 00 $5, 000 .00 SUBTOTAL PART "A" STREET (FLEXIBLE PAVEMENT) IMPROVEMENTS (ITEMS Al-A30) $ OW SIS-fil-- PART "B" STORM WATER IMPROVEMENTS B1 2, 660 Block Sodding, Complete In Place $ --� io $ ��f��� S.Y. Per Square Yard. 170 18" Dia. RCP (Class III) , Complete ^� '` 7O B2 L.F. In Place Per Linear Foot. $ CO. $ '� ►`��'' B3 150 30" Dia. RCP (Class III) , Complete $ 'aL lb $ ipl90.1.c . L.F. In Place Per Linear Foot. 0 B4 390 36" Dia. RCP (Class III) , Complete $ `'r� $ bV� ?D L.F. In Place Per Linear Foot. t`t Page 5 of 14 ADDENDUM NO.2 ATTACHMENT NO.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II III IV V UNIT ITEM & QUNIT DESCRIPTION PRICE TOTAL PART "B" STORM WATER IMPROVEMENTS (CONT'D) B5 275 42" RCP (Class III) , Complete In $ I�� i7 $ j+�'79( iE L.F. Place Per Linear Foot. v `t B6 105 48" Dia. RCP (Class III) , Complete $ '9' ?- $ CI�b3 IC L.F. In Place Per Linear Foot. 60 4'x2' Precast Concrete Box, B7 L.F. Complete In Place Per Linear Foot. $ 361. 11- $ � �b *� 50 6'x2' Precast Concrete Box, /�� �� B8 L.F. Complete In Place Per Linear Foot. $ `1'��1�• �' $ 2010)^0. B9 82 6'x4' Precast Concrete Box, $ 8� r3 $ 39 '�� 2 L.F. Complete In Place Per Linear Foot. 1 Tie Into Existing 6'x4' Concrete B10 EA. Box Culvert, Complete In Place Per $ S�c.�b1). '� $ C—Wi. `� Each. 4 5' Standard Curb Inlet, Complete In pc �� B11 EA. Place Per Each. $ �i4<57' $ q� • 2 5' Curb Inlet (Type 2) , Complete In 7t S. B12 EA. Place Per Each. $ �I���' $ C�la3 B13 2 5' Curb Inlet (Type 4) , Complete In •?� f 5z- EA. Place Per Each. $ 31 �` $ f I i 2 5' Curb Inlet Extension, Complete °! B14 EA. In Place Per Each. $ �i3t�S $ 9.t13 . B15 2 4'x4' Post Inlet, Complete In Place of v °� EA. Per Each. $ i 3(; $ n )�3� B16 2 Concrete Storm Water Manhole (Type ct ' EA. "D") , Complete In Place Per Each. $ 71 7 ,• $ ��i��� 3 Concrete Storm Water Manhole (Type i B17 EA. "E") , Complete In Place Per Each. $ �1 ��$' $ ')-�-�`�' Page 6 of 14 ADDENDUM N0.2 ATTACHMENT NO.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II III IV V ITEM QTY DESCRIPTION UNIT TOTAL & UNIT PRICE PART "B" STORM WATER IMPROVEMENTS (CONT'D) B18 1 Concrete Storm Water Junction Box, $ 2. 2 `� $ i ^'S" EA. Complete In Place Per Each. I ! /Z/62�. B19 100 V-Shaped Swale, Complete In Place $ /0.)1.3g $ 1'0f9_38 L.F. Per Linear Foot. B20 3,040 6" Concrete Curb and Gutter, $ ' f().11-3-' $ /� L.F. Complete In Place Per Linear Foot. `t I E1�S 40 Unanticipated Curb and Gutter �� B21 L F Removal, Complete In Place Per $ �. $ 4 ° Linear Foot. 520 Silt Fence For Storm Water l` B22 L F Pollution Prevention, Complete In $ 3.� $ 1 Cj5"%. Place Per Linear Foot. B23 S 00 Seeding, Complete In Place Per $ 9. $ 410.c" Square Yard. B24 50 Pavement Repair, Complete In Place $ 4-3 S-D S.Y. Per Square Yard. �I° f $ �1 �� Trench Safety For Storm Water B25 L282 Conduits, Complete In Place Per $ 3.� $ 3.��5�y Linear Foot. 1 16 Trench Safety For Storm Water B26 EA. Structure, Complete In Place Per $ 39-i ----. $ 5t4 c. Each. B27 1 Traffic Control, Complete In Place $-_ /1/-A-17 -- $ f/ 231• s L.S. Per Lump Sum. 7/ B28 1 Storm Water Utility Allowance, $10, 000. 00 $10, 000. 00 L.S. Complete In Place Per Lump Sum. SUBTOTAL PART "B" STORM WATER IMPROVEMENTS (ITEMS B1-B28) $ im Ty1'1."S Page 7 of 14 ADDENDUM N0.2 ATTACHMENT N0.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II III IV V ITEM QTY DESCRIPTION UNIT TOTAL & UNIT PRICE PART "C" WATER DISTRIBUTION IMPROVEMENTS (CONT'D) Cl 10 6" C900 PVC (DR18) Waterline, $ �10. $ I i c.L.F. Z Complete In Place Per Linear Foot. 1 C2 100 8" C900 PVC (DR18) Waterline, $ 97 DQ L.F. Complete In Place Per Linear Foot. 6 $ �j���' 140 12" C900 PVC (DR18) Waterline, IL C3 L.F. Complete In Place Per Linear Foot. $ ��' $ 101-79c" C4 1,450 36" D.I.P. Transmission Waterline, $ 3q.4-'1- $ at 1l3z.cD L.F. Complete In Place Per Linear Foot. 1 8" Gate Valve and Valve Box, 7i C5 EA. Complete In Place Per Each. $ 11330. $ ��3�. C6 3 12" Gate Valve and Valve Box, $ n (,? -� c5 $ V') EA. Complete In Place Per Each. I "It C7 1 36" Butterfly Valve and Valve Box, $ i -ti 5- c. $ �- _ EA. Complete In Place Per Each. / � �,/ 0/S Hydra stop on 36" Concrete Cylinder C8 EA Transmission Waterline, Complete In $ 471822. - $ `igIg Z- �— Place Per Each. C9 4 8" 45° D.I. Bend, Complete In Place $ ens V2- EA. Per Each. �� $ 1 • 010 7 12" 45° D.I. Bend, Complete In Place $ r 31 3 $ (t4 � 1 EA. Per Each. �o `7 `C C11 3 36" 22.5° D.I. Bend, Complete In $ / + 0_01.% $ 'q i �� ri' EA. Place Per Each. la 13 36" 45° D.I. Bend, Complete In Place G 0 C12 EA. Per Each. $ � I ���' $ (0)419 C13 1 6" Tie-In Connection, Complete In $ a�2 L-4 $ 2 63 EA. Place Per Each. i I Page 8 of 14 ADDENDUM NO.2 ATTACHMENT NO.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II III IV V ITEM & 4IT DESCRIPTION CE TOTAL PRI PART "C" WATER DISTRIBUTION IMPROVEMENTS (CONT'D) C14 2 8" Tie-In Connection, Complete In $ ',`6O -A--_. $ ��''�10 rz EA. Place Per Each. C15 2 12" Tie-In Connection, Complete In $ ` 22s•s'� QU EA. Place Per Each. t t $ ����� 2 36" Tie-In Connection, Complete In q3 4t, C16 EA. Place Per Each. $ fl q; ' $ 13 jyIb• _ C17 2 12" PVC To 36" D.I. Connection, $ i° V EA. Complete In Place Per Each. �� $ I s �' C18 1 8"x8"x6" D.I. Tee, Complete In 3 EA. Place Per Each. $ 4-h' $ l7.` f 2 12"x12"x8" D.I. Tee, Complete In c vi" 3° C19 EA. Place Per Each. $ 1f 3z• $ � C20 1 36" x 12" D.I. Cross, Complete In $ IS- oic 0..:.-..- $ IS-CIS' :IA- . EA. Place Per Each. C21 20 Pavement Repair For Water, Complete $ 0, 43 $ ' b, S.Y. In Place Per Square Yard. Flowable Grout Fill and Abandon C22 1,430 Existing 36" Concrete Cylinder �y L.F. Transmission Line, Complete In $ c--, $ .10 31. Place Per Linear Foot. 48" Steel Casing (Bored) w/36" D.I. C23 150 Transmission Waterline, Complete In qg L.F. Place Per Linear Foot. $ �� a ��• $ � �j -541 1 Dewatering Mobilization and 0.,C24 L S. Demobilization, Complete In Place $---4-9 ..--- - $ 4 oqc. Per Lump Sum. C25 2 Dewatering Bore Pits, Complete In $ '3��53• 7S' $ 1I C--- -r. - EA. Place Per Each. Page 9 of 14 ADDENDUM NO.2 ATTACHMENT NO.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II III IV _ V ITEM & 4UNIT DESCRIPTION PURIJII TOTAL PART "C" WATER DISTRIBUTION IMPROVEMENTS (CONT'D) C26 1 Temporary Irrigation System, _ _��__ tai L.S. Complete In Place Per Lump Sum. $ - 'i� � $ �6�' C27 1, 670 Trench Safety For Waterlines, 3y 10 L.F. Complete In Place Per Linear Foot. $ $ )��� C28 1 Traffic Control For Water, Complete $__ L _s' "231 5- L.S. In Place Per Lump Sum. 1 $ 1 1 Water Utility Allowance, Complete _ ',��.��_�___ a C29 L.S. In Place Per Lump Sum. $_.. -t' -1"`^�• $ ��)��O' SUBTOTAL PART "C" WATER DISTRIBUTION IMPROVEMENTS (ITEMS Cl-C29) $ 1 IC7JC 1 SS?l 1�� I PART "D" WASTEWATER IMPROVEMENTS Mobilization and Demobilization For Dl L 1 Cured-In-Place Pipe (CIPP) , _ ,0 Complete In Place Per Lump Sum. $ I , $— �1���' D2 1 Setup Charge For CIPP Installation, $ / •�� . � $ c4'72 CD EA. Complete In Place Per Each. lD D3 980 8" Cured-In-Place Pipe, (CIPP) , $ •3j� "5�- $ 3c 1 sti73 be L.F. Complete In Place Per Linear Foot. 1 Rehabilitate Existing 5' Dia. 13 i3 D4 EA Manholes (20'-22' Depth) , Complete $ 1�I.2. 5C• $ IL,2300, In Place Per Each. Rehabilitate Existing 5' Dia. D5 EA. Manholes (22'-24' Depth) , Complete $ / 2 1 vs' � $ 12,c31. �' In Place Per Each. Wastewater Point Repair 1OLF, 8" ��^^ CC,CCU� 3� i8 D6 L 1 PVC at 14' Depth, Complete In Place $--}'-2.•0--t.--- $ S+265. Per Lump Sum. Heavy Cleaning of Existing 8" D.I. D7 20 Wastewater Line w/Chains, Complete ''.-. --- 40 L.F. In Place Per Linear Foot. $ 1�� $ '` )��� Page 10 of 14 ADDENDUM NO.2 ATTACHMENT NO.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II _ III IV V ITEM & UNIT DESCRIPTION P�RIIG TOTAL PART "D" WASTEWATER IMPROVEMENTS (CONT"D) Dewatering, Mobilization and D8 L 3. Demobilization, Complete In Place $__ _ _ $ y3` Per Lump Sum D9 10 Dewatering Trench, Complete In $ C r 0— L.F. Place Per Linear Foot. /f�' $ ( i��'D` D10 1 Traffic Control, Complete In Place $_ J _ $ �L s: L.S. Per Lump Sum f �(�231. Dli L 1 Sanitary Sewer Utility Allowance, $5, 000 . 00 $5, 000.00 Complete In Place Per Lump Sum. SUBTOTAL PART "D" WASTEWATER IMPROVEMENTS $ SF'51 7S1, "` (ITEMS D1-D11) PART "E" GAS IMPROVEMENTS El 3 Adjust Existing Gas Valve To Finish $ ( OS.7 $ 3 .I i3 �4 EA. Grade, Complete In Place Per Each. I i SUBTOTAL PART "E" GAS IMPROVEMENTS $ V11 (ITEM El) 1 Page 11 of 14 ADDENDUM NO.2 ATTACHMENT NO.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 I II III IV V ITEM QTY DESCRIPTION CE TOTAL PRI PART "F" A.D.A. PEDESTRIAN IMPROVEMENTS 21,060 4" Concrete Sidewalk (8' Wide Fl S.F..F. F o ) , Complete In Place Per Square $ (- $ 1,�q+ts2 VI. F2 1,200 Concrete Curb Ramp, Complete In S.F. Place Per Square Foot. $ /F. 'l. $ �-a �,b ‘-'11-1 Unanticipated Concrete Sidewalk F3 S50 Removal, Complete In Place Per $ /0 °? $ c. Square Foot. 54\0. Reflective Pavement Mrk. Type 1 F4 230 (W) (Crosswalk) (10' Wide) , Complete � � L.F. In Place Per Linear Foot. $ ��' $ ' 1S � SUBTOTAL PART "F" A.D.A. PEDESTRIAN IMPROVEMENTS (ITEMS Fl-F4) $ 'b(;11)., - Page 12 of 14 ADDENDUM N0.2 ATTACHMENT N0.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 BID SUMMARY TOTAL BASE BID - FLEXIBLE (ASPHALT) PAVEMENT (PARTS A,B,C,D,E & F) Part A Street (Flexible Pavement) Improvements Subtotal $ L9 5 c. Part S Storm Water Improvements Subtotal $ 438 on, Part C Water Distribution Improvements Subtotal $ Io c70`153, ti Part D Wastewater Improvements Subtotal $ g5 -7c(0 . u1 Part E Gas Improvements Subtotal $ 31-7 3. r Part F A.D.A. Pedestrian Improvements Subtotal $ I'3�2 TOTAL BASE BID - FLEXIBLE (ASPHALT) PAVEMENT (PARTS A,B,C,D,E & F) $ a Lo _ 9"A. 1 NOTE: The above unit prices must include all labor, materials, 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 contingency in some cases, and may vary from the final quantities. DO NOT ORDER MATERIAL BASED ON THESE APPROXIMATE QUANTITIES. Page 13 of 14 ADDENDUM N0.2 ATTACHMENT N0.3 BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 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 bids or bids, that he agrees to do the work, and that no representations made by the City are in any sense w/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 worked caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 210 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all the 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) : U4„t.,41 I(2•sk) ( U.„ ZtI7-40 214114) Respectively submitted: Name: 15 ��i (L- By: �t .TUBE) (Seal - If Bidder is (A Corporation) Address: �•�.�t� c1 U. (P.O. Box) (Street) � I ,I (rpai L is `78 4 k (City-,) (S-eate) (Zip) NOTE: Do not detach bid from Telephone: �+��WItc- (oi other papers. Fill in with ink and submit complete with attached papers (Revised August 2000) Page 14 of 14 ADDENDUM N0.2 ATTACHMENT N0.3 • PERFORMANCE BOND STATE OF TEXAS § BOND No. 929532475 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Clark Pipeline Services, J.V. of the City of Corpus Christi , County of Nueces, and State of Texas , as principal ("Principal"), and CONTINENTAL CASUALTY 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 TWO MILLION, FOUR HUNDRED SEVENTY-FIVE THOUSAND, NINE HUNDRED TWENTY-TWO AND 13/100 U.S. Dollars ($ 2,475,922.13 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 25TH of MARCH , 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: BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 (TOTAL BASE BID: $2,475,922.13) 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.Jan 2014) 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 28TH day of MARCH 2014. PRINCIPAL SURETY CLAFC P4 INE SERVICES, JV CONTINENTAL CASUALTY COMPANY By: By: _ _,�s -"�. ��Ari" �� � ��� Att. - -in-fact MARY ELLEN MOORE Ti e: � � ATTEST: Secretary Address: P.O. BOX 9396 Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78469 CORPUS CHRISTI, TEXAS 78403 Telephone: 361-883-1711 Fax: 361-844-0101 E-Mail: mmoore @s-gins.corn (Rev.Jan 2014) Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in J ►eyes-Soth Texas, for delivery of notice and service of process: Name: STEVE ADDKISON Agency: SWANTNER & GORDON INSURANCE AGENCY LLC Address: 500 N. SHORELINE BLVD. , SUITE 1200 (Physical Street Address) CORPUS CHRISTI TEXAS 78401 (City) (State) (Zip) Telephone: 361-883-1711 E-Mail: saddkison @s-gins.corn 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.Jan 2014) Performance Bond Page 3 of 3 PAYMENT BOND STATE OF TEXAS § BOND No. 929532475 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Clark Pipeline Services, J.V. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ("Principal"), and CONTINENTAL CASUALTY 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 TWO MILLION, FOUR HUNDRED SEVENTY-FIVE THOUSAND, NINE HUNDRED TWENTY-TWO AND 13/100 U.S. Dollars ($ 2,475,922.13 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 25TH day of MARCH , 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: BEAR LANE WATERLINE REPLACEMENT NAVIGATION BOULEVARD TO OLD BROWNSVILLE ROAD PROJECT NO. 6463 (TOTAL BASE BID: $2,475,922.13) 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 Jan 2014) 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 28TH day of MARCH , 2014. PRINCIPAL SURETY CLA PIPELI E SERVICES, JV CONTINENTAL CASUALTY COMPANY By: , By: Attor -fact MARY ELLEN MOORE Title: ,�€r ATTEST: Secretary Address: P.O. BOX 9396 Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78469 CORPUS CHRISTI, TEXAS 78403 Telephone: 361-883-1711 Fax: 361-844-0101 E-Mail: mmoore @s-gins.corn Rev. Date May 2011 Payment 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: STEVE ADDKISON Agency: SWANTNER & GORDON INSURANCE AGENCY LLC Address: 500 N. SHORELINE BLVD. , SUITE 1200 (Physical Street Address) CORPUS CHRISTI TEXAS 78401 (City) (State) (Zip) Telephone: 361-883-1711 E-Mail: saddkison @s-gins.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 APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint R M Lee, Mary Ellen Moore, Steve Addkison, Tami J Duncan, Cathleen Hayles, Danielle Harris, Kerry McIntosh, Individually of Corpus Christi,TX,their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 8th day of May,2013. caw<r %SUN Continental Casualty Company 4,1... '�e � National Fire Insurance Company of Hartford F aPO1` ( i a oto9POalrFC a American Cas alty Company of Reading,Pennsylvania Ey a JULY 11,• oU SEAL r V i 1902�i • 1897 u•aoe •• Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 8th day of May,2013,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR 1 pNOTARYPUSLDAKOTA`�(� ) 4:7)9ILII/L SOUTH My Commission Expires June 23,2015 J. Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 28TH day of MARCH 2014 . GW�r *SUN.. Continental.Casualty Company .co, 4S6. 'tE,. National Fire Insurance Company of Hartford x eooP rr €; % 5 a,�o9Pootot American Casualty Company of Reading, Pennsylvania z 2I A JULY 11, . V SFJ1L r s� ! 1902 /8 (.* 12)%.)' "'‘.A N 1 1±.-- 97 woe • D.Bult Assistant Secretary Form F6853-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time, the signature of the Authorized Officers,in addition to being provided in original,hard copy format, may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas, from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 You may also write to CNA Surety at P.O. Box 1068, Houston, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain Information on companies, coverages, rights or complahits at 1400-2524439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 787149104, or fax 512.475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached documents. I;k1 SUPPLIER NUMBER TO BE ASSIGNED BY CFI r" — = PURCHASING DIVISION 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. IT the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: CLA{l.K R∎�.eLiNF SEG-.i•c,-4 i v. P.O. BOX: °M t, STREET ADDRESS: CITY:/( . (_%' ,L.I ZIP: —41/(,,c/ FIRM IS: I. Corporation ❑ 2. Partnership © 3. Sole Owner ❑ 4. Association ❑ 5. Other ❑ DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 4 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 NA 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 qA 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 N (A FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: ,s (. (1 Title: (Type as Print) J J Signature of Certifying Person: Date: - // Lt Z/r/i/ 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. "Finn." 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 V e , ` ACORD® DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 3/27/2014 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 NAME: Diann Eisenhauer Swantner&Gordon Insurance Agency (A/CC.NNo.ExO:361-883-1711 FAX (A/C, A Higginbotham Company E-MAIL PO Box 870 ADDRESS:deisenhauer @hioginbotham.COm Corpus Christi TX 78403-0870 INSURER(S)AFFORDING COVERAGE NAIC# , INSURER A:Great Midwest Insurance Co. 18694 INSURED CLARK32 INSURER B:Oklahoma Speciality Insurance Co. 14175 Clark-Pipeline-Services-Ai— - - -- ------_ _ -_ _-_ - _ iriiiikt 3-u _ -__ -. __-------- ---- _- P.O. Box 9396 INSURER D: Corpus Christi TX 78469 ------ INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1037208960 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 INSURANCE INSR WVD POLICY NUMBER (MM/DDIYYYY) (MM/DD/YYYY) LIMITS A GENERAL LIABILITY GL0002615202 2/1/2014 2/1/2015 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY I PREMISES(Ea occurrence) ,,. $100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL 8ADVINJURY _ $1,000,000 17- GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY X PECr n LOC/ $ A AUTOMOBILE LIABILITY J CA0002614202 2/1/2014 2/1/20,15 (Ca OMBINED accident)SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ /— ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS - NON OWNED — -----.___-------- _--- -PROPERTY-DAMAGE $ HIRED AUTOS _ AUTOS (Per accident) _ '/ $ B UMBRELLA LIAB X OCCUR " CON88048001 2/1/2014 2/1/2015 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE V/ AGGREGATE $5,000,000 i/ DED RETENTION$ $ A WORKERS COMPENSATION V WC0004123001 2/1/2014 2/1/2015 X WC STATU- OTH- AND EMPLOYERS'LIABILITY J TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y 1 N / E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N NIA J (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 N yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) See attached Acord 101 for additional policy provisions See Attached... 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. Engineering Services/Contract Administrator P. O. Box 9277 AUTHORIZED R PRESENTATIVE Corpus Christi TX 78469-9277 1 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD f AGENCY CUSTOMER ID: CLARK32 LOC#: „/".'"."15 ACORD ADDITIONAL ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Swantner&Gordon Insurance Agency Clark Pipeline Services JV POLICY P.O. Box 9396 OLICY NUMBER Corpus Christi TX 78469 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General Liability: CG0001 12/07-Commercial General Liability Coverage Form CG2010 07/04-Additional Insured-Owners, Lessees or Contractors-Scheduled Person or Organization-As required by written contract prior to loss CG2033 07/04-Additional Insured-Owners, Lessees or Contractors-Automatic Status When Required in Construction Agreement with You- As required by written contract prior to loss CG2037 07/04-Additional Insured-Owners, Lessees or Contractors-Completed Operations-As Required by written contract prior to loss CG2028 07/04-Additional Insured-Lessor of Leased Equipment-As Required by written contract prior to loss CG2404 05/09-Waiver of Transfer of Rights of Recovery Against Others to Us CG2417 10/01 -Contractual Liability Railroads Business Automobile: CA2048 02/99-Designated Insured for Covered Auto Liability Coverage-Additional Insured as Required by written agreement or contract prior to Loss CA2089 06/04-Texas Changes in Transfer of Rights of Recovery Against Others to Us(Waiver of Subrogation) CA9944 12/93-Loss Payable Clause Workers Compensation: WC420304A-Texas Waiver of Our Right to Recover From Others Endorsement-As required by written contract prior to loss Commercial Excess Liability Coverage Form - bear Lane Waterline Replacement Navigation Boulevard to Old Brownsville-Road-Project 6-4 Thirty(30)Day Notice of Cancellation-City of Corpus Christi on General Liability(CG0224 10/93),Automobile(CA0244 06/04)and Workers Compensation(WC420601) ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER; GL00026152 02 J COMMERCIAL GENERAL LIABILITY Clark Pipeline Services LTV' VV CO 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART . SCHEDULE Name Of Additional insured Person(s) Or Organizatlon(s): Location(s)-Of Covered Operations Any person or organization with whom you have Any location where you have agreed through agreed through written contract, agreement or permit written contract, agreement or permit Prior to the loss to provide additional insured coverage and Prior to the loss to provide additional insured cov- where that contract demand specifies iSO 2004 edition erage and where that contract demand specifies • forms or equivalent or does not specify edition forms. ISO 2004 edition forms or equivalent or does not specify edition forms. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. / S e c t i o n 1 1—,=—W h o 1s An Insured Fs amended — —— 1. All work, Including materials, parts or equip- Include as an additional Insured the person(s) or ment furnished.in connection with such work, on organization(s) shown in the Schedule, but only the project (other than service, maintenance or with respect to liability for"bodily injury", "property repairs) to be performed by or on behalf of the damage" or "personal and advertising injury" additional insured(s) at the location of the covered caused, in whole or in part, by: operations has been completed; or 1. Your acts or omissions; or • 2. That portion of "your work" out of which the 2. The acts or omissions of those acting on your injury or damage arises has been put to its in- behalf; tended use by any person or organization other ' than another contractor or subcontractor en- in the performance of your ongoing operations for gaged in performing operations for a principal the additional insured(s) at the location(s) desig- as a part of the same project. Hated above, C. Section IV. 4. —Other insurance B. With respect to the Insurance afforded to these additional insureds, the following additional exclu- It is agreed, as respects the above Additional dons apply: insured(s), that the provisions of Section IV. 4. — Other Insurance shall apply, except when the This insurance does not apply to "bodily injury" or written contractor agreement specific requires "property damage"occurring after: that the insurance be provided on a Primary basis or on a Primary and Non-Contributory basis. In such cases, this insurance shall apply on a Primary or a Primary and Non- Contributory basis as required. CG 20 10 07 04 © ISO Properties, inc., 2004 Page 1 of 1 Policy #GL00026152-02 / Clark Pipeline Services JV COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN • REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who is An Insured Is amended to Include as an additional insured any person or or- 2. "Bodily injury" or "property damage" occurring ganlzation for whom you are performing opera- after tions when you and such person or organization have agreed In writing in a contract or agreement a. All work, including materials, parts or that such person or organization be added as an equipment furnished in connection with additional insured on your policy. Such person or such work, on the project (other than ser- organization is an additional insured only with re- vice, maintenance or repairs) to be per- spect to liability for "bodily injury", "property dam- formed by or on behalf of the additional In- age" or "personal and advertising injury" caused, sured(s) at the location of the covered in whole or In part, by: operations has been completed;or 1. Your acts or omissions; or b. That portion of"your work"out of which the 2. The acts or omissions of those acting on your injury or damage arises has been put to its behalf; intended use by any person or organization other than another contractor or subcon- in the performance of your ongoing operations for tractor engaged in performing operations the additional insured. for-a principalas apart of the same project. A person's or organization's status as an addition- al insured under this endorsement ends when your C. Section IV. 4.—Other Insurance operations for that additional insured are com- pleted. It is agreed, as respects the above Additional insured(s), that the provisions of Section IV. 4. --Other Insurance shall apply, except B. With respect to the insurance afforded to these when the written contractor agreement spe- additional Insureds, the following additional exclu- cific requires that the insurance be pro- sions apply: vided on a Primary or on a Primary This insurance does not apply to: and Non-Contributory basis. In such cases, "property insurance shall apply on a Primary or a 1, Bodily Injury", property damage or "personal Primary and Non-Contributory basis as re- and advertising injury" arising out of the ren- quired daring of, or the failure to render, any profes- sional architectural, engineering or surveying services, Including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or 4avair ,c?2,0,04,4 b. Supervisory, Inspection, architectural or engineering activities. CG 20 33 07 04 © ISO Properties, inc., 2004 Page 1 of 1 ❑ POLICY NUMBER: GL00026162-0 a i COMMERCIAL GENERAL LIABILITY Clark Pipeline Services CV CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS Thi endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera- Or Organization(s): Lions Any person or organizations when you have Any location where you have agreed, through written agreed In a signed written contract or agreement contract, agreement or permit, executed prior to the that such persons or organizations be added as loss, to provide additional Insured coverage and additional insureds, where that contract demand specifies ISO 2004 edition forms, or equivalent, or does not specify edition forms. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An insured Is amended to include as an additional insured the person(s) or organlzation(s) shown in the Schedule, but only with respect to liability for "bodily Injury" or "property damage" caused, In whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard", Section IV.4.—Other insurance It is agreed, as respects the above Additional Insured(s), that the provisions of Section IV, 4.—Other Insurance shall apply, except when the written contractor agreement specific re- quires that the insurance be provided on a Primary basis or on a Primary and Non- Contributory basis. In such cases, this Insur- , ance shall apply on a Primary or a Primary d and Non-Contributory basis as required. for "! • CG 20 37 07 04 © ISO Properties, inc., 2004 Page 1 of 1 ❑ POLICY NUMBER: GL00026152-o2 \/ COMMERCIAL GENERAL LIABILITY Clark Pipeline Services Iry CG 24 04 05 09 W IVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: 2 COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART - -- — -SCHEDULE — Name Of Person Or Organization: As required by written contract or agreement that was executed prior to the loss. 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 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 • • • POLICY NUMBER: CA00026142-0 2 V COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. V DESIGNATED INSURED This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM __ -- - 'T "AGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless mod- ified by this endorsement, This endorsement identifies person(s) or organization(s) who are "insureds" under the Who is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below, Endorsement Effective: 02/01/2014 Coun�R lgned By(: ° Named Insured: Clark Pipeline Services JV (Authorized Representative) SCHEDUL Name ofPerson(s)orOrganIzation(s : - Any person or organization with whom you have agreed through written contract, agreement or permit prior to the loss to provide additional insured coverage. (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement,) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained In Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, inc., 1998 Page 1 of 1 ❑ • • POLICY NUMBER CA00026142 -02 / COMMERCIAL AUTO Clark Pipeline Services JV V CA 20 89 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES IN TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This -rnodifies insurance provided under the following: JBUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless mod- ified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date Is indi- cated below, Endorsement Effective: 02/01/2014 Count fsi ed •By: Piste , Named Insured: Clark Pipeline Services JV (Authorized Representative) SCHEDULE Name Of Person(s) Or OrganizatIon(s); As required by written contract or agreement that was executed prior to the loss. Additional Premium I$ (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s)or organiza- tions)shown In the Schedule, We will retain the additional premium shown above, regardless of any early termi- nation of this endorsement or the policy. CA 20 89 06 04 0 ISO Properties, Inc., 2003 Page 1 of 1 ❑ • POLICY NUMBER: GL00026162- -02 COMMERCIAL GENERAL LIABILITY Clark Pipeline Services av CG 02 2410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. \/EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: _COM E- ► Z I. - • - l_ • T - — - - LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Natic 30 • (if no entry appears above, information required to complete this Schedule will be shown In the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided In paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. City ofCorpus Christi P. 0. Box 9277 Corpus Christi, TX 78469-9277 7 CG 02 2410 93 Copyright, Insurance Services Office, Inc,, 1992 Page 1 of 1 El 1 • POLICY NUMBER:CA00026142 -02 COMMERCIAL AUTO Clark Pipeline Services JV CAQ2440604 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. JTEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRU CKERS CCVERAGE-FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the Inception date of the policy unless another date Is Indicated below. Endorsement Effective: 0 2.-/ 03./z03.4 Countersig ed By: 4 Named Insured: Clark Pipeline Services JV .44144 t • (Authorized Representative) SCHEDULE( Number of Days'Notice: 30 Days Name Of Person Or Orga ' at •n City of Corpus Christi PO Box 9277 Address Corpus Christi, TX 78469-9277 If this policy is canceled or materially changed to reduce or restrict coverage,we will mall notice of cancellation or change to the person or organization named In the Schedule.We will give the number of day's notice indicated In the Schedule. • © ISO Properties,Inc. TEXAS WORKERS' COMPENSATION AND EMPLOYERS' LIABILITYPOLICY WC 42 06 01 1st Reprint Effective January 1, 1994 \./TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas is shown In Item 3.A.of the Information Page. in the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown In the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named In the Schedule, Schedule 1. Number of days advance noti 'e: 30 2. Notice will be mailed to • City of Corpus Christ P.O. Box 9277 Corpus Christi, TX 76469 Insured: Clark Pipeline Services JV Policy #WC0004123001 1---)&444,4!,4<&'. .(7""°. • Clark Pipeline Services JV ,Policy #WC0004123001 • WC 42 03 04 A 'H"Y.""n"'N1n.+.'' "''FwM�•Hx«AW*.1x"^�H'•'^F'••'+•••MwPn.n"...".y+.1wH"R++hr.`wNwn+.Y�'I.+x�wr.wH++wrrxM...vnwwl^'R`MFAnsrtH.tH^nrtn^y+'.^'Y•+xY.w h. M+MM.•.rtMFnf.......i 4Vtp TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or_organizatio - hedule, but-t is-waiver ---- applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (IX) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. ata44 ho. 4. Advance Premium •