Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2007-059 - 2/13/2007 - Approved
2007 -059 02/13/07 N12007 -042 S P E C I A L P R O I S I R.S. Black Civil Contractors S P E C I F I C A I- I O C A N D F O R M S O F C O N T R A C S A N D O N�� F O R O.N. STEVENS WATER TREATMENT PLANT WALKING BEAM FLOCCULATOR REPAIRS PROJECT NO:8513 DRAWING NO: WTR 371 LNV ENGINEER I ^'G Consulting Eng_i_�ers 801 Navigation, -1- to 300 Corpus Christ;, Tee: 7840r Phone: 361 - 8831984 Fax: 361 -883- y86 FOR Water Departm env- City of Corpus C-:risti Phone: 361- 826 -3500 Fax: 361- 826 - =`�O1 I O.N. STEVENS WATER TREATMENT PLANT WALKING REAM ! FLOCCULATOR REPAIRS PRUJE, k-1 NO : 8 513 DRAWING -7' NO: WTR 3,71 LNV ENG?.NEERING on.;zlting Engineers fitO Nr,c-i gati.crn, Suite 300 Corfizs 'hrist_;!_, Texas 78408 hors' -: 361- 883 -1984 Fax: 361- 883 -1986 FOR Water Department C' Ay -)f Corpus Christi dhcme: 36 - -826 -3500 Fax: 361 -- 826 -3501 e I A ! P R O V I `� I O N S P E r F I C A T I O N S A H F: O M S ? '' > N T R A ;' T S A N D B O N D S F O R I O.N. STEVENS WATER TREATMENT PLANT WALKING REAM ! FLOCCULATOR REPAIRS PRUJE, k-1 NO : 8 513 DRAWING -7' NO: WTR 3,71 LNV ENG?.NEERING on.;zlting Engineers fitO Nr,c-i gati.crn, Suite 300 Corfizs 'hrist_;!_, Texas 78408 hors' -: 361- 883 -1984 Fax: 361- 883 -1986 FOR Water Department C' Ay -)f Corpus Christi dhcme: 36 - -826 -3500 Fax: 361 -- 826 -3501 O.N. STEVENS WATER TREATMENT PLANT WALKING BEAM FLOCCULATOR REPAIRS PROJECT NO, 8513 Table of Contents NOTICE TO BIDDERS (i��vzs(- d t0,, :1 /98) NOTICE TO CONTRACTORS - A lia urance Requirement NOTICE TO CONTRACTORS - B Worker's (,ompersatior: Coverage For Building or Construction Projects F.,r Government Ent i t i s PART A - SPECIAL PROVISIONS rt A-1 T -_me and Place of Rec. -ivi nq Proposals /Pre - -Bid Meeting Def init icr_s and Abbre r,iat ons ? - ? Descripticn of Projec- Method of Award /Expla- cation of Bid Items I'.ems to be Submitted with Propcsal - Time of Completion /Li4uidated Damages WI)rkers Compensation 'ns -rance Coverage -I Fa xed Proposals: -4 Acknowledgment of Addenda Wage Rate -` Cooperaticn wit. Pubic Agencies Maintenance of 3ervic -=s f'. -arrct Te— rirrtrml NOT USED Construction Egaipmeni. Spillage and Tracking_ - emovas NOT USED - -6 Disposal /Salvage of M<iteri als �- Fie(d Office Schedule and Sequence of C'onstruction NOT USED !- Testiny and ee.Lti:f-±,,-,i- ivr1 NOT USED '- NOT USED <, -22 Minority /Minors y Bus ::ness Enterprise Participation Policy (Revised 1C/98) A 2.3 ITISPection Requrr NOT USED A 24 Surety Bonds A t� -"_' -_ `"a__ ExemPt ±o, NOT USED (6/11/98) 26 Supplemental Irnsurance Requirements A --z � "Qr— Barrage £�aiars NOT USED j 28 Considerations =or Contract. Award and Execution ^. 29 Contractor's Field Ad-ministration Staff. - --iO Amended "Consid( ^ration of Contract" Requirements A Amended Policy f)n Ext,i Work and Change Orders A ?2 Amended "Execut .on of -or1t. r act." 3equirements ' A-J2'3 Conditions of Work j4 Prez-.edence =)f Contract Documents City Water Faci ities ape -ial Requ - irements A 36 Other Submittal:-, A-- rrcF -Farr- NOT USED Table of Contents Page of 2 W ,er ' cipEr Sat C)r -1 I C(!jera Goverrirt, :;Int, - ge fOr Buildinq I - L , S 7 -4 8 Parti NOT USED al Estimates 41 Is 4 -, ATMI'Ided Mill & F. 14 Ch,;I,qe ()r(,(,,-s (L,.126199 ifold H,irmless (9/98) A 4 ^ As Pa men3 ons ar: Drawings ff- A T., A -rliead Elects_l'al Wj es Amended "Maintenance G,I iaraT,t _y, (8/24/00) A- Flc"C,,ulator Main?:enancf Guaranty PART B -GENERAL PROVISIONS PART C -FEDERAL WAGE RATES AND REQUIREMENTS PART S STANDARDS SPECIFICATIONS 030020 Pc)rtlaitd Cement oncrete(5 -40) - e.--, C3 <'020 Re -1 nf or ci rlg e o Stee' (5 -42' 0 '" 038000 C'crlcrete Stru,-tures (S-41) c: :0200 weldio. (S- 43: T, 019)20 or Construction Projects NOT USED NOT USED NOT USED PART T TECHNICAL SPECIFICATIONS 1 -hri -al "�pecit cation modifications L'.-) n E to the Walking Beam _3 Crout TU 1 pme 5 F( -iPrTlent D0(71_lmenttion cements PART W DRAWINGS giver Sheet 'genera 'L Notes & Leq� Site �07 no i rl 4 Drive' F't)catj()ns 5 F"Ki,3tj aq Floc7 a Latc_,; , Systf,,-n 6, Drj,ve nkage Assemidy -7 Toroue /,xm Assembly 8, riser Beam Assembly 9, Walkin(I,Beam Assembly 2 2 Drives ~a5 f, -, Pate Detail ,s ATTACHMENT I -, O.N Stevens Site Permit tor on Water Treatment Plant VisitOr/Contrac- NOTICE AGREEMENT PROPOSAL,/'DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND T,Ible .f contents % of 2 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: O.N. STEYiNS WATER TREATMENT PLANT WALKING BEAM FLOCCULATOR REPAIRS consists of the modifications to equipment, installation of replacement parts, cleaning and lubri..ation of all Flocculator Line Shaft Bearings, lubricat on of all. new bearings, testing, alignment, and operational check -.f the walking beam flocculation equipment, in Primary Sedimentation Basin 2. All work tc be complete with all appurtenances and in accordance with the plans, specificat: -ons and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on. Wednepday, January 10, 2007 and then publicly opened and read. Any bid received after closing time will be returned unopened. A MAMIDATORY pre -bid meeting is scheduled for Wednesday, December 13, 2005 beginning at 10:00 am. The pre -bid meeting will convene at the O.N. Stevens Water Treatment Plant, located at 13101 Leopard Street, Corpus Christi, Texas. The pre -bid meeting will be conducted by the City, and a site viszt will follow if requested by attendees. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure t:, provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if _ bidding documents art, not - eturned tc the City within two weeks of receipt )f bids Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars $50.901 as a guarantee of their. return in good condition within two weeks ;f bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non- refundable postage/ handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown foe each craft or type of "laborer," "workman," or "mechanic" employed { >n thi: project. The Cit} reserves the i_ght to reject any or all bids, to waive irregularities and 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 is/ Angel R. Escobar, P.E. Director of Engineering Services i's/ Armando Chapa City Secretary Ir NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Pevised May, 2006 A Certificate of Insurance LAlicating proof of coverage in the following amounts required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE nmmercial General Liatility .uclud.ing: $2,000,000 COMBINED SINGLE LIMIT 3 Commercial Form Premises - Operations Explosion and Collapse Hazard 1 Underground Hazard Products/ Completed Opk r.-ations Hazard contractual Liahility Broad Form Property Damage Independent Contractors j ; Personal Injury &ITOM01ILF_ LIABIL AY- -MWNED NON- OWNED $1,000,000 COMBINED SINGLE LIMIT RENTED OORKERS' COMPENSATION EMPLOYERS' LIABILAY nXGiSS LIABILITY PROFESSIONAL POLLUTION LIABILITY/ ENVIRNO ENTAL IMPAIRMENT COVERAGE Not limited to sudden s accidental discharge; to include.long -tern environmental impact for the disposal of r.ontaminants WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED RUI1>DERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED I NS`'AI.LLATI >N FLOATER ER $100, 000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 1: The City of Corpus Christi must be named as an additional insured on all coverages -x(�eht n,o�-ker's compensation '<iability coverage. ' "`le name of the Project must be listed under "description of operations" on each 'e, t: fir a- e of _r:suran-e. Pot each insurance _overage, the Contractor shall obtain an endorsement to the applicably insurance policy, signed by the insurer, providing the City with thirty 3( dav�7 prior writ?en not ace of cancellation of or material change on any average. The Contra -tor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provision:- section of the con *ract 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 Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORK _ CC1`,= - _NSA "rION COVERAGE FOR uUILDING C�; CCNSTRUCTION PROJECTS F `R -,- VE�?1MENT ENTITIES gas 1a� requires r_hat most contractors, subccntr_ctors, and. _;t .e rs - roviding w irk :�r ser -.,ices for a City building c_ construction ec," -nust be co,, °erect t"✓ worker's compensation insurance, authorized se" , - _._rurance. -r n ,loo =sed worker' s compensat_cZ coverage vE,n yf Texas law -_foes not require a contractor, subcontractor }r c the_ s performing project services (including deliveries to the job site) provide 1 of the - Forms of worker's compensation coverage, +::he C_ will requ - re such ,_overage for all individuals providing work. ;r services _n this : oject at any time, including during the _minceuara.ity oerio :rotor carriers which are required to with r_he -exas �epar =-.ent of Transportation under Texas Civil Article 6675c and .,;hich provide accidental insurance under Texas i ,,il statutes Article 6675c, Section 4(j) need de 1 :7f t o t - ,rrrr; cf worker's compensation coverage. rh„ Cor: :acts %r agr yes �c comply with all applicable provisions Te as Adm�_nistrat_vf Cede Title 26, Section 110.110, a copy of a =cached anti d °eme,a incorporated into the project contract. es� -rote that ender �rct--7n 110.1-10: certain language must be included in the Contractor's ontracr with the City and the Contractor's contracts with subcont�-acrort; ind others providing services for the ProJ,ec,t the contract .:)r _s _required to submit :o the City certificates ::)f coverage for its employees and for all subcontractor: and others providing services on the Pro] ect . The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project and the Contractc- Ls required to post the required notice at the Job site. By si ing this Ccntrac� , the Contractor certifies that __ will timely vo ,o with Y" ese Not-v tc - cntractors "9" requirements. NOTICE 70 CONTRACTORS - B (Revised 1/13/98) Page 1 Of 7 ,5/7/19 1LC . _.. C i 1 t 1' ., S. l - �_. l L N 1_ E 1rt ET. TE ,� ��()R_KER.:�' C °'. IPENSATION CO. - MISSIO\ =_.dallier IIO. F.EQLi _ED I-_OTIC'ES OF COVERAGE Subcuaprer B. EMP 1_0YER tiOTICES 110.1i.0 Reoorrina Requirements fcr Building or Construction Projects for Governmeriml Entities (a) The following words and terms, when used in this ruie. shall have the following meanings, unless the context c:e_ rlv indicates other °vise. Terms nct deed in this ruie shall have the meani.nsz defined in the Texas Labor Ccde, i_f so defined Ceruncate of coverage (ce ^ilica.e �_ ccoy of a cer dficate of assurance, s certificate of authoriry =c self- insure :sued b-,, the corltnlssicr, cr a workers compensation coverage agreement (TWCC -81. `_VCc- ,2, TWC(; -S3, >> I_VCC -S4), showing statutory workers' compensation insurance coverage �r the persons or, enury, , employees ( inciuding those subject to a coverage agreement) providing services :)n a oojc, e the dua?ion of ue project. ;2) Budding or constrlct:on —_Has _i e mea- "inn defined in the Texas Labor Code, § 406.096(e)(1). Co:w-actor- ersoi: bcddinn -)r (.,r awarded a building or coastructton protect by a governments entity 4) Coverage— Workers' compensation insi=ce meeting the statutory requirements of the Texas abor.:E;de, 40;.011(44) 5) Coveraze agreement —A written: sstreement on form TWCC -o 1, form TWCC -32, form i- VCC -S3_ Jrform WCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parries 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) Durauoa of the project— Iricludes the time from the beginning of worn on the project until the varic on the project has b.ee:l compieted a.-:d accepted by the governmental entirv. 7) Pe: cons [:rovidine se:,'Ices on :- ie eroie= (' subcontractor" u. 3 406.096 of the Act) —N ►th the �sxceptzorn of persons exciuded under subsecuons (h) and (i) of this section, includes all persons or �u)ti�s perforrning aL or �,iart of tf,,r services the contractor has undertaken to perform on the project., Ygardles of whether that person )nuac,ed due_-dy "xirh the co aractor and regardless of whether 'hat person has emoiovet- Tds irn,-iudes out is not limited to indece ^dent contractors, subcontractors - ,easing comQmes, motor carriers, awner- operators, employees of any such entity, or employees of ent)rl, fc risilin� pers,,ns to pe, =. ,, services on the project. "Se vices" includes but is not li.^uted NOTICE TO CONTRACTORS - - rtao iv,rvvv sesstate tx ustac/23,TL iO /B /110 1 i(ihtnni Revised 1/13/98) 8/7/98 Page 2 of 7 Page 2 r fie. (,f — s. cr -,1C,,-,ding labor, or cthe: pr01 cgs does nor c: . -� actr. elated to the proie� _acn as _ ,fl dcrs :,_:_ce s- piy : euvenes �:_, ce:ivery of or-�aoie toilets. crc°.�sion of .1i services -t as cd to a bui:cL.2 or construction c; :;;act for a or -zusma to ce or _ vided a certificate of coverage pursuant to this rile is a °prese:;rztic : 4v he iruJred ha all ernpioyees cf "I insured who are providing services cn the :ro)e aie cc . ered by workers' < ornpensauon coverage, that the coverage is based on proper po -ir of c, smcauo.; coatis .aid FayT011 amounts, and that aL coverage agree.�nents have been Hied ith t e app; e onate insurance carrier or, in the case of a self-insured, with the commission's Division Sei Ir�sur.ce Reguiauor Pro viding false or misiesding certirlcates of coverage, or aiing to p:-ov c c or r aintatn requtrec cove age, or fading to report any caange that materially aiie�.s the ov lion of cc verage may subject the :ontractcr or other person providing services on the project to 3dinnds'__ -ve cenaities, cri=nai penalties, civil penziues, or other civil actions. c) A gcverrme:ttal entity t :at enters into a builds .g or construcion contract on a project shall: in- :i..de in the bid spevificauoti,�, au the prov)siom of paragraph (7) of this subsection, cuing the art¢u ee requirer_ by pa., agrapa ( ) of this subsection: a`: DSiL o 7 g e vantrac:, using, 1 m 1e language required by paraaph (7) of this subsection, require the ::r�nLrzc -or tc 1crr,'0= z . requuec, in subbsection "d) of this section; ;) o h ta )n `cm the cont, amor a certificate of coverage for each person providing services on the of ojec t, 3rior to ulat per ,:on beguinung work on he project; (4) obtain frem de con[: actor a new certificate of coverage showing extension of coverage: } Fr cre Mc end of the c.:r:ear :,overage period, if t,`te contrac =pr's current certificate of coverage ;how: that the coverage per:cd ends during the duration of the project; and 1 B) no inter ttan 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; (S) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) prcvide a copy of the ce:.i`^.cates of coverage to the commission upon request and to any person entitle' `o them b r ]law- and (7) use the la- :;gage ccmaine- ui the foilowing Figure i for bid specifications and eontrac s. without any additional words or changes, except those required to accommodate the specific document in which th,,w ar° coritamed or ;o unDose- stncter stand2rds of documentation: 1285 NOTICE To CONTRACTCRS - 3 Revised 1/13/99) http l /w.v v sos.state tx.usitac'_?,rI111 10 /B /110 11:3 htmd Page 3 of 7 8/7/08 Page of 6 .'� c�,ntractor sn�_ } pro,,ide coverage for its enloteVet.s roviding services on a project, fc: u.e duration of the project -2sed on proper - epor:uig codes and pa,.Tcu amounts a:._ =4 n< of any coverage __ ments; provide a certificate of coverages .owing workers' compensation coverage to the governmental �rity prior to beginning work or.: e project; "} provide the governmental enLr;, frier to the end of the coverage period. _ new certificate of ;overage showing extension of coverage, if the coverage period shown or. the contractor's current °rtifrcate of coverage ends during the duration of the project; f4) obtain from each person providing services on a proiecz, and provide to the governmental entity: .) a certificate of coverage, prior to that person beginning work on the project, so the governmental °ntity will have on file certificates of coverage showing coverage for all persons providing services on .-e Project; and i3) no later than seven days after ;-eceipr 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 -he duration of the project; retain all required certificates coverage on fide for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have i�rown, of any change that materially affects the provision of cpveraee of any person providing services on the project; ?) past a notice on each project site informing all persons providing services on the project that they e required to be covered, and sating how a person may verify current co ve:zQe 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 14 point normal type, and shall be in both English and Spanish and any other Ianguage common to the worker population. The text for the notices shall be the following text provided by the conunission on the sample notice, -xithout any additional words or changes: REQUIRED WORKERS' COWENSATION COVERAGE he law requires that each person working on this site or providing services related to this -.onstruction project must be covered by workers' compensation insurance. a :?s includes persons Providing, hauling, or delivering equipment or materials, or providing labor or transportation or other e: -Vice related to the project, re2rrdless of the identity of their employer or status as an employee." "Call the Texas Workers' Comper_sauon Commission at 512- 440 -3789 to receive information on the elzal requirement for coverage, tc ver fy whether your employer has provided the required coverage, r to report an emplover3 failure t) provide coverage." NOTICE _O CONTRACTORS - B `rap / /www_sos. state. tx. us /tac/28/II1110t'B /110.1 l0.1itrtll Revised 1/13/98) 8/7/98 Page 4 of 7 rase 4 or b contracs -c1 ,Ide ser% -cos en ° . ro}ect to: c: - of classification codes a_nd pa_vroii a:.:ounts and filing ,) cr o-,ide caveraze oasea on p- roe..epor -� .< _ an, c.wera2° agze °m ^=s , "or of a e rpie�ees orovidi. ^g se:-,,Ices et: the proiec . _cr the duration the oiec:J F3 }pee ide z tort Teat' o: c ver2ge t the cOnr:actor prior to that person beginli_ ^- a'�oric on the 4 } i in ad tor. ra -s to arc .ide ser lc °s c the project the ianguage in suosec-ien (e)(3) of tkii sec icn (�) provide the canttac er, prior to the end of t:.e coverage period, a new certificate of coverage showing extension of c veraQe, ° the coverage period shown on the current eertifc to of coverage ends during the duration of the project; P) obtain from each o nor ^erson with whom contracts, znd provide to the cor..rzetor: a :::e *iTMcate of coverzee, prier to tl,e other ^e son begin. ^. nQ work on the proje ;end W sj prtc r to the end of the cover age period, a new certificate of coverage showing ee:ersion of the overage period, if the :.average period shown on the current certificate of coverzee ends during the :,�uraucn of the projec, ri r -,_un all required c °riricate I of :overage cn file for the duration of the project and for one year therea�e (Cr) Woozy the governraertzl entity in writing by certified mail or personal delivery, within ten days :Titer tie person knew or should have known, of any change that materiaIIy affects the provision of ove age of any person proviairng services on the project; and x) yOatmcruaily require each other person with whom it contrzcs, to perform as required by sutyparagraphs (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, ether than a contractor, shall_ 1) provide coverage for' employees providing services on a project for the dura *ion of the project sed :�n proper reporung of classification codes and payroll amounts filing of any coverage u :3gtee uenu; :;2) provide a certificate ofcoverzge 2s requir e by its contract to provide services en the project, .,-)no: > bemruung won on the ;project: 3) have the following language in its contract to provide services on the project: "5y signing this - ont.4v: 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 :ontrvct who will pro: ,Ide services on the project wiU be covered by workers' compensation coverage NOTICE TO CONTRACTORS - S Revised 1/131981 8[7/98 bttp. /; v, env sos statetx ss/tac/2SM/: l flB l0. J1 10 i htm1 Page s �r rage : of o < r :anon o: _ e nrorect, that 'he c,,% %rage w�ili be Cased or, proper reporting Or classification oc es z ,v payroll z :.punts, and that ail wo. --rage agreernen:s :vvl be filed with the appropriate nsur"t e :,sorer or, the case of self- ircured, v, /,th the coniession's Division of Self-insurance Reet:iaucn. Providing false or misleading is "-ormation may subject the contractor to administrative ons �eties, ci.,d penalt es. or other civu ae . ." 4) prc� Ice the person for whom it is pro1.~idi.�tQ services or, the project, prior to the end of the ;overzve period shown on its current cer=cate of coverage, a new certificate snowing extension of overzQe, if the coverage period shown cn e cerificate of coverage ends during the duration of the -)MCC: `) obtaic from eac person providi ig se -vices on a proiec: under contract to it, and provide as required I y 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 prose^; (d) retain all required ceradcates o coverage on file for the duration of the project and for one year therezner; (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 tenn days after the person Lnew or should have known of the change; and (8) contractually require each other person with whom it contacts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its ernployees 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 dur niz me duration of the project; (E) obtain from each other person under vcntraet to it to provide services on the project, and provide as required by its contract (1) 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 http:l/www sos.state.,,x.us/tac/2811VI i0/B /110.110.hLmI Norzcs ro corrrrw3198) - e 817/98 p• Revised 1/13/981 Page 6 of 7 Page: 6 of 6 rat,, r c : e cc ntr= T) re;a n all '-1 �uu ed 4 coverage on die for the duration c: t��e project std for one ye,�z rherea. =t °: G) notiry the Qoverrune :.a i e '- in Ming by cetined trail or personai delivery, within ten days after the person knew or sitouid nave known, of anv change that manenady affects the provision of x_verave of any person orovidiri services on the project; and contrae�ually require e :c :per son wide whom it contracts, to perferrn as required by this subparagraph and subpa.-aeraohs (A)4G) of this paragraph, with the certificate of coverage to bc:. provided to the person for -From 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. <) This rule is applicable fer building or construction contracts adven+�sed for bid by a governrYacrttal entity on or after September 1, 1994. This rule is also applicable for those building or construction co13tr1cts entered into on or after September 1, 1994, which are not required by law to be advertised `or bid (11) T'7e coverage requue:re nt Lz this rule does not apply to motor carriers who are required pursuant t� Texas Civil Statutes, Article E675c, to resister with the Texas Department of Transportation and es, Article 6675(, § 40)- �vho -pi ovide accidental irsuranc t coverage pursuant to Texas Civil Statut). (1) The coverage requirement Ln t its rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097((), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, 995_ � 1.20). This subsection aoplies only to sole proprietors, partners, and corporate executive officers who are excluded from (-,overage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 1 10.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. RetturII to Section Index NOTICE TO CONTRACTORS - B Revised 1/13/98) 8n198 1)ttp; / /w.vw.sos. state. tx .usitacl28/1PI108 /110-110.htm1 Page 7 of 7 PART A - SPECIAL PROVISIONS O.N. STEVENS WATER TREATMENT PLANT WALKING BEAM FLOCCULATOR REPAIRS PROJECT NO. 8513 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. on Wednesday, January 10, 2006. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary' Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL O.N. STEVENS WATER TREATMENT PLANT WALKING BEAM FLOCCULATOR REPAIRS PROJECT NO. 8513 A MWDATORY pre -bid meeting is scheduled for Wednesday, December 13, 2006 beg*ning at 10:00 am. The pre -bid meeting will convene at the O.N. Steven Wat*r Trostment Plant located at 13101 Up River Road, Corpus Christi, Texas. The pre -bid meeting will be conducted by the City, and a site visit will follow f requested by attendees. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project O.N. STUVENS WATER TREATMENT PLANT WALKING BEAM FLOCCULATOR REPAIRS consists of the modifications to equipment, installation of replacement parts, cleaning and lubrication of all Flocculator Line Shaft Bearings, Lubrication of all new bearings, testing, alignment, and operational check of the walking beam flocculation equipment, complete with all appurtenances in accordance with the plans, specifications and contract documents. A -4 Method of Award The bids will be evaluated eased on the following subject to availability of funds 1.Total Base Bid, or 2-Total Base Bid plus Additive Alternative No. 1 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. It is the intent of the City to award the lowest combination of Total Base Bid or 'total Base Bid and Additive Alternative No. 1, within the available project Section A - SP (Revised 10/98) Page 1 of 24 A�5� Items to be Submitted with Proposal "he fol' owing items art- required to be submitted with the proposal: 54i_Bid Bond (Must reference O.N. Stevens Water Treament Plant Walking Beam Flocculator Repairs as identified in the Proposal) (A c'ashier's Check, cerr_ified check, money order or bank draft from any St-ile or Nationa! Bank 2jill also be acceptable_) Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 180 calendar days. The 'or,t.ractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of. Engineering Services or designee ( "City ,; igineei ° to proceed . t')r each calendar day that an) work remains incomplete after the time specified the Contract for completion of the work or after such time period as extended :rsuant to other provisions of this Contract, Five Hundred Dollars ($500.00) 'r calendar day will be assessed against the Contractor as liquidated damages. ,lid liquidated damage:; are n(,?: i.mposed as a penalty but as an estimate of the iamages that the -ity ,.ill su::T.ain from delay in completion of the work, which damages ny their nature are nc"= capable of precise proof. The Director of - �,,�gineer 'Lrig Services (� ity Enc sneer may withhold and deduct from monies herwise due the onttactor the amount o' liquidated damages due the City. A -7 Workers Compensation Insurance Coverage it she Cf,ntractor'._s workers' compensation insurance coverage for its employees working ;n the Project is term-inated or canceled for any reason, and replacement workers' compensation insurancF- coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' .>mpensation insurance coverage tc be rep aced, then any Contractor employee not ��t_)vered by the required workers compensation insurance coverage must not perform any work on the Projec +. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this c'nntract, is in effect For those Contractor employees, liquidated damages will 1) assessed against ana paid t;. the Contractor at the highest daily rate r sewhere: specified in this Ccntract. Such liquidated damages will accumulate without -o n ce from "he City Engineer to the Contractor and will be assessed and paid aver: _f the permitted time t(: complete the Project. has not expired. r. accordance wit =h other requiremerts of this Contract, the Contractor shall not permit sub.ontractors r,t other tr work or. the Project unless all such td:.vidu �l workinq on ?rc: ec are covered by workers' compensation insurance and unless th- requited documentation of such coverage has been l- rnTided to the Contractor and the City Er_gineer. Section A - SP (Revised 10/98) Page 2 of 24 A -8 Faxed Proposals Proposals faxed directly to the .ity will be considered non- responsive. Proposals must contain orig nal. :3ignatures and guaranty and be submitted in ,iccorda?rce with Sect on B-2 if he General Provisions. A -9 Acknowledgment of Addenda i'he, Cc >ntractor shali acknowledge receipt of all addenda received in the appropriate space pr;,vided .n the proposal. Failure to do so will be interpreted ,rs non - receipt Since addenda c,an have significant impact on the proposal, to lure to acknowledge rece:_pt, and a subsequent interpretation of non- receipt, z-i._.ld h, -ve an adver�:t effec wi-on determining the lowest responsible bidder. A -10 Wage Rates abor preference and wage rates for heavy construction. Minimum Prevailing Wage Scales ,he Corpus Christi C;_ty Council has determined the general prevailing minimum hourly wage rates fo: Nuece:; County, Texas as set out in Part C. The Contractor w and ar.y subconti actor must riot pay less than the specified wage rates to all aborers, workmen, acrd mechanic3 employed by them in the execution of the "ortrc' The Contractor or subcontractor shall forfeit sixty dollars ($60.00) Y c- +lendar day, or portion thereof, for each laborer, workman, or mechanic ' smployed, if such peg -son is paid less than the specified rates for the :lassif catior. cif work perf +armed_ The Contractor and each subcontractor must �.e(tp n accurate rec�)rd showing the names and classifications of all laborers, wor-kmen. and mechani -s empl >yed by them in connection with the Project and >hcawir�a the aeti. ;al wages paid t ., each worker. '''he C� rr ractor w ,H w i I l ake bi eeK ty certified payroll submittals to the City Engineer. The Cr;ntrac-tor will also obtain copies of such certified payrolls from al'_ subcontractors avid others working on the Projects These documents will also tin submitted tc the :'ity Engineer bi- weekly. (See section for Minority /Minority 3u sin(-s_; Enterprise )artic:i- _,ation Policy for additional requirements concerning *:he prover forn and -ontent of .he payroll submittals.) )rae and one halt ill /) timer the specif ed hourly wage must be paid for all hours worked ir_ excess of 4) hours in any one week and for all hours worked on >undays or holidays (See - ection B -] 1, Definition of Terms, and Section B -7- 6, Work i rig Heur:. A -11 Cooperation with Public Agencies The Contractor shall cooperate with all public and private agencies with 37acilities operating within the limits of the Project. The Contractor shall provide a forty eighr (48) -our- notice to any applicable agency when work is ,rnticipated to proceed in t'-:e vicinity of any facility by using the Dig Tess 1- '-300- 344 -8377, the Lore Star Notificaticn Company at 1- 800 - 669 -8344, and the Southwestern Bell Lo-ate 3rjup at 1 -800- 828 -5127. For the Contractor's ,onvenience, thi foi owing `elephone numbers are listed. '. ty F.ngi %ieer 1326 3500 1)roject Engineer LNV ENGINEERING Marcus: J. N.riser, ='.E 883-1984 ^Ciaffic Engineering 826 -3540 Section A - SP (Revised 10/98) Page 3 of 24 Police Departmen- 882 - 1911 Water Department 857 1880 (880 -3140 after hours) Wastewater Department 857 1818 (880 -3140 after hours) Gas Department 883 -6900 (885 -6900 after hours) St ,m Water Depa tment 857 -1881 (880 -3140 after hours) Parks & Recreatic =n Depar tmenr 82 -S 3461 StrEets & S1-,,[id Taste S, wires 857 -1970 A -' P 293 -4833 (693 -9444 after hours) S -i Cl AT &T 881 -2511 (1 -800- 824- 4424,after hours) Citi Street Div. for Tr+ -:tfi( Signal/'Fiber Opt is Loc.+r,e 851 -1946 857 -1960 Cablevision 857 5000 (857 -5060 after hours) AC�3i (Fiber optic 887 -9200 (Pager 800- 724 -3624) KMC (Fiber optic. Bli -1124 (Pager 888- 204 -1679) Cho.iceCom (Fiber Optic) 88t -5767 (Pager 850 -2981) CA ?POCK (Fiber 01-tic; 512/935 -0958 (Mobile) Er,x%ks Fiber, opt s (MAN, 97' -753 -4355 A -12 Naintenance of Services ;'he's Contractor shall take all precautions in protecting existing utilities, both t)nve and below ground The _?rawings show as much information as can be ei onabt-, obta"ned from existing as -built drawings, base maps, utility records, #1 and Erom as much cield we -rk as normally deemed necessary for the ;rnsrruction of this trpe of croject with regard to the location and nature of ridergr:und utilities, etc. However, the accuracy and completeness of such atormation is not guaranteed ft is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of i operations tc. precLude damaging the existing facilities. If the Contractor ncounters utilit,. serices along the line of this work, it is his e:.pc,ns:i b s l ity f( maintain thy- services -in continuous operation at his own t,xpense in the event of damage to underground utilities, whether shown in the drawings, he Contractor shall make the necessary repairs to place the utilities back in ,ervice ro construct, the work as intended at no increase in the Contract price. "01 such repairs must. -onform to the requirements of the company or agency that ,:i,!, r_ht- ,itilitie: Where existing sewers are encountered and are interfered with (i.e. broken, cut, eL( I, flow must be maintained. Sewage or other liquid must be handled by the -ontractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, a'1 with the approval of the City Engineer. Sewage or <.)ther liquid must not oe pumped, bailed or flumed over the streets or ground ourface and , ontractor must pay 1,,r all 'ines and remediation that may result if sewage or _,Lher liquid contacts the streets t:)r ground surface. It is also the ',?ntractoi's responsihlity t,- make all necessary repairs, relocations and _,d-�;ustment.s to the satisfacti..;n of the City Engineer at no increase in the �ntract price_ Materials for repairs, adjustments or relocations of sewer :service l;nes must be provided by the Contractor. A -13 Area Access and Traffic Control NOT USED 4 -i € iateflt- traf €ie- mist:- be - -urse to aes� pY'a id< in= man-- �t-T r ,�o�i,. =enisneeze- metorTsts —Al! weather aeeess must be bus- ,at_.,,- nes during eenstr- uetien. The +ntt-- aetR3r must prev d(t_eff}3e+- r d vewa °fs- Section A - SP (Revised 10/98) Page 4 of 24 Er<f j-ffg wed weat€rer: he - eant-Easter must maintain r —_-kt -e meet the-s <}€- 3nel<,ment weather. A traff 4:e eentrel plan is prov44eA--kn a' ti €anti ter= wig -� t e- r-e rued to --eper-a-tions so as to eause erti n [tu[[t e i mp a e t on e - -ae n -el -but -- i5 -ice- - iced- -te},- -iii half widths, eenstruetion ' amps —.•.- te -- T*i, -_ .- Cont- raicvT' -a htxz- - p r -eo p- -witch the r•; ty of Cer -pus -and Praetiees as adepted by the Gity. -.ayac -- i- '3b-1 -e } t Tra ff i , L•...-.; neerinq 41BO - ch�6�3�h -- ,rn= "� • . f 1 i i.� i e is tmf >rrt - -V-te Eon -t--aeter-- -- 3ha44 eu- ' -- the- neeessary- permit rrem the City J , ,lff i e Frio Fier Y- Hg -_ )epcal tmw =nt-. e -a r i- eE;st- s- - €oi. i oaf €i- - eenr•31_shal -1 -be- paid -for as shown in the r__r_ ° A -14 Construction Bquipment_Spillage and Tracking "h(, C,nt.ractoi shall keep t -ie adjoining streets free of tracked and /or spilled materials going to o from the construction area. Hand labor and /or mechanical. ;• =uipment must be us,!d where necessary to keep these roadways clear of job - ated materials Such worK must be completed without any increase in the trrsc° price, --eels and curb lin•s must _.e cleaned at the end of the work day or more rF °quen *..ly, if necessary, t prevent material from washing into the storm sewer terra No visible material that could be washed into storm sewer is allowed to )n the Pi ojec site _;r adjoining streets- A -15 Excavation and Removals NOT USED d .i en to sidewalks I t an driveways ,st b `tic --- ��avated areas �- t�rbs .. ,,... -. ,.. ...,.., -.y.. ,,,, Y_i4A-e-1 with -1 e4ea+i -1 -4ir- - uElean'l dirt -s de €ined -as dirt that �4_ E44 g - -grQ, th of grass when e fi-- rt- jwa- ^.i`c-ae - free - -of debris-, - ea1iehe, asphalt, eenerete and _ ether t , rs the growth of grass. ��t.3 -�- �iet��- #rte - -3 ts- tippet = -�ee ..r ,,- ,TM,,.... tt liFnits of the - rejeet must be t�SR6ii E'E}m l e s s z v mt ^ve d u`;:-i9. - s - e m i-lne e } t-e-d -Iimltced t v -pi pipe, iifG v£cj�s , ? ... i k , t,-, }3e - eons idered Siib"3 6 the -bid item fvr— stre2z— nMccrVats63'i , i3c're- f"ETr-e, f3£l 447- rf'_e�t 1.1 be _de to n...,«., --., ter 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 b,, the Contractor The cost of all hauling is considered 'UOS.Jdiary; therefote, no o re<:t payment will be made to Contractor. Section A - SP (Revised 10/98) Page 5 of 24 A -17 Field Office The Contractor rust tarnish °he City Engineer or his representative with a field office at the construction e =.te The field office must contain at least 120 square feet of iseabie space The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 50" and two (2) ^hails. The t"ontractor shall move the field office on the site as required by --he City Engineer or his representative. The field office must be furnished with i telephone ,At� 24 -hour per day answering service) and FAX ,rachine paid for by the Contact :oi. There is no separate pay item for the field ffice A -18 Schedule and Sequence of Construction The Contractor shall submit 10 the City Engineer a work plan based only on calendar days This plan must detail the schedule of work and must be submitted t; `he City Engineer at least three (3) working days prior to the pre - construction meeting Contractor working hours will be on Monday thru Saturday during daylight hours.. The plan must indicate the schedule of the following work items. , Initial Schedule- Submit tc, the Cl -ty Engineer three (3) days prior to the -- - -- — -- Pre- Construction Meetir,y an initia Construction Progress Schedule for I iew. Items to Include: Shok complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. lde:ttify the first work day of each week. Submittal Dates: Indicate submittal dates required for all submittals. Include submittals outlined in Technical Specification T -1. 4 Re- Submission: Revise and resubmit as required by the City Engineer. Periodic Update, Submit Updated Construction Progress Schedule to show actual progress Df each stage by percentage against initial Schedule. General sequence of work as outlined in Technical Specification T -1. " ompletion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifcation. and contract documents and connected to the existing system, and accepter; by the Cit-r for the entire project. certificate of Completion: The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check ,ist) (':)Final nspection (Contractor shall have red lined set ready to submit to City with all corrections /notes - Engineering Services to coordinate As -Built plan arepararion with A/E Consultant) . (2)inspector prepares f nal (paantities, contractor evaluation form, and project summa., (r inspector /Engineer vcrif es that all submittals, payrolls, Inspection Reports, As Builts, D&M manuals (in electronic format as required), SCADA document,ition, ind other Field Information are complete. Section A - SP (Revised 10/98) Page 6 of 24 4)Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. 5)Final estimate reviewed by City Construction Engineer. +6)City Construction Engineer submits to Engineering Administrative Asst., the final estimate and contractor evaluation form and Project Acceptance Procedures Check List. 7IFinal payment checklist_ (a Affidavit that all bills have been paid, "Waiver of Lien" (b Submittal of all remaining payrolls (c Submittal of MBE letter on what Contractor has actually subcontracted through end of project (d`If CDBG project, all federal forms completed and submitted 87Final Acceptance Memorandum prepared by Administrative Assistant 9)Administrative Asst, reviews for completeness, funding availability, prepares financial paperwork 10)Administrative Asst. submits to director of Engineering Services/Operating Department Head for approval and forwarding to Asst. City Manager Pr il)Final Acceptance memo returned from Asst. City Manager i2)Authorization for payment (AFP) prepared and submitted to Accounting Department 13)Contractor receives final payment after City Council (if required or Asst. City Manager ccepts project. (14)Administrative Asst. sends letter to Contractor informing him or her when one -year warranty date begins (Acceptance Memorandum). y cceptance of t.rie project will be described in an Acceptance Memorandum to i- C ont.ractoi m The two (2) year warranty will begin on the date that the Acceptance Memorandum 9 issued to the Contractor See also Special Provision A -50. A -19 Construction Layout and Control NOT USED The a_--,..,.mgs dep - amines, slepes, grades, seeti arements, beneh -,z;r_; � xser twat are nerma-lly r-equired to ee�st e€ a prejeet of this tixa -. -ghee en the . The City Bagineer 11 €ttEnish the Gentraeter with all lines, slepes a ffleaOurements fe eent.-rel e. F_ the -werk. € , Ear beneh mark-,— the C- ntxaeter shall provide the City Gui-'Veyeir 49 heu rs ..et that a!--...- . - eentrel peinte ean be established by the City SuL-,Feyer ais he deems neeessary, at ne -eest- a he Gentraeter. Eentrel peints er beneh mark a Eentraeter' s negllgenee will be resteEed by the G t y Gurveyer at the _masse- e-€- t-he-- Contra eter= —€ar whatever tease , 4-t s -nom —te deviate €rem prepesed line w made to preperly e)Eeeute-the werk, the Gentraeter shall obtain asef _ the GitY B.,r_.eneeE pEier to a,.viat. r _14;- in the epinien of the City - Engineers t-lie r eqaired deviatien weuld aeeeseitate a revisien to the drawings, the GefltFaeterr c;hal _ • -tee-«= Re -as required er the _ - t y Engineer- to Section A - SP (Revised 10/98) Page 7 of 24 T Centraeter sha11 t ie moo F�_ _^ _ a1 -i a-nd p*epesed --far the parpe,,e a€- ti--the Aise, -E~} - e�ei a that tie -re =ter « crrzi- arr -a - m}]c-imufR- of--t-we }- }E'M`S ©I3i3e��ir�- zhliYii t F ,: ing the mean ag r- € - ?3e - :'e �te4 WDT* thCont -a-et Deeuments — Fiats -and -Third F }� egeee�etrt e9 stir -� €2ss �b�►ed 8tt reY - -� i FLT sT lieensed-in the amaze -o-f-Te a retained -ten -r,�ic - - t #e-Ee ttra�te R e id 4e- ser -ePan- ..;- sha44-be neted -��}� k�e ^ ' d R ��ri-x� z-- crx- c"I��-afrr�EiV6�3nt� pr rt i fu n t-&- -a ty--- ecfu4,as&� - F044ei i4lq- is ii i' sehe:.pie -of £'treat -s-: .��_. , • ii?' t c^.- r- v' v'•: i3S- -£>�- -���1 - �irccr�vur -af3d • ; i -- ,�-zm-r- i-izvci .. c-4cv-&r O- -, ,a tman vi2o -, • ��si� 1e _(fie -,at— easing and - flew line easing. rXD()T- yin- RR-- -ge+4-ir r=_} • Va-! e- s- -vau l t n E fffi ; • .�.- ,.,��tag -- cam€- Tr,-,- ''•gig -a�3d and PR- fier-mi -C-_-} -- at Manholes; '- -- - A€ � }n e easing) �r - TxDv T A -20 Testing and Certification NOT USED Al tests t-b-is item e °eeted b,�- t$e- t .- w4 1 be-berne -vr the t - in -Oie_E -went �i -- -test €axis, t o test ff►ast �e gene � aft-er takee; - -asd 4-he--eestj ef retesting will be berne by -Gast�ae ar and - dedac�te� €� �frt -t €te -ma t to Gee nq'he _. Gent te - ��p�e--r�1 }._ � , L.l - t.. Engineer. zczzscr�acc'vx----�ii�Yi -E= ...YY. �-- cc- �= �- 1- �'z- rc- iT••✓ii�ce the A -21 Pioject Signs NOT USED The - C-OHt,- „tom. - �i?cr�i---i a- z-,- iri- z3�i<i �iisc- a-i�-- 4lle-- �- ��-- �9�££e•� ��^ .,.a, ^s -...a �-t.. - -T: ere - eenstrnetien ^ s begin � s and Section A -- SP (Revised 10/98) Page 8 of 24 - - - t- 4e —P-r e�traete Tfre —l-e 1f-4 b +- -,-, --the field ti y the e i r j 43ffgi ieecr- A - -22 Minority /Minority Business Enterprise Participation Policy 4)c, l i cy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate n the performance of contracts awarded by the City of Corpus Christi in upport of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and ,ny amendments Cheretc In accordance with such policy, the City has established requirements, as stated herein, both for minority and female Participation b✓ trade and for Minority Business Enterprise. Definitions a Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a "ity contract. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, serzices, -supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract Minorit�_Business Enter rise: A business enterprise that is owned and contro_led by one or more minority person(s). Minority persons include Blacks, M- xican- Americans and other persons of Hispanic origin, Amr_.rican Indians, Alaskan Natives, and Asians or Pacific Islanders For t'ie purposes Df this section, women are also considered as min,]rities. Minority person(s) must collectively own, operate and /or act =ively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1 Owned ta< For sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority perscr, . (bi For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate sharer must be owned by one or more minority person(s). 2 Controlled The primar, power, direct: or indirect, to manage a business enterprise rest: with a minority person(s). Section A - SP (Revised 10/98) Page 9 of 24 4 3. Share-in—Payments Minority partners, proprietor or stockholders, of the enterprise as the case may be, must be entitled to receive 51 A or mc:•re :-f the total profits, bonuses, dividends, interest p- iyments, commissions, consulting fees, rents, pro<::uremen', and subcontract payments, and any other monetary distributi -:n paid by the business enterprise. a Minority- See de'inition under Minority Business Enterprise. r Female Owned Business Enterprise- A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women,or a corporation at least 51.0% of whose assets or interests in the corporate :.hares -re (caned by one or more women. t Joint venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry oti a single ousi.ness activity which is limited in scope and directio-A. The degree to which a joint venture may satisfy the stated MBE goal. cannot exceed the proportionate interest of the MBE as a member o? the joint renture in the work to be performed by the joint 'venture Fo! example, a joint venture which is to perform 50.03 )f the contract work itself and in which a minority joint ventu -e paLtner his a 1,0.0% iiterest, shall be deemed equivalent to hay.-Lnq minority pa.-ticipation in 25.0% of the work. Minority members of the joint ventuf -e must have either financial, managerial, or technical r?kills th(-- work o be performed by the joint venture. Goals a The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force or all construction work for the Contract award are as fol laws - Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15% b These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance a Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted b•y the Contractor tc the City Engineer. Section A - SP (Revised 10/98) Page 10 of 24 x The Contractor shall make bi weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project Along with the request for final payment on the Project, the Cont:ract,ot will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthy or final ;,ayments to the Contractor for failure to submit bi- weekv payrolls in a timely fashion or to submit overall participation informat ir, i as reguireci. ro A -23 Inspection Required NOT USED Tige- tit - -�,13a11 ♦ , to bu • , a �}Q T] 0!• 4 T -. t"- I'1'�' �r � at'C- -I�1 S'CT -S ri _ • Y c —v3-�- _ot*.. 1'raccz 7 .. ef- � �6i� M t� whi eh�- pe *[rtit--is - ,.,..,, Y �n -nal- .. .. _ r � FJ��te ffnu-&t ebb '-p- - Cl =._. t- e_Ge*e*,a-l- Pr-e -2"J =eH_; is 1. b ' L the -Geri-t r-a e t e r- t p, �y a �l I �E'E•:r at3d -- 1_� t i <. A -24 Surety Bonds Paragraph two 2? of i >ection B -3 I of the General Provisions is changed to read as follows; "Nc surety will oe accepted by the City from any Surety Company who ..; now in defaul•. __ or delinquent on any bonds or who has an interest ii my ljr:gatio,i against the City, All bonds must be issued by an approved Surety "ompany authorized to do business in the State of Tex.is. if perfoi.mance .ind payment bonds are in an amount in excess of ' en percent i_0 %) of the Surety Company's capital and surplus, the St:rety Company shall pr.:)vide certification satisfactory to the City Arto rney that the- Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surp'sus with re:Lnsurer(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 Fc, purpoF.es of this section, the amount of allowed capital and surplus w. - -ili 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 :)f 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 Jnited States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsures that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or rei_nsurer must be listed in the Federal Register as holding cent ficateF. of a.ithori_t, on the date the bond was issued." A -25 Sales Tax Exemption NOT USED -- f ' 1 deleted in its t - .] L E_�rrt aets €ems - reveme^ - te - rea ehristi -do - > ales E3eeise, and Use Taxes unless —tie Section A - SP (Revised 10/98) Page 11 of 24 -Ont Fa Ear- ti reez s t e 1-291 of- Ghapter - --3 Tax Adffiir34is-t-ratien re€ Title 34 F .Pttbl--e €'inanee e€ the Te3Eas Admini-st-i-ative - -Cede, -er skieh other-- rules - -er regulates the- �- rvrr e- r- -Vf- Pub Si ezTe*,=oun.4--s of Te xas--,- € -t-he- G-FF r -- ele-eta - t- e- {jpeY- te=e -p er --a-separated eentraet, he shall: - +ta4i+ -t-he __er i3— - sales - t-ax --peTT ite - -€ from the State Cop re l - 3deatA f trr the - r -i ate - spaee - E n the " S atement e�P9�bez ial s �a� -M ier Chargems - in- the p*epesa i --- €error -- he physieall ir+t :i -fie pr=sjeet 4 Pr-ev i-de- resale t ' ' P *,evi e -the- Cry � with _ pies, e€ material— iaveieee to sebstanti-ate the pfepeoal ae— vfmat- er4.3�4' . if- -- .- tlie- Gontraeter- lees- net -Meet t) eperatte —under a separated eentraet, hef.,ast • ..e this P ejc t . �a�.� - - -. -- �ccz��--- ur:cr�v�c - Ta�ceQ- a- pp�.-- reab�e a-.. F., r3� r -airs - art' eligible - ar sal -i € the subeentr-aeter a1 se abe e requirements. she Eentraeter must issue a resale =er-t ifieate --tom -the and the subeentraeter, in turn, issues -a resale e rg 4-i - A -26 Supplemental Insurance Requirements -'or eaci insurance coverage Provided in ;accordance with Section B -6 -11 of the ontract, the Contractor shall obtain an endorsement to the applicable insurance Ali y, 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 mai prior written notice of cancellation or material change to: 1, Name:City Of Corpus Christi Enqineering Services Department Att :a: Contract Administrator 2. Address: P. ti. 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 document s 4i* -hln thirty 13o calendar days after the date the City Engineer requests that t-he r:ontraetor sign the Contract documents, the Contractor shall provide the "iry Engineer with a certificate of insurance certifying that the Contractor ,:r;vides worker's compensation insurance coverage for all employees of the onf- actor employed or the Pr :jest described in the Contract. r'o- each insurance coverage piov ded in accordance with Section B -6 -11 of the ontract, the Contractor shall obtain an endorsement to the applicable insurance Section A - SP (Revised 10/96) Page 12 of 24 a policy, signed by tht insur. = -r, �3tating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker'.s. Compensation: coverage. For contractual Liability insurance coverage obtained in accordance with Section B 6 -I a) of the Contract, -he i'ontractor shall obtain an endorsement to this r c >verage star inc m :'ontractcr agrees to indemnify, save harmless and defend the City, t: agents, set. %ants, and employees, and each of them against and void it and them harmless from any and all lawsuits, claims, demands, iiabilities, losses and expenses, including court costs and rittorneys' fees for or on account of any injury to any person, or any death at any time r-esuLti.ng 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 'icy, its agent: servants or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims NOT USED R R"T"aY'r h (a) �_ _"ahrr rcYof Seef ie B c the General n 11 ef awe ndecl- re inel�dde- t?er,tiae�r -,,: pr— E)vide -bu_ lde�s r s eve-rage fen t he teyTfl -el te and _iffeluding t)ie -date-the G ty finally aeeepts the �rt-- Pay �c3eu��- gaeh -- bay =de�� -�k �. ,..�� -� �-• -sve�: age-- .���ad - }ng- -any - <a,�-- Th�C�- ty- mt�sir be named = 1 i � n sa3= eh -c�rr r p4 E-4 ie s A -28 Considerations for Contract Award and Execution Po allow the City Engineer tD determine that the bidder is able to perform its obtigatic)ns under- the proposed contract, then prior to award, the City Engineer may require a bidder to provide locumentation concerning: Whether any liens have been filed against bidder for either failure to pay f r services or materials supplied against any of its projects begun within the, preceding two (2) pears The bidder shall specify the name and address o- the party holding the lien, the amount of the lien, the basis for the lien claim, and the dates of the release of the lien. If any such lien has not been released, the hidder shall state why the claim has not been paid; and 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 tLe claimant, th == amount of the claim, the basis for the claim, and an explanation why he -laim has not l-een paid. A bidder- may also be required to .supply construction references and a financial statement, prepared nc_ later chart ninety (90) days prior to the City Engineer's request, signed and dated by the bidder13 owner, president or other authorized .;art ✓, ,1;ecifying all curlen assns and liabilities. Section A - SP (Revised 10/98) Page 13 of 24 A -29 Contractor's Field Administration Staff jhe• Contractor shall employ f t_his Project, as its field administration staff, -,,upeiintendents and f0l7emen who are careful and competent and acceptable to the " i t v Eno i steer . "he �.riteria upor whicia the City Engineer makes this determination may include I he oliowing: The superintendent must have at least five (5) years experience in the day - to day field management and oversight of projects of a similar size and complexity to this Project, which includes installation, repairs and alignment of mechanical equipment in a water or wastewater treatment plant. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, equipment alignment, safety, coordination of subcontractors, and familiarity with the construction submittal process, the handling, storage, and disposal of material that is considered hazardous waste due to lead content, federal and state wage rate requirements, and contract close -out procedures. The foreman must have at least five (5) years experience in oversight and management of the work of various subcontractors and crafts. If the scope of tcie Project is such that a foreman is not required, the Contractor's superintendent shall assume the responsibilities of a foreman. cumentation concerning these- matters will be reviewed by the City Engineer. "-e Contractor's field administration staff, and any subsequent substitutions or placements thereto, must be approved by the City Engineer in writing prior to uch superintendent or forema; assuming responsibilities on the Project. loch aritten approval c:f field administration staff is a prerequisite to the ty 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 pri <)r tc-� a change in field administration staff xiuring the term of this Contract. If the Contractor fails to obtain prior written approval ;A the City Engineer concerning any substitutions or Yeplacemerts in its field administration :,taff for this Project during the term of the Contract; such a failur,! constitutes a basis to annul the Contract 1,, ;rsuant to section B -- 13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: A list of the major components of the work; A li. :t of the products it-(k be 'ncorpocated into the Project; A schedule of values which specifies estimates of the cost for each major Component of the work; 4 A schedule of ant:cipatect monthly payments for the Project duration. Section A - SP (Revised 10/98) Page 14 of 24 -he names :and a:ldresscs of MBE firms that will participate in the Contract, ,long wish a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal gencies ()r signed affidavits from the MBE firms, that such MBE firms meet th- guide nes - ontairfd herein. Similar substantiation will be required f the Contracr -)r is ar MBE. If the responses do not clearly show that MBE t- anticipation well meet the requirements above, the bidder must clearly remonstrate, to the satisfaction of the City Engineer, that a good faith 4-f`ort has, in =act b -en made to meet said requirements but that meeting ua.'h requ.i r emen- s n >t l e a sonabl y possible. - r ist of subcontractors that will be working on the Project. This list 97'a, contain, more than -,ne subcontractor for major components of the work if `he- Contractor �,as not completed his evaluation of which subcontractor Will leer form the wore.. The- City Engineer retains the right to approve all subcontractors that will perform work on the Prraject The "ontractor shall obtain written approval hi the City Engineer of al! of its subcontractors prior to beginning work on the Project.. If the City Engineer does not approve all proposed � jbcontractors, it may rescind the Contract award. the event that a sul:r: ontractor previously listed and approved is sought t) be substi.tutcd for c-- replaced during the term of the Contract, then the ':ty Engineer retains the right to approve any substitute or replacement ,tcontractor prior to is participation in the Project. Such approval w „`i not be given it tle replacement of the subcontractor will result in an tcrease in the 'ontract price. Failure of the Contractor to comply with tiis provision _ °institutes a basis upon which to annul the Contract pi,r suant Sec! ion R - 1 3 , A preliminary progress :=schedule indicating relationships between the major cc >mponents Of the work. The final progress schedule must be submitted to the City Enginee- at the pre- construction conference; and8. Documentation re- gaired pursuan' to the Special Provisions A -28 and A -29 concerning C�,n :;iderations `)r Cont +act Award and Execution and the Contractor's Field Ac'm nistrat ior� ;= aft Dc,c,amentation a_> required bi Special Provision A -35 -K, if applicable. 0. Within five (5) iays 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 snder "General Pr-ovisions and Requirements for Municipal Construction Contrc.Cts” P-8-5 Policy on Extra Work and Change Orders the present text is deleted and It replaced wi the f.oll)wing- Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges th,,t the Cir_y Engineer may authorize change orders which do not exceed $2';,000.00 The `'ontractor acknowledges that any change orders in an amount in excess 3f $25,(i00 00 must also be approved by the City Council_ Section A - SP (Revised 10/98) Page 15 of 24 A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" R -� 5 Execution of Contract add the following: The award (Dt-_ the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. C <)ntractor has no cause of action of any kind, including for breach of �ontract, against the City, nor is the City oh'igated ro pert.)rm under the Contract, until the date the City Engineer deii•,rers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fullf with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation, to carry out the provisions of this Contract. Contractor is reminded -o attend the Mandatory Pre -Bid Meeting referred to in Special Provision A -l. A -34 Precedence of Contract Documents �n case of eonfli:et in the Cortracl documents, first precedence will be given to addenda issued during the bidding phase or" the Project, second precedence will ins given to the Special Provisions, third precedence will. be given to the construction plans, fourth precedence will be given to the Standard .pecificat -ions and the Genera] Provisions will be given last precedence. In the event of a conflict between arr✓ of the Standard Specifications with any other eferenced specifications, such as the Texas Department of Public Transportation — andard Specifications for Highways, Streets and Bridges, ASTM specifications, rt c . , the precedence will be c, ver Lo addenda, Special Provisions and supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements A. visitor /Contractor Orientation Prior to performing work at any City water facility, the Contractor, his subcontractors, and each of their employees must have on their person a valid card certifying their prior attendance at a Visitor /Contractor Safety Orientation Program conducted by the City Water Department Personnel. A Visitor /Contractor Safety Orientation Program will be offered by authorized City Water Department personnel for those persons who do not have such a card, and who desire to perform any work within any City water facility. For additional information refer t, Attachment I. 3. Operation of City -Owned Equipment The Contractor shall not start, operate, or stop any pump, motor, valve, equipment, switch, breaker, control, or any other item related to City water facility at any time All such items must be operated by an operator cr other authorized maintenance employee of the City Water Department. Section A - SP (Revised 10/98) Page 16 of 24 Protection of Water Quality The City must delive-t water of drinking quality to its customers at all times- The Contractor shall protect the quality of the water in'. the Job si`e and shall coordinate its work with the City Water Department to protect the quality of the water. Conformity with ANSI /NSF Standard 61 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any other items, whi:.h could come into contact with potable water, must conform to American National Standards Institute /National Sanitation Foundation (ANSI /NSF` Standard 61 as described in the Standard Specifications. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds, coatings, or hydraulic equipment. These items must not be used unless they conform with ANSIJNSF Standard 61 and unless such items are inspected on the site by authorized City personnel immediately prior to use. The Contractor shall provide the Engineer with copies of written proof of ANSI /NSF Standard 61 approval for all materials which could come into contact with potable water. Handling and Disposal of Trash All trash Generated by the Contractor or his employees, 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 it all times and remove all trash daily. CONTRACTOR'S ON -SITE PREPARATION Contractor s personnel must wear colored uniform overalls other than orange, blue, or white. Each employee uniform must provide company name and individual employee identification. t? Contractor shall provide telephones for Contractor personnel. Plant telephones are not available for Contractor use. ? Working hours will be lam t ?pm Monday thru Saturday during daylight hours. €er= base bid and werk hears set by the Eentraeer fer Dedi:ietzi:-.�e Alternative 1. However, Go ift; s I Contractor must not use any City facility restrooms. Contractor must provide own sanitary facilities. The location of any sanitary facilities must be approved by the Engineer. All Contractor vehicles must be parked at designated site, as designated by City Water Department staff. All Contractor vehicles must be clearly libeled with company name. No private employee vehicles aye allowed at the project site. _Employee vehicles must be parked at locations designated by City Water Department personnel. All personnel mus* be in company vehicles. During working hours, contractor employees must not leave the designated construction area nor wander through any buildings other than for required work or as Section A - SP (Revised 10/98) Page 17 of 24 directea b; City ':vatet Department personnel during emergency evacuation K Contractor Qualifications - SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any work to the computer -based monitoring and control system must be performed cnly by :lualified technical and supervisory personnel, as determined by meet�.ng the qua_ifications 1 thru 9 below. This work includes, ;ut is rot limited ?:o, modifications, additions, changes, selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in operation all hardware and /or sctware specified or required by these specifications The Contractor or his subcontractor proposing to perform the SCADA work must be able to demonstrate the following_ 1. He is regularly engaged in the computer -based monitoring and control system business, preferably as applied to the municipal water and wastewater industry. 2. He has performed work on systems of comparable size, type, and complexity -s required in this Contract on at least three Prior proje:_ts 3. He has beer. actively engaged in the type of work specified herein for -t !east 5 years. 4. He employs = Registered Professional Engineer, a Control Systems Engineer, or an Electrical Engineer to supervise or perf <Drm the work required by this specifications. 5. He employs personnel on this Project who have successfully competed a manufacturer's training course in configuring and implementin(i the specific computers, RTUS's, and software proposed for the Contract. 6. He maintain :, a permanent, fully staffed and equipped service facility within 400 miles of the Project site to maintain, repair, calibrate, and program the systems specified herein. 7. He shall furnish equipment which is the product of one manufacture) to the maxLmum practical extent. Where this is not practical, ail equipment of a given type will be the product of one manufacturer. 8. Prior performance at the o. N. Stevens Water Treatment Plant will be used in evaluat.,_ng which Contractor or subcontractor programs the new work for this Project. 9. Phe Contractor shall produce all filled -out programming blocks required to show the programming as needed and required, to add these two systems to the existing City SCADA system. Attached is an example of the required programming blocks which the City requires to be filled in and given to the City Engineer wit. all changes made during the programming phase. The attached sheet is an example and is not intended to show the r= squired sheets. The Contractor will provide all programming 01ocks used. Section A - sP (Revised 10/98) Page 18 of 24 A -36 Other Submittals s Shop Drawing Submittal: The Contractor shall follow the procedure outlined -____ t;elow when processing :,hop Drawing submittals: Quantity: Contractor shall transmit ten i10) copies of each submittal to the Cit/ Engineer Dr his designated representative. The City Engineer wall retain three (3) copies. t. R.eproducibies: in addition to the ten (10) copies required above, the Contractor shall 31so submit one (1) reproducible transparency for all shop drawi -1gs . Submittal '"ransmi_tal Forms: Contractor shall use the Submittal Transmitta Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal ,lumber 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. cl 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 < Scheduling Contr=icto? must schedule the submittals to expedite the Project, and deli -er :) the City Engineer for approval, and coordinate the submis: ion of r-elar_ed itens. 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. c 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 Requirement.,: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal Rxcessive submittal review paid by contractor after second rejection 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 k The Contractor shall include submittals as outlined in Technical Specification T -1. Section A - SP (Revised 10/98) Page 19 of 24 Samples: he Contractci must submit samples of finishes from the full n,inge of manufacturers standard colors, textures, and patterns for City Engineer's. selec>_ion. Trs(.: 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 ors. -: ite test dat,i within the specified time to the City Engineer for approval. Otherwise, the related egui ment will not be approved for use on tt_e project - -- A -37 Amended "Arrangement and Charge for Water Furnished by the City" NOT USED ,� F..� .. ,.rn' y. L. �1, n• aQ - -with the eit e€ � -, y�A�liS— �'hic rvat- -rvrr-- -end - }t.- Gent in .r P 3it1P33�e naz-ccx a �l d —rtl3e laft ") mss =aa- ....ciny- ova established fer eh e6i'd i-tions __..�#' e- '� ,r-- �'.£i� i3ee i�}i -'s- provide —aTepy of the Plan to _t-inq- The Centraeter will - eEy - ofe tLl an- o the IrcJ eet site i: on. 11 A -38 Worker's Compensation Coverage for Building or Construction Projects for 12overMent Entities T'he requirements of "Notice t: Contractors 'B1° are incorporated by reference in this Spec al Provision A -39 Certificate of Occupancy and Final Acceptance NOT USED 'fie vePets —dees net een tie f t }— aeaeptaaee a €— the ' A -40 JOnendaent 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 work site 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 work site. A -41 Ozone Advisory NOT USED rat-,- waeRa lv has --beefy issued, . ps ngineeE .i3 °-W '} °z_e n e a4-e � -t -'- -�f a L z"T C' bG-- c- euriccv- 3�zi--- �dF .?flrc-- -�3�-- a- i3�- �-�3e -s..�, - t}}E tYii3 Pri'ee --4- X1$2 -e a- -c - t4:1F:- �: °xt -.vua t- Section A - SP (Revised 10/98) Page 20 of 24 A -42 OSHA Rules & Regulations it is the responsibi-lity of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and or obs. 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 ±ability whatsoever from an act or- omission of the contractor, or any s;ubcontractoi, supplier, material man, or their officials, employees, ±gents, car consultan -s, )r any work done under the contract or in onnectin therewith -y the contractor, or any subcontractor, supplier, naterial man, < 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 viability whatsoever from a negligent act or omission of the city, its )fficials, employees, attorneys, and agents that directly or indirectly 'auses injury to an F�mplcyee of the contractor, or any subcontractor, supplier �)r 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 < thall b, submitted b., contractor as a basis for the price of the change order. A -45 AS -BUILT DIMENSIOUS AND DRAWINGS ,a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all raci_iities ii`,) Upon completion k.)f 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 :,hall include the following: il) Horizonta and vertical dimensions due to substitutions. 2) Changes i, equipment and dimensions due to substitutions. i3) "N<rmeplat-11 data on all instal led equipment. 4) De!_etions. additions, and changes to scope of work. (5 ) Arr.,, other changes made. Section A - SP (Revised 10/98) Page 21 of 24 A -46 Disposal of Highly Chlorinated Water (7/5/00) NOT USED tnF Cmtraeter- shall of water used €er testing :l--9- i-ftfle -t-3 en- -and-- 1 fine 44ush' 139- n- � ^c t r �a - a��m =r Fentamicants�u t #e per diseharge into wetlands - ---e-r - envi These are regulated _ by nufneraus ageneies sueh Fe--•�•i e n..�,.- - ��- caxrc� tK- 3 f3€ �1 1-reg ra a e }��geneies in the -di spesal -e€ all water used d €er The t ho ,��s• -a€- dispesa� shad ap€,r-,�ra.}__ -here - -sha 4- he_ --ne water � _ ,r raete t€te- -mkt -y s-- t--� -'' - eenn -af v:i nat ed water-, A -47 Pre - Construction Exploratory Excavations (7/5/00) NOT USED per "tpae o er-e -- he-- pre�, Eeatr-aeter shall: - emeavate had - e-)tlsase -- all - Wising -p rpe-1 - ne s , .'.r ©s$ -*it h4ff--2-0- feet-, - prepesed -- 4j _14nes, ubilAtIes and eMeayatien en the -sue = -r- surve}+--� the - (-°a-et vex -tleal -and herisental leea -t }en ' " -eaeh �-y c��ii g _:� - eendtt}ts and utilities t exis -tir;g pipe4ines, -ut l3 ties, and -eE) --- nits parallel and are withi� efi feet - #: ) - .- epaseci p HelTees eenduits -and e3Eeavation e€ the pro j Bet, tent- r-aet--0 shall <_-eavate ank4- _-xcpese- sated eliaes, rat }lities and eet -0 -C - -,. a Oeii r. . shall survey the- aeeura-te l(= r ,+-4 _and- ver ieal - lc�eat i.oas- e€- said NuzQ'n�- pipelfines, �endu is --ate i } i t-ier, at -300 - €eet �-vrrrz-ccE�c�r _shal: -1 _ t. he-r -r -ewe -a- repert and submit it te t4e city } }9 - -the-wfter - -mot -p pel-rne. , ef3ndui s and -- utilities emeavated and := arueyed - as ell - - -a -s k3e-a} �e3eimat�aE , distanee to the pavement ens pipelines, eendu ih s and r'aatiaeto-f _9ha4-1- -- per €ar - -nfl construetien work on- the prejeet —until all empler-atery-. -e3Eeavat ens-- --he -ve- #peen-- made in their eatirety, the results thereef- reper-tg&._. te the Engineer —t kb Gentraeter receives Engineer-'s approval ef repor tz- Prior exeavatieas, Eentr- aetel• shall S""t t:e the Bagifteer the means and methede f or exploratory emea-vation to he used.- EaBtr-a&tGr---- sOha} -1-- use - - -ae _destructive ... ;may —te— perform exglerate� exeavaMea._ -- 8,-x0_ eratery emeavat ion-a -a =a-=T -lam -c jnsidernd- subaidiar}� -te app =ePriat� -hid ite t c t aeter _-�revi a11- i s a�Ve`y- Baer * effert (ne separate -eay) fer exP� ora - exeavat: inn A -48 Overhead Electrical Wires (7/5/00) cont r--4- shall Comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing *. :he construction route and along the construction r ite. Contractor shall use ali due diligence, precautions, etc., to ensure that adequate safety is provided fc; all of his employees and operators of equipment and with regard to ensu >.ing th.it tit) damage to existing overhead electrical wires - facilit.es occurs, Section A - SP (Revised 10/98) Page 22 of 24 t'antracs_or shall (,:)ordina e his work with CP &L and inform CP &L of his coristruc:-tion schedul, with egard to said overhead lines. Some c >verhead ..fines -ire shown in the construction plans, while others are not. It shall be the Contractor`- sole responsibility to provide for adequate safety with regard tc overhead lints whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Cinder "Genera: Provision:-1 and Requirements for Municipal Construction Contracts ", B 8 11 Maintenance Guarant add the following: The Cont ractor`s guarantee is a separate, additional remedy available to benefit the Cit,° of Corpus Christi. Neither the guarantee nor expiration of the guarantee period Nils operate to reduce, release, or relinquish any fights or remedies available to tyre City of Corpus Christi for any claims causes of action against the Contractor or any other individual or nt ity A -50 Floceulator Maintenance Guarant Under Part B "General provisions" B -8 -11 Maintenance Guaranty:, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor sha.1 1 maintain and keep in good repair the work herein ontracted to b- done and performed for a period of TWO (2) years from the 3 *e of iccept.ance, -hal 1 perform all necessary work and repair any defective condi, ion, a:)y defect arising in any of said parts of said work ia:d or (:onstriicted h✓ said Contractor.; it being understood that the purpose of this secti-A is to cover all defective conditions arising by reason of negligence of the Contractor, or by reason of defective materials, work or Labor performed by the said Contractor, and in case the said Contractor shall rail to do so, it is agreed that the City may do said w,)rk and suppl} such materials, and charge the same against the said ('-)retractor and :;uretie; on Ihis obligation. This provision shall further, me in addition- be evidenCe by the provisions of the Performance Bond or F',.ich other bond as may he required T'.iis warranty shall inc iude all items as outlined in Technical Specificat Lon T i Technical Specification for Modifications to the Walking Beam Flocculation Equipment. Section A - SP (Revised 10/98) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT: O.N_ Stevens Water Treatment Plant Walking Beam Flocculator No, 8513 OWNER: Cites of Corpus Chr:zsti SNGINMR: LNV Engineering O-ONTRACTOR SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRANING SUBMITTAL irs Section A - SP (Revised 10/98) Page 24 of 24 PART C - FEDERAL WAGE RATES AND REQUIREMENTS tfiv /,tx7luw 'urtifil A-uh 11 111AIIA06 Page 1 of 2 general Decision Numbez TX030039 06/13/2003 TX39 perseded General. Decision Nc} TX020039 fate: TEXAS -instruction Type >iEA VY I.-)unty(ies) : t IECES SAN PATRIC10 HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line '°<_nstruction and Drainage Projects) Modification Number Publication Date 0 06/3/2003 COUNTY (ies). NTJECES SAN PATRICIC :-'UTX2052A 12/01/i987 Rates Fringes ARPENT$RS (Excluding Form '1ert, -ng' $ 9.05 ''ENCRETE FINISHER 7.56 ELECTRICIAN 13..7 2.58 ABORERS: ommon 5.64 "it 11 i ty (EWER EQUIPMEW OPERATORS: �ackhoe 9.�i Motor Grader 8. 2 -41:.,L)ERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5. 5 (a) (1) (ii ) ) . it the listing above, the "SU" designation means that rates Fisted under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS Has there been an initial decision in the matter? This can hr- 'r. existing published wage determination survey underlying a wage determination =i-s -i /tw.uw w�inl aniJ/ za�r inl /c�afilr�c /r�a�-ic}�a�•nn/TX'24 ��rh 1 1 /Zn/7nf1Fi Page 2 of 2 • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.? should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2 If the answer to the question in 1.) is yes, then an Lnterested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator 'See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. s.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board. (formerly the Wage Appeals Board). Write to: Administrative Review Board U_ S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C� 20210 4,1 All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 3�ttn /tx txlst txrr�nj rtntr /xxr��� /cr •a ti�ACl io.r4<.l�n. n/TV 20 A—), 1 1 � ?nhnnL A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT i= entered into this 13th day of FEBRUARY, 2007 oy and between -,--,e :ITY OF CORPUS CHRISTI of the County Nueces State o` Texas acting through its duly authorized City Manage termed i-i the Contract Documents as "City," and R,S.Black Civil Contractors Inc./Machinery & Materials Inc, a Joint Venture termed in tre Con. -rapt - )ocaments as "Contractor," upon these terms, per formable 1 -: !vu-ces _: un 1 Texas r cons:der,�tion f 'he payment of $722,340.00 by City and other obligations of as set out herein, Contractor will c.- .r,strLct anj comi:lete -ert.ain improvements described as follows: O,N.STEVENS WATER TREATMENT PLANT WALKING BEAM FLOCCULATOR REPAIRS PROJECT NO. 8513 (TOTAL BASE BID + ADD -ALT NO.1 & NO.2: $722,340.00) according to the attached Plans and Specifications in a good and workmanlike manner for *he prices and conditions set out in their attached bid prop,)sa >upP.'ving at their expense such materials, services, Labor and ins rar ce as required by the attached Contract Documents, In.- .lud_ng o,ers;eeing the entire job. The Contract Dccuments incluo- thss Agreement, the bid proposal and nstru +-tior.s plan,3 and specifications, including all maps, plats, luepr_rts, anc7 other dl awings, t-ie Performance and Payment bonds, addenda and relat,d doc- ;ments all of which constitute the contract for th_s project and are made a part hereof. Agreement Page 1 of 2 ., e. - J-vr v.40FIVI, 7duc O/ I } Drive unit inspection and g i 12 EA reduction unit lubricant replacement, complete in place 2 1/- - - } per ,etch. ___Z aMWW Ad:7NO. 4 PAOPOSIuL Att No. 1 PAGE 3 or 10 PP 10 Q . N . X=V=g MM "Mm"M jr,"i WALicIM MAlt rr�ooexaa►TOR u'a,aes per Broject No. 0513 S s3lp, OOD shas DID I zz III IV V rZID iID iRtIT Don RnmicN IN name belt (QTY X TMIT PRICE rotating surfaces being replaced IN FxWUS) - 1 LS Mobilization ! Demobilization, complete in place per lump a on $ 12 EA Remove and replace torque arm ! asaeimbly, omplete reused, disassembly of the flocoulator line shaft bearings, — Ze in place per sac _. S y�/ cleaning and inspection of the ! i2 Remove and replace riser beam, eoanplete in place per each. $ ` Remove and replace torque complete in place per each. 12 EA connecting rod including pillow Modification of the walking beam blopk bearings and pins, L, SOON including installation of new compilete in place per each. — "-- bracket& and new rod end Re- alignment of walking beam 2 RA bearings (includes 244 new rod 12 EA Iflocculator assembly, complete in place per each. } Drive unit inspection and g i 12 EA reduction unit lubricant replacement, complete in place 2 1/- - - } per ,etch. ___Z aMWW Ad:7NO. 4 PAOPOSIuL Att No. 1 PAGE 3 or 10 PP 10 12 EA Drive re- alignment with new base Plate, complete in place per 000 S s3lp, OOD Lubrication of walking beam flocculator including lubrication of all parts and rotating surfaces being replaced 2 EA as well as any components being reused, disassembly of the flocoulator line shaft bearings, — Ze '-- cleaning and inspection of the line shaft bearings and flocculator line shafts, ` complete in place per each. Modification of the walking beam including installation of new & bracket& and new rod end 2 RA bearings (includes 244 new rod �OD Z �S ZDO end brackets and 144 new rod end S bearings), complete in place per } Drive unit inspection and g i 12 EA reduction unit lubricant replacement, complete in place 2 1/- - - } per ,etch. ___Z aMWW Ad:7NO. 4 PAOPOSIuL Att No. 1 PAGE 3 or 10 PP 10 Reuuild 1.5 hors• po d wer rive""" unit to include all internal bearings and seals included in a 10 1 HA typical factory rebuilt, saclUding gear work, complete in lady eaesh . MAImAld 5 horse dri 11 12 13 lA 15 16 1.8 19 20 21 power v unit to :L=lud• all internal bearings 1 & and seals included in a typical factory rebuilt, excluding gear work, complete in place per each. Rebuild 7.5 horse power drive unit to include all internal 1 bearings and seals included in s typical factory rebuilt, exclws& g gear work, complete in Place per each, inspection, cleaning Aid assessment of the flocculator 1 LS line shaft bearings and line siiarts, oomplet• in place per i lump sua . i Remove and replace 2 7/16N Split 2 aA, R+oller Bearings flocaulator line shaft bearing, oomplets in place per 400h. Remove and replace 2 15 16" 2 ILA split; Roller Bearings flocaulator line shaft bearing, complete in place per each. Remo" and replace 3 -77-16-- split Roller Hearings flocculator line 2 RA shaft bearing, complete in place per off Remove and replace 3 15/16° i split Roller Bearings 2 MA ;flOcculator lift* shaft bearing, — - complete in place per m. Remm" and replace 4 7 /16" split 2 BA i Roller Bearings flocoulator line shaft bearing, ooeplete in place Per each . Provide spar* 2 7/16w split 1 IRA Roller Bearings flocoulator line shaft bearing, oomplste per Provide spare 2 15/16" Split 1 BA Roller Hesrtngs flooculator line shaft bearing, complete per ProVi4e sperms 3 7 16" split RO13.•r Bearings flocaulator lino 1 BA shaft bearing, aoapl•t• per 7XVIsM PROPOSAL Tom GAGE 4 OF n loo 8 O� 1$ y2. DOD T1190 10 40Ynr IF—MR11 MM _ Z� j -- y o00 - _ X00 Addendum No. 4 Attachment Na. 1 Page 4 of 10 -u, a.4t$rIVI� rage d/ia TOTAL SLOX BID (Zi'516' 1 TMU 29) : $ ?07 200 . RNVVp Addendum No. 0 PROPOSAL FORK Attachment No. 1 PAGE 5 or 10 Page 5 of 10 previde spare 3 15 16" tpli.t R*114a bearings floaculator line Z2 I sl► shaft bearing, complete per �.. w — prov"As spare 4 7/16w Wit 23 1 i1► "ller Bearings floaoulator line 2, 201 � �_2, 2D0 shaft bearing, oosplete per Reprogram twelve (12) variable c4 LS drive units to include an over Current shut_ off setting, Complete in place per lum_ cum. 25 4 EA i Provide spare torque rod bearings, complete per each. SOD 5 2 ODO 26 4 EA Provide spare rod end bearings, 412-5; complete per each. — Equipment Repair /Replacement 2� 1 LS Allowance as directed by the Engineer, complete in place per 25,000.00 25,OOo.00 —4— lump sutra. 28 s 12 EA a Provide PCMCIA Communication Card Kit, complete per each. Sy SSO�_ (v, loDO� � yield spot repair painting, 29 1 La couplets ir1 place per = saw. �_�� �� $ /� OOD TOTAL SLOX BID (Zi'516' 1 TMU 29) : $ ?07 200 . RNVVp Addendum No. 0 PROPOSAL FORK Attachment No. 1 PAGE 5 or 10 Page 5 of 10 6:49PM; ADAIIIVt u•TS1t1iATM N0. i - ldainteuwnce and OPOration for one (1) Vaa7r I II TII IID Gly a ITm UNIT DX$CRIPTION Main'tenonce for one (1) year as recommended by the Original 4AI -1 1 LS Eguipment Manufacturer excluding any daily and weekly swisntenwaoo �itftw, cOmpiete in place per lum I A-M. Iv UNIT PRIC= IN FIGWZg Page 9/13 v HID IT=It arON ADDITIW At,TTT101J1r:rn ao, l: /U 1190 ADIZT NMRWITIVE NO. 2 - 1leaove and Replace concrete v] kLr paws ploaoulatioa I 12 TTI - Zv v ssn OTT ITRU TAM D==��'TION wazT acs SID =TM ti: - IN � � SliPI ON Remove existing walking beams and replaoe with new walking beams fabricated AA2 -1 with new rod end �2 EA brackt6ts and new rod end bearings provided by the original equipment s S 3DO Zy D manufacturer, in Lieu of Bid Ttem No. 8 Modification of the walking beam, complete in place per each. ADDITrW uTZVMTrft No. 2. FxVDRD Addenawu No . a PAOPMAL FOF* AttaC}yment No. 1 PACE 6 Op Page 6 of 10 Y � user._ _ 860iHO�, �2n 15 -07 8:49PM- Page 10113 TOTAL MM HID (ITMA i TIMU 29): AMDITZW J6L.'1MTIW NO. 1: ,1 XTrW ALTSFAKTIW NO. 2: 7O7, 200 300. ZYC wiprim PROPod" FORM PAW 7 of 10 Addendum No, 4 AttaCbMat No. 1 Page 7 of 10 "he C;or.t z ac* ,r 1 - c-,mmence work within ten (10) calendar Jays `rom date trey re-eive written work order and will complete same within 300 CALENDAR DAYS after construction is begun. Should .onuractor de~aul' Con' -actor matt be liable for liquidated damages as set forth the vont -act Documents. -y wi pat, Contras r in current funds for performance of t17e cc'3Tract a: cordar ce with the Contract Documents as the work progresses. SGned ir: 4 parts at Corpus: Christi, Texas on the date shown a b,--)l, °e ATTEST:, CITY OF CORPUS CHRISTI City y By �tLs� -t �c�' ' ty Secretary Ronald F. Massey, Asst. City Mg of Public Works and Utilities APPROD, AS TO LEGAL FORM By Asst City Attorney — ( Corporation) S a l E O - - -- ylBgt�: `.If a sig�rsir for an not lozvau�nt, t authorization to si, SUTFTARY, V -i-1. By Angel scobar, P.E. Dire for of Engineering Services CONTRACTOR R.S.Black Civil Contractors Inc./ Machinery & Materials Inc a Joint Venture By: TitIe:1 P.O. BOX 6218 (Address) CORPUS CHRISTI TX 78466 -6218 (City) (State)(ZIP) 361/242 -3187 * 361/242 -3188 (Phone) (Fax) Agreement 1)age 2 of 2 P R O P 0 8 71 L 8:4/HM; Page 5113 Place: Date: January 17, 2007 Proposal of �� & 1I4�RIAtS IlW- -A JO NI VENW a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: fto City of Compus Christi, T*=8 Gentlemen: The undersigned hereby proposes tO furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: O.N. STZVZNB WAMM PLhMT B=M i' CCULLTOZ RUPZXRS PROJ=CT NO. 6513 at the locations set out by the plans and specifications and in strict accordanoe with the contract documents for the following prices, to -wit: FAVX D =p1ja PRO POML F Pl►GE 2 OF 10 6 ,e J __ he_ c, !n;i _j - u. o.wonvi� rage o; is O.N. $=V= 1G'1'jA ZNIAUM iii' SIAM W=rm UAW RRPJ4= projoct no. 0513 SAM DID I III IV V nw SID _ i UPS DRSCMIPTION UIUtT ftift7 IN y'IQGRRB BID IT= >Dn/xoR (Of X UN12 PRIG IN rldlnUp) LS Mobilization / Demobilization, complete in place per lump sum. od M2 c 12 EA Remove and replace torque arm assembly, complete in place per — � � $ qg 12 EA Remove and replace riser beam, complete in place per each. 4 12 EA Remove and replace torque connecting rod including pillow blogk bearings and pins, complete in place per each. ZJ SV49 $ 30 Q 12 EA Re- alignment of walking beam flocculator assembly, complete in place per each._^ 12 EA Drive re- alignment with new base plate, complete in place per each • Lubrication cf walking beam 3 ,9490 ---- .. � $ '2 EA { flocculator including lubrication of all parts and rotating surfaces being replaced ae well as any components being reussd, disassembly of the flocculator line shaft bearings, cleaning and inspection of the line shaft bearings and flocculator line shafts, — Z�O� r $ 2`1 DOO complete in place per each. '2 8A i .f . Mcditicstion of the walking beau including installation of new brackets and new rod end bearings (includes 144 new rod end brackets and 144 new rod end bearings), complete in place per eaChl. I y 2 RA Drive unit inspection and redu6tion unit lubricant replacement, complete in place per each. _2-1 W67 MMUD Addendum No. 4 PROPOSAL room Attaoh"nt No. 1 VAGN 3 of 10 Page 3 of 10 at D U, b:4b[ K'I' -'age v��uw *IrVLa- a t / AD" aPil L Roller Bearings fl000ulator line a1 _ i'J► shaft bearing, complete per Y00' $ / Yo0 AZVISW PROPOSAL. FORM PAGE 4 ,)F 10 Addendum No. 4 Attachment No, 1 Page 4 of 10 Rebui.ld 1.5 horse power drive unit to include all internal 1 1 NA bewrI Vq* and seals included in a typical factory rebuilt, r1 excluding gear work, coaplete in i .plaam per e;►o„. Rebuild 5 horse power drive unit ^ -- f to irmaluds all internal bearings and seals included in a typical factory rebuilt, excluding gear t'O, %d0 8 700 work, eomplate in place per ea Rebuild 7.5 horse power drive unit to include all internal 13 j l j bearings and seals inoluded in a typical factory rebuilt, exalU ing gear work, complete in place per each. Inspection, cleaning and aseesment of the flocc alator 13 1 LO line shaft bearings and i.ins y--• '- 2,DO, shafts, aomplate in pleos par -- -- -- IVMV am. Remove and replace 2 7/16" Split 14 2 ea Roller Bearings flocaulator line shaft bearing, coWlote i.n place /Dom- Pere f3� 3Lamove and replace 2 15 16H -- 15 ! 2 RA Split Roller Bearings flooeulator line shaft bearinq, _lam" Z, �O' -. couplets in plate per each. TRemove and replaoe 3 7 XIS- Split Roller Bearings flocculator line 15 shaft bearing, complete in place a Z� 800 •- per ._�.___ Rewove and replace 3 15/16^ Split Roller Bear=Vs flopvulator line shaft bearing, Z4 Lf X900 64122 1 complete in place per 0. — Ron*ve and replace a 7/16" Split Roller bearings fl000ulator lino 7.a 2 B11 shalt bearing, complete in place 21 ZOO' y y0 ? ' Per Provide spare 27116" split 19 1 FA Rcllar Bearings flo"ilat:or line bearing, g00 shaft oomplets par $ �QO 2W& • - - _ - ProVide spare 2 15/16" Split 2C 1 Rh Roller 3e0rings flooaulator line shalt bearing, complete per /DO v��uw *IrVLa- a t / AD" aPil L Roller Bearings fl000ulator line a1 _ i'J► shaft bearing, complete per Y00' $ / Yo0 AZVISW PROPOSAL. FORM PAGE 4 ,)F 10 Addendum No. 4 Attachment No, 1 Page 4 of 10 5 Est ,_ a ');�.. 10Ut. .;dr :D U 0 :4arwi; rdye of ro _ F Provide spars 3 15716- split R0110r sleari.ngs fi000alator line 22 1 ti► I shaft bearing, ooeplets pear _I 202 Rrov$.ds spars 6 7/1611 split 23 a RA ( an Roliar Hearings floolator line 2f 200 2 ? D Z� shaft bearing, ocaiplste per ; Reprogram twelve (12) variable 24 LS drive units to include an over current shut off setting; Z1 300- $ Z, 300 1 complete in place per l sum. 25 I j Provide spare torque rod ✓�00 $ ZOOD bearings, complete per each. 26 9 Provide spare rod end bearings, q2,5, S 6 '700 complete per each. T Equipment Repair /Replacement 27 1 LS Allowance as directed by the Engineer, complete in place per 251004.00 25,000.00 lump Sum. 28 i2 EA g Provide PCMCIA Communication i Cara Kit, complete per each. 29 1 La rieid spot repair painting, in fT / ODO !� OOD ocoolets place per iMsu�. � _ i, $ _� TOTAL RAM BID (111W 1 TMv 29): 10 707, 200 R9V:= Addendum No. e PROPOSAL FORK Attachment No. 1 Piam 5 of so Page 5 of 10 o c dr D Ui b:49FIV�; AWITM ALUMX ►TXW SO. i - Iftintemnae and gyration for ors (1) year I II iII DID Sir: i ITM MIT DXSCRIPT14M Maintenance for one (1) year as recommended by the Original AAl- -1 1 LS Equipment Manufacturer aw4udinq t i MW &Lly pand r�clys,4ntM%*A*Q $ place per luspp IV UNIT MUCM IN FIGUJM Page V SID Ire XZTMSZON /Op - ADDZrrns ALTmwr m wo. 1: $ /D, /DO ADDITZU ALUMMT M NO. 2 - wove and System Replao� Concrete NsJ king A.ws rlaaoulatioa ADDITM AI`T%YaMTrM NO. 2. 1-2ez 2-Y - Rma w Addend= No. 4 PAOPO6 FERN Attachment No. 1 P 6 4F 1,0,. PI(, 6 of 10 III ---- iv v BID QTY i -- ----- — IT= UQRIT � DRSCRIPPI0m UNIT DRICZ DID JTJJM _. n8 ZXT=slcw Remove existing walking beams and replace with new walking beams fabricated with new rod end AA2 -1 72 EA brackets and new rod end bearings provided by the original equipment $ manufacturer, in lieu of Bid Item # No, 8 modification of the walking beam, ccxep.lete in place per each. ADDITM AI`T%YaMTrM NO. 2. 1-2ez 2-Y - Rma w Addend= No. 4 PAOPO6 FERN Attachment No. 1 P 6 4F 1,0,. PI(, 6 of 10 t' e ^_ ❑n on <, icll-.D -vr 0. 1+ tIr IV[ rage iu!ij TOVAL M"z HID (IMO 2 THRU 29) 1i MITIVi ALTSI 1"IVi NO. 1: AWITZW AL'lRUNkTiVE NO. 2: $ "707, ZOO $ /DO - 3D 4 2�L RaMw PAGE 7'or 10 Addendum No, 4 Attachment No. 1 Page 7 of 10 JU— e Z u. e:vtarM t -age 11; 3 The undersigned hereby declares that he has visited the site and has carefully examined the plan's, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the city are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calend&r 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 propo3al,in the amount of 5% of the highest amount bid, is to become the property othe City of Corpus Christi in the event the contract and bonds are not exscuted within the time above set forth as liquidated damages for the delay and additional work caused thereby. >iority/ltieerity Dnsimms Rent Mprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of gad set:g of Documnts: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. ?see of eowletion: The undersigned Wjrees to complete the work within U,o .oAW on 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 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 requirementa pertaining thereto, for the mum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): Respectfully submitted: Name: D a By: ( SEAL - IF BIDDER IS ;_ a Corporation; Address: P. 0 Box 6218 (P.0. Box) (Street) Corpus Christi, TX 7 &466 -6218 (City) (state) (Zip) Telephone: ( 361) 242 -3187 um: Do not detach bid from other papers. rill in with ink and submit complete with attached papers. UVAL61M Paoposai. mine PACE 8 OF 10 (Revised August 2000) Addenda= No. 4 Attachment No. 1 Page 8 of 10 P E R F O R M A N C E B O N D BOND NO. 104458558 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT R.S.Black Civil Contractors Inc. /Machinery & Materials Inc. a Joint Venture of NUECES 7ounty, Texas, hereinafter called " P2`ln:_'1p3_ , c11:a I�F,1i „';LE.R� AMERI A _'- �SLr�1•rY 1'�NU SURETY COMPANY OF �, ac corporation Di oar._ zed under 'ire laws f `he State of c ,NN CTT T , and duly ourh0 izea to do Lu -iness in the State of Texas, hereinafter called "Surety ", are Keic and firmly bound unto the City of Corpus V_z 1st t, a .,n , is : Da orp :.rat cn of Nueces (County, Texas, aereir afn"r cal _e d ' n the p e n a l sum of SEVEN HUNDRED TWENTY -TWO THOUSAND, THREE HUNDRED FORTY AND 190/100($722040.00) �CTLARS, 'tawfu',. mcnt�y f `he United States, to be paid in Nueces 't T -�xas, he of which sum well and truly to be nacre ae rind ).rse.ves, ur neirs, executors, administrators and su cesscrl, 001r r . , inn se- ei vily, � irmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the or n.-:pa_ entered tc a .er *tair. Dntract with the City of Corpus Tris.?i, iated he 13TH of FEBRUARY, 2006, a copy of which is e e_ ar'ache, err.! ,ade a part hereof, for the construction of: O,N.STEVENS WATER TREATMENT PLANT WALKING BEAM FLOCCULATOR REPAIRS PROJECT NO. 8513 (TOTAL BASE BID + ADD.ALT NO.1 & NO.2: $722,340.00) NO, THEREFORE, if Q- pi ncipal shall faithfully perform said wcrk in occordance win" thq plans, specifications and contract cr-uments, including any , !lan es, extensions, or guaranties, and if *he principal shall -epair and/or replace all defects due to faulty materials and/or wor<mansi p that appear within a period of one (1) gear from the date f -om_ le• ' on and acceptance of improvements by hn 71 ty. then t --s o: r::ti sha!1 be void; otherwise to remain r f ;:! 'crce anc of , ert , PR1DVIDED FURTHER, Chit _f any legal action be filed on this rcnd. verLe steal _i- r N ece Courty, Texas. And that said s ',rer r no change, exrensior of t if `nee c, r.tracn, or o 1 he specifiCat ions; KaAings, nnyw'.se rfect_ its ob l ig aaiwe norn e vl any sucn id di i Dn - o the ve _ms >erfcrme<_ here -injer 'or value received hereby stipulates that me, alteration or addition to the terms work performed thereunder, or the plans, Wt., a:companying the same shall in .`ic!. on this bond, and it does hereby Qarnge, extension of time, alteration or ,- he contract, or to the work to be ei ormanrn Bond -age 1 of -1-eq,11rements of Article 5160, other applicable statutes of -a -e of 'ih under-.= the T-ce--_t. R e s S nay y be le e rec in t t s r n,D r 7e> as ri -,,-I r .-S .1-lereby designated by the Surety in Nueces County to whom any requisite Dn w ' 1,om service of process may be had 4-ich suretyship, as provided by Art. , c e de. IN WITNESS WHEREOF, his instrument is executed in 4 copies, eac-h one of shai, deemed an original, this the 20TH Agency: Contact Person: Address: Phone Stimber: PRINCIPAL Bi7CK JVIL uNTRACTORS, INC./ .!ACHINEtY <x 111ATER11,LS, INC VENTURE 3y: s X TD-4 ATTEST secret ar,,; juc ';amp SURETY AST LEk: (_'A iALTY A%;D SURETY COMPANY OF AMERICA y rr:c' faCt .1 kY ELLL."-; Mt: ? P r I -: 7 ': am. e -WAN'_[JER. & , RDi-� -IiNSUR,,,NCE AGENCY -MARY T,LRN M :_L_ :-ink :�7C� ;,'3RPU,3 CHRIS11, TEXAS 7b403 3- 1 ,)e pr; date of contract) (Revised 9102) Pe— -ormanrc Bond -'a g e u f 2 P A Y M E N T B O N D STATE OF TEXAS § BOND NO. 104458558 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § TRAT R.S.Black Civil Contractors Inc. /Machinery & Materials Inc. a Joint Venture c)f NUECES (:.ount "i, Texas, hereinafter called n D ^ ::4. al", and ' Ri V _,ERQD CA.- UA1 T] AND _ :URETY COMPANY OF AMERICA a —rooration 'rgan.. zed ".i-:de- the aws of the State of coNN -3 Judy a-,-.h-,-r _ zY -d _ _ , -TTCUr , bus = ness in the State of Texas, he-ei zafter cu ed " +: y are held and firmly bound unto the of 'orpu, .r r: st m_.nicipal corporation of Nueces County, T_xas. _ereirafte_ ;a 1_e, :: ty ", and unto all persons, firms and wr�.7orat i_�ns �-pi,,, _nu 1:ibor and materials in prosecution of the w r., re. ferrea _ n tr �ttachE,d contract, in the penal sum of SEVXN AUNDRED Ti4ENTY -TWO THOUSAND, THREE HUNDRED FORTY AND NO/100t$722,340.00) DOLLARS, lawfu_ money of the United States, to be z)aid 1n Nueces u_ ,;, rf_,:as, f Dr the payment of which sum well a :: r - to _ rr -AdE ,_nd o irselves, our heirs, executors, adm]_n :strators end j:- int i.y and severally, firmly by TSE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the p: n,,_7-_pai entered _:rtc a oeT ain contract with the City of Corpus date, -_t:e 13TH da} FEBRUARY, 2007, a copy of which is a-._-.ached -i-11 -iY:d -nade o pa�-t hereof, for the construction of: O N.STEVENS WATER TREATMENT PLANT WALKING BEAM FLOCCULATOR REPAIRS PROJECT NO. 8513 (TOTAL BASE BID + ADD.ALT NO.1 & NO.2: $722,340.00) NOW, THEREFORE, f t!ie ;_ ~inciDal shall faithfully perform its d,...ies -end make prompt payment to all persons, firms, subcontra-tors, o.00r.at )n, and claimants supplying labor and -na,_er. all. in - 1-e p oseC -, ior: of he work provided for in said ccrit Tact ana ar y -nC a_ L _.ly �:utr)orized modification of said C r r trace hat r%3v h- reina'te? be made, notice of which modification tc the s; _irety s ereby ek:pressly waived, then this obligation shal ' be void; .71-e?.:4ise In full force and effect. PROVIDED FURTHER, t ,: =t. ` any "Legal action be filed upon this .001C, Ven.re sha:. 1 . � ie(-c s Cou,-ity, Texas. nc change; exter:s�-_ _:f of the coritracl_, cr tc th, specif-icar_ ions, dra,vings, anyw -use affect. _ts ob.i waive not _ce of an-; such �a dit or. to t :�e rm.s oe- f , ?me therE,r :der for value received 'hereby stipulates that Lm(, alteration or addition to the terms work performed thereunder, or the plans, accompanying the same shall in ti .r on this bond, and it does hereby ch_.rige, extension of time, alteration or ^:e c-�r:tract, or to the work to be - ;jymen* Bon,: h :o v et tte equirements of Article 5160, IE ' iv _'d e= -x.as, end other applicable statutes of F at e of "e -xaLi I " e -'.s "CI3imant ", "Labor" and "Material ", 1 ;Fed --ere - r _ c(-- -dance with and as defined in said '{ I - i e -he antler s - gn:: -1 age- t s hereby designated by the Surety Eae a7 the A:aent Reside=nt Nueces County to whom any requisite -rt..-iy be e_i � ered no _�n wh,)m service of process may be had it r_attr r s ar r:g oar_ f such suretyship, as provided by Art. - %=c)n` ,Ae„is _r; zr, »r c e Vie. IN WITNESS WHEREOF, '�i_ instrument is executed in 4 copies, r :)n=- of war - ch sha_ bF- deerrmE-d an original, this the 20TH j o ,' ;-> r PRINCIPAL Bi.,CK "VIL (_* NTRACTORS, INC./ ATTEST j tiecret 3ry / /1 Pr. t am SURETY PR AVFT,T.;,�iSUAT,T'I AND SURETY COMPANY OF AMERICA n -y- facr Pr: t ,,am= G Agrency: SWANi'Nt;�< a ._ (JRDON INSURANCE AGENCY Contact Person: ,MARY F:, PA M(X)RR Address: R( IX ,'oRPTT,1 ' ; c;TT TEXAS 78403 Phone Rizmber: 3hI_H� ,_1 7; 1 Da' = Fe °re -i.- � � m_:st ��__ -- prior � ��a *e of contracts (Revised 9/02) payment BcnA -ige f Tu i R rlr ..r-ORNF`+' 'C INVIA in THE RE-) BORDER STPAUL PO)1 ER OF `+f °hORNEY TRAVELERS 1'xu, their true and lawful Attorney(s) -in -Fact, ":cl Farmington t ;,,ualo ( onioam tit. Paul Guardian Insurance Company n %,mute- Videht} and t,, grant) insa,rancc , +nnpan) St. Paul Mercury Insurance Company rthc I'ideliti and I. aranty lust i inct rtderv+riter, in, . travelers Casualty and Surety Company mrp : r;- `xah"'o d tiur, C =impant travelers Casualty and Surety Company oI'America m d 11 arim' i! - urar =i 7 I ompan, I nited States Fidelity and Guaranty Company yun�- � ; permitted to anc actions or proceedings allowed by law lttot +ace -Ir Fa.t No, 1494t, Certificate No. 0001i8180 KNI ttti -NJ i. '111 N B) FIIESE PRESL\TS i Sc.i "..'. _ ct, I Imes or,anrz; d under the laws of the State of New York, that St. Paul e i� ,urai, onipan. ,, 1' u1 ;1,, all I ,i i,r (, -,�- P\ auul Si t All ylrrcun Insurancc ('ompam are corporations duly organized under the laws ti. 'st, d y1 ner cat Fam�i i r�l > ).,r, a,ci._ t a,ualti ..r. l Surcti Compare. and lreceler, Casualty and Surety Company (if America are rh "au. , '1 i1, Argun under th tats l nitec tatc, I ideliti and Guaranty Company is a corporation duly organized under the u� ! , - Mai d- tha- I i L ant ,1!1, t..:n\ :, .. x:11 Mlau:'n dulc organized <mder the laws of the State of Iowa, and that Fidelity and i srn Liu,;, i raters. hil n i - i'e dot the lu�,� - It ih< State ,it Wrcomut (herein collectively called the "Companies "). and that ti till ".t lere P 1 M _ee. Diann Eisenhauer. Mare Ellen Nloore er( �, RVza and Krist Roberts a II �l art - Urhur Chrisl I �tatc 1'xu, their true and lawful Attorney(s) -in -Fact, ":cl th ,e})au to �'li,.a n if rr 'In ,. n %,mute- ,e.li end .ic novledge any and all bonds, recognizances, conditional undertakings and rthc : m i ,l)h ,atcu i the ri to l ,root , ,hale I ;hr mrp : r;- ui then h tune„ of *uaiant emg the 'tidelity of persons, guaranteeing the performance of m �... nnf uarani,ct ,v:d, an.� ndn� h r „� yun�- � ; permitted to anc actions or proceedings allowed by law 13th IN M IT SS HERFOI the (I,n P`tA6 1' :uscd ilm 1 u, he signed and their corporate seal, to be hereto affixed, this IVI arc !,. V Farmington Casually Company St. Paul Guardian Insurance Company F'idelit) and Guaranty insurance Company tit. Paul Mercury Insurance Company Fidelity and (:oarantc Insurance I underwriters. Inc. Travelers Casualty and Surety Company Seaboard Suret v Compan} travelers Casualty and Surety Company of America SI Paul Fire ;and Marine Insuranre ( 'ompan) 1'nited States Fidelity and Guaranty Company Gr$nUn.��l -. pi�rJt�+, O� Oar "1j L �NNroen.. �J"' * vbrL a �m� �yo on�rF:m7 l�'�ORPONATE -: raj a HiW'iFORD < t'tAMfti� < 1927 l S r. 4bL�a S ,..a ,f ;a.SBAL,:�',� o \�w„ww,,.,���•' /"`”' rf �F+�wv+`" .t lR ; i n7 "tl a B� e W ompson, Sell r Vic President 13th M a rc r 2006 n a hrtore rite pe- sonailk appeared George W. Thompson, who acknowledged arm,, :i i, tai, ` cnio, i'i_, Pi 1 , , am in in (,nu,ilr. nnl._i;r- I idelit\ .1 d Guuralm hi,ur race t ompany. Fidelity and Guaranty Insurance Underwriters, ,,c. .ah, _Id :.0 .ty t .,.., .rm. S: P. 11 1 -e n,j arior, hi,ui, r St. P tL 1 (iu.u'.lian 111,nrMCit C:Impan). St. Paul Mercury Insurance Company. Travelers s. �.ixrt i C'� nl' .ray, Trt'c 1 I,uait' aid yurct, i amcnc:, and I_ nrted States Fidelity and Guaranty Company, and that he, as such, being Ah /ec I , 1l exe ,n the fl,n. _1 m_, _rest urea it tui tin rul grin eomtain d h% ,_nine on hehalt rat the corporations by himself as a duly authorized officer. In )kdness Whereof, l i,rt -unto s•i i i d .red flci.,l .r:u lly ; -ntt r 1 pine- marie C Tetreault, Notary Public a i84 -1 -9 F -inl- d it I A WARNINCa:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Travelers"T' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Traveler,, Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: l'ravelers Bond Attn Claims 500 Market Street %Vest Tower, Suite 2900 Philadelphia, PA 19102 267 1 675 -3130 26 7 ) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on -ompanies, coverage,, rights ur complaints at: ( exas Department of Insurance P.O. Box 149104 \ustrr). TX 7K714 -9104 BOOi 252 -3430 4TTACH THIS NOT ICE TO YO(!R BONI). This notice is for information only and doe,, not become a part or a condition of the attached document and is given to comply with Section 2253 -02 +, (Jovertiment Code, and Section 53.202, Property Code, effective September 1. 2001 - P W µ.. ):;_, a, i - ji n: �)uNtil; Wage 12, 13 CITY OF WILWA C1*j" DWLOt UM OF NffMTi MY OCO" Christi ONlinangs 1 7112, as arnertded, requires aN person or&= seeking b do business with the CRY to provift the kfty V Wwnako, EWy Wastion must be amm mo, If the question is not applicable, enomer with "NA ". FNt11MME: R.S. BLACK CIVIL CONTRACTORS INC /MACHINERY & MATERIALS INC - A JOINT VENTURE STREET: P.O. Box 6218 CITY: GQri.sti ap: 7 8 4 6 6 - 6 218 FIRM N: 1, Corporeson 2 Partnershkp 3. Sole Owner 4. Association S. Other D16CL0=M C MTMM If add kWlMl space is necessary, Own use the reverse side of this pope or attach separate ski. 1. 908 the MM" Of @ash %M00 lea' of the CRY of Cape Chrlad having an "ownenehlp k *mod conedbakV 3% or rTMw of the ewne"ft M the above named 'thin'. Name Job Title and City Oepar"ent (if known) 2. 300 the Aamss of etch 1slf Mr of the City of Corpus Christi having an "ownership hNereW oonMu ft A or maN of the in the above mined 4inn', None Title N/A 3. Soe the none of sash lxwd member' of the City of Corpus Christi having an "ownership Intae est" 0001 kitullhe 3% or taors Of the ownership in tike above named 48rnu•. Name Board, Commission or Commhtes 4. ttWMWV'1M of each a00k*o or ofliow of a "oonsu t W for the City of Corpus Chrbd who worked on MW mNUM P IAN tq 1!11040110jsot oMb oontraot and has as • wp interest! corAdMing 3% or mom of the owntfll W In the above rw ed " fkm'. None CornAsnt N/A CERTIFICATE I �#*W rtfor rnedon is bue and r,m ct as of the date of This statement, that I have not k y of on W r+equesNd, sd #0supplernenW stsMnnsrks wU be promply submWed to� of Coroius exas as occur. 0 Tittle: Project Manager fanuary 17, 2007 i MSM Addendum No. 4 PROPOUL roan Attachment No. 1 PAGE 9 Or 10 Page 9 of 10 _ J" , -1 DEFINITIONS a. -Bawd MeiWW, A member of any board, 00mmhwiOn or committee appointed by the City Council of the City of Corpus Chow, Texas. b. •Fr ��Atny person em*yed by the City 01 Corpus Christi. Texas, alther on a foil or part time basis, but not as an oontaCtor, entl sNerat for economic gain, whether P Industrial or COmMOrclsl and whadw c. `Fkmlrn". ► _ __ ! .__ ar MAIN a product or service, N� kWft but rot limited to. entities oparelad In the form of so . as pK�on, �� oorportatinn, joint slack company, joint venture, r9o4j4w or trust and eitifes mkh , for purposes al* touatlion, are trsated as non- pr+olit orpanizatlons. d. `O!�" . The M*Yor, meml�rs of the Cry Council, City Manager, Deputy Gty MM Assistant City Meumagers, Dehrtmert and DM*Wn HOWO aril Municipal C;Ur Judges d the Clty of Corpus tl, Taocaa. @. o0wnership interest'. LeW or equitable interest, whetter ectueny or consttrucovely held, in a firm, including when sudh int"M is held throw an agent, trust, estMs or hoklbmg M►tlly. `CommKo+ely h@W ft s to holding or control esiltblished through voflno dusts, lxoKS Or sl'ed's W Ms 0i enwro or partnership aWsoments. s. CtgrnsultataC. Any person -or firm, such as engineers and ard*mcts, hired by the City of Corpus Christi for the puMose of professional cot'gitifMw and reoommendati0n. whew Addendum No. 4 PROPOUL 1 ORM AtteChmant No. 1 Ph= 10 or 10 Page 10 of 10 ACORD, CERTIFICATE OF LIABILITY INSURANCE C DATE (MM /DD /YYYY) BLACK 2P 02/20/07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE IS 8n' :e7 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fax z 6 44 INSURERS AFFORDING COVERAGE NAIC # N IRE'` - -- -- NS PER A Trinity Universal Ins Co NSJR�R B _ Trinity Lloyd's Ins Co RS BLac-K 7xvii Contra: -tors I .c Machinery & Materials Inc. Nc R R^ Texas Mutual Insurance Co _ Box 6218 NSJREER J Fireman's Fund Ins Co crF1s '.hristi TX 784o-6-6218 - -- - -- —__ NSURER E COVERAGES E P -,:CIE OF '..NS RAIN. _,STED BE...OsV -,AVE BE E'= 'SSJE:: -C - E NSLREC NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING �N' REJUIREMEN' 'ERM iR _;ONDITION OF ANY CONT?AC, OR 3 -! R DOCJMENT WITH RESPECT TC WHICH THIS CERTIFICATE MAY BE ISSUED OR P". - ?TA!N THE INSURANCE AFFORDED BI T-!E POL C!ES CESCRIBe_i, HERF 1 "' S SUBJECT C AL. 'HE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH J._IC is AGGRE3A`= LIMCS'"HOWN MAY HA0E BEEN ?EDUCED BY iD C,A Vs z -TR NERD 'YPE OF INSURANCE _ _ POLICY NUMBER POLICY E MM/DD/Yl' DATE EXPIRATION LIMITS GENERAL I. ARIL T' EACH OCCURRENCE $ 1,000,000 P X CMMFRCIA•.t14ERAL_.A3. ;;AF0754?5-',J2 )1/28/07 01/28/08 PREMISES (Ea occurence) $ 100,000 AIMS "-A = X r ; " E / MED EXP (Any one person) $ 5,000 GE >FFGA�� 'AITAPF..:I - P" j X JE C C AUTOMOBILE LIABIL -✓ - -_- -- — P X AN A D _Ai 2500501 )l NEC X RE L ,vTc X N-_ -C ,NE -.,S PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE %/2,000,000 i PRODUCTS - COMP /OP AGG $ 2 , 000 , 000 I COMBINED SINGLE LIMIT )1/28/07 01/28/08 (Ea accident) BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) ad m I PROPERTY DAMAGE (Per accident) $ GARAGF iABILFr'- I AUTO ONLY - EA ACCIDENT $ EA ACC OTHER THAN $ SN ' A `O $ AUTO ONLY AGG EXCESS /UMBREI I A I iABILITY7 ' EACH OCCURRENCE 1 , 000 , 000 �AGGR�EGAR TE $1,000,000 F.� X C,1L �CLAIMSMAtE - CUi'075163� '1/28107 01/28/08 $ - I - �E ,,.Jt -. "IBIL $ X RE'EN -ION $ -$10,000 WORKERS COMPENSATION AND - -� X TORY LIMITS I I ER I c ! EMPLOYERS' LIABILITY : AN` PRCPRIE 'OR,PAR'NEI?'EXECI- :TA .F 0,; -' -LER /MEMBER EXC. C; 7' T$F000114 "91 - 71/28/07 ! I 01,128/08 / I EL. EACH ACCIDENT $ 1,000,000 E L DISEASE - EA EMPLOYEE $1,000,000 ' . if yes desc -,toe uno�r SPECIAL PIR, 'S,CNS ue'ay. OTHER _ - E L DISEASE - POLICY LIMIT $ 11, 000 , 000 ' L B'._drsRisk /Ins- -all . MZ' 978025 'S )1/28/07 ! 01/26/08 Various Completed Value ALL RISK FORM DESCRIPTION OF OPERATIONS I LOCATIONS r VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Project O.N. Stevens Water Treatment: Plant walking Beam Flocculator Repairs Project No. 851 The city of Corpus Christi is named as additional insured on all General and all Auto Liability policies CERTIFICATE HOLDER CANCELLATION C CC -CC . -ity ci'. Corpus Christ. Engineering Services Attn: Contract Administrator P. C. BOX 9277 .'crpus 'Christi TX 7849--9277 ACORD 25 (2001108) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELL EFO THE EXPIRATIOI DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO M IL 1 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, B RE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. © ACORD CORPORATION 1988 IMPORTANT If the cerificate hoider is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement ar: this certificate does no` confer r ghts tc the certificate holder in lieu of such endorsement(s). !f SUBROGATION IS WAVED, 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 hoider n lieu of such endorsement s) DISCLAIMER The Certificate of Insurance or, the reverse side of this form does not constitute a contract between the issuing insurers) authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) 01 28/07 to 0'!28108 ✓ r'( !LIC • AUMBEP ;AP '5 A ' S5 )� A ,. COMMERCIAL GENERAL LIABILITY CG 20 26 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. a' ADDITIONAL INSURED — DESIGNATED PERSON OR ORGANIZATION is et,dorsemew m7difie5 insuranc e pr- -vided under the followirg: COMMERCIAL GENERAL LIABIf.?TY COVERAGE; PART fsCHEDULE !Name Of Additional Insured Person(sl Or Oroanizationfs) i1 City of Corpus Christi Engineering SeRtices Attn: Contract Adm. r PO Box 9277 Corpus Christi, TX 78469 -9277 �nftnmat,on required to cornclete tl-�s Schedule, if r Seclion It - Who Is An Insured is amended to in clude as an additional insured the )erson(s) or or- ganization(s), shown in the Schedule but only with respect `o liability for "bodily inj-jry ", "property damage" or "personal and adv =rtising injury" caused o whole ci in pa,t, by yoi:r acts or om =s sions or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations: or B. In connection with your premises owned by or rented to you. � 0 `4 2f3 _ :17 04 f p�, ?h" 1,- -1 p gyre t.ss nc. 2004 Page s of I !'RINITY UNLIVERSAL INSURAIN C 74 CE COMMERCIAL PACKAGE POLICY POLICY INTEREST SCHEDULE ; E i'-N E F. a Polley Number CAP 0754155-02 l,jrkV 6USIN-F."s Named Insured: R S BLACK CIVIL CONTRACTOR;, Page 17 of IS TE 990-lB V' ADDITIONAL INSURED F BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM is e, iC ;evnert c!-ii'-",t pc!ir-J unless data' :s in, i,,:jt - e 'j h::c , j P(ikv Number CAP2500500-01 ✓ A/28/07 v N wnecj jreo ;counters nefj t �Y. f Out on' d'P.cprr✓ssrttative `e a ".1, r'; ;' % or -i : 4[ '1ri;-v t7 1`31t) %' Ct-,V _PP ,- JF aigoappyle this enclorscment 'I cf pjs _qr Christ: 2pt err s. Aivl: -'orJract AdmmisTfator PC Box 9277 Coipus Christi, TX 78469-9277 v," Ai tress if Additional insured Insu, ed but, y �—rsscr,s 3 f7,r .Ahorn i1..1h.:i*'v coverage - S jer tl-s " olic.y addibur►al insured S -)Gt 1—luired to iv !,-r r.y wicv-!� e F? �; tat tj(• _!<,irnpd `rcrn the poicy, re ;.,rn s st, a,i !)e ❑a,a to a dd: b 0 r, a I insured a, t s p F-1., if, i,,, g to , ' in -i; I , S�I- nce, itifi r, - -4 *he addaimiat if!su,ed th s ".-licy ;f c. 'm'ia:'n is ltv is, n d.-.vs ri�!!ce 1D additional insured ?9 01 B SC;OiTt--INAf INSUREC, PXaS Ird AUtOM( !�I!E: Er, lZ,rse:nen' 01/28;07 to 01'28 08 " t,',;94= :APG754? 55 _02 COMMERCIAL GENERAL LIABILITY CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLIO. PLEASE READ IT CAREFULLY. TEXAS CHANGES -- AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE -� —s en('ors °r'°nt mnl' fies ir'SUi r)ce ,)rovided under :he frllow°inq V COIvIMERC'IAL GENEHAi_ ± i BiLtTr C.O'VE.RA6F PART LIQUOR LIABILIT- COVERAGE PART OWNERS AND CONTRAC`ORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT �'VITHDRAWAL C )VERAGE. PART PROOLICTSiCOMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERA6E. PART .r the even' cif cancellation or :i aterial change tha'. reduces or restricts the insurance afforded by this Coverage c;:3rt, we. agree to ma ! prior A itie- not;ce of cancellation or material change to SCHEDULE t-TName City of Corpus Chnsti -Department of Engineering Services 9/ Attn: Contract Administrator 12 1 Address i PO Box 927' Corpus Christ!. TX 78469 -9277 i r3 Number of days advance notice 30 —�- ifcrrratton eqa re n rem fete this Schedule. if +cat .: own ahcve, will be shown, in the Declarattons I' • 02 011 Ill T 0." 02A CANCELLATIGN PROVISION OR COVERAGE CHANGE ENDORSEMENT BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM o,,Finqp.� `tom -ow y o,- qie -, eporn date of the roll grottler Cate -s -rdh`ated belcw. -nt E ffsk7 i� Po icy lNumber 01i28/07 CAP2500500 -01 V' IRS BLACK CIVIL CONTRACTORS INC counters.igned ty I Authof—ved PoepresWila--t-iv'e'1-'-- ay _ th s poi,f-y -riatar;3liv (,,hanqed to reduce --or restrict covei*age w all r-11ce o; �rj City 5t 7(N'pL!S 01' S?1. OjePt Ergmee,,igg Scar, res PAr. Long (,.t Admifw4tratur. PO Sox 9277, Corpus Chrisit, TX 78,169-9277 rtr�rNa—e and Address j ;-JRM TF 02 02A �-ANCELLA710N PR(WISION OR COVERAGE CHANGE ENDORSEMENT VJORKERS'COMPENSATION AND EMPLOYERS eXM ASILITf INSURACE POCY U dII .J N U WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT 1,1, -ndoiscrnenl ;)T-oi!ded I'V t''e P(,'I,C'Y hrc.,ausa "--'Xas -, Shown ill Item 3.k at th.� lfol;-'afor Fa0e. e\,�3it :J c,iritE,11Mic.-i :)the! P'a!��n'A -we will mail advance notice to the person or v Dt Ile p0cy, T h!, - jmf-,e,, -f &ivsxtv?wce r-,otwea shiiwn in the Sciie(juje -h,, e,)(JC—.e 'Ieril sr-10 'V 1!1dsfPIIy in benefit anyone ti�it,iorripd in the S(-heritile '4ujmbei ?Jrit,cev, i nciiaifed t City of Corpus Christi Compartment of Engineering Services �,Itn- V�' Contract Administrator , F '-) R o x C) 2 7 7 )rpus Christi, TX 78469-9277 j January 28, 2007 4 13, 1 ON "I ErdorSL-rnent No 1-1 AG p