Loading...
HomeMy WebLinkAboutC2006-571 - 12/12/2006 - Approved. ~ .-~ t~- ~iillt?, "+~g g l' 1'_/Oti 'VI2006--.394 ~ S. J. Louis { ~on.tructio~ of ~(~e~as SPECIAL PROV~ISIONS SPECIFiCATIONS AND FORMS OF CONTRACTS AND BONDS FOR O.N. STEYE~ W.T.P. MIGW SERViCE PUMP SUILDII~ NO. 1 MAS~ER .I~IETER 1~~PLAC~ENT PREPARED 6Y: FREESE-Pl freese and NicF~ls, inc. 10814 Jollyville Rd, B~dg 4, Ste 100 Austin, Texas 78759 (512) 451-795~ FAX (512) 45'~-7S~b COR04232 ISSUED FOR BID For WATER DEP~IRTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 3611857-1881 ~osEC-r ~v~: s~a7 [3~'tAWlNG 1'J~: WTR-380 is __~ ~~ = '`P'.•'......~ ~'~.-~~ ~ ~i .• •.4J` + ; * ~. ~ .~ */ .* • ;~ I~~~~~~~1~~~1~~~~~~~N~~~N ; JONN 5. WOLFHQPE / ~~ `~~0~~~~~~~~~~~~~Nf~=H i.~c~~_ 82~28 a~_ -a~~~~_ Ld-I7~71~06 we~ , sed 5 jo~~ Q.N. Stevens W.T.P. Hiqh Service Pump Building No. 1 Master Meter Replacement Table of Contents NOTICL TO BIDDERS (k~v:s~=d ~; !-' ; NOTIC}3 TO CONTRACTORS - A Revised .3ept_ 2000) Insurance Requ:irements NOTIC$ TO CONTRACTORS - B (~~~.rised ~/~Ioo; Worker's Compensation Coverage For Building or Construction Pro~jects For Government Entities PART a- - 3PECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A 2 Definitions and Abbreviations A-3 Description c>f Pr~ject A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurar~ce Coverage r~-8 Faxed Proposals A-9 Acknowledgment of Addenaa A-l~ Wage Rates (Revised 7%5/GO) A-11 CoopeTation with Public I~gencies (Revised 7%5/00) A-12 Maint~nance of Se nrices a~i-~~~r-._. 1,.-~ -, a......., l. .7 m,.--. F F~., i~i.rcT@t A-14 Construction Equipment Spillage and Tracking ts..,.-,....,F-~ ,a n~ -.~ ~ ~ -} 5-- .. A-16 Disposal/Salvage of Materials ~r-~-~-- ~+ ' l .] !1 F F ~ .. A-18 Schedule and Sequence of Constructir~n A-19 Construction Staking 7a-2o Testing and ^ert,fication ~--~~-- ~,.,.,., e_~ ~~ R-22 MinorityiMinorit} Business Enterprise Participation Policy (Revised 10/98) ~4--~3----~~s}~ee~ie~}-~2~3~"~--~n24~-se~--"' ~~-`~T A-24 Surety Bonds ~~-- ~'~}~n 'T'~~• L'v~t,~.~~: NO LONGER APPLICABLE (6/11/98) A-2E Supplemental Insurance Requirements A-2% Responsibility for Damage ~laims P:-~8 Considerations fc~r Contract Award and Execution A-~5 Contractox's Fieid Administration Staff A-30 Amended "Consideration of Contract" Requirements A-~1 Amend~d Policy on Extra Work and Change Orders A-;2 Amended "Execution of Contract" Requirements A-<3 Conditions cf Work A- ~4 Pz-ecetience cf Contract Jocuments A-35 Cit~ Water F'acilities Special Requirements A-36 Otl7er Submittals (Revised 9/18/00) -. ...,-,..~..~ -. -,~7.+ -. ' ~' ~i-3-~-~ ~diFe~3~~ n~. „~- ,-,.-1_nl,-, F.. T~ ~-- P------:.1..~,7 i~ .~..i:~ ~~.~".-~ A-~8 Wcrker's Compensation ~overage for Building or Construction Projects for Government. Entit~es ?~---3-~----~-?3:-~-~~-.^_u~-E'-8~-~~~E:~--.3~~3~~-niia.r -."l,l, .. ~ --Tr^-T= t1-4 G Z~[rieRC~Iltellt t0 S2c~t1071 B ~-- ^ ?dT~tid i EST:lTTldt.2S ~- ~ A-42 O~HA Rules ~ Regulatioiis ,, A-1? Amended Indemnificatiori & Hold Hannless (9/98) A-44 Change Orders (4/26/99' A-~~ As-Buiit Dimensions and Drawings ("~j5/00) A-46 Disposal of Highly Chlorinated Water i~/5/o0) • A-48 Overhead Electrical Wiies ?j5/0o) A-49 Amend "Maintenance Guaranty" (8/24,%00) .A-SJ C~~nstructi~n Schedulina ResT_rictions -A PART B - GENER.AL PROVISIONS PART C - FEDERAL WI~iGF R.ATES AND REQIIIR$MENTS PART T - TECHNICAL SPECIFICATIONS DIVISION 1 - GENSRAL R$QIIIRBt~NTS 01005 Definitions and ^_'erminology 01010 Summary of Work °" 01040 Project Administration 01041 Job Management 01400 Quality Control ~1656 Disinfection of Potable Water Facilities ~ 01730 Operatior, and Mai.ntenance Manuals 01800 Fonn_ DIVISION 2 - SITE WORR 02202 Pipeline Excavation and Backfill 02220 Trench Safety 02253 Contr~lled Low-Stxength Material (Flowable Fill) DIVISION 3 03301 DIVISIONS 4 DIVISION 9 09905 DIVISIONS li - CONCRET$ Cast-In-Flace Cor:crete - 8 (NOT IISED) - FINISHSS Prote^tive Coatir;gs ~ - 14 (NOT USED) DIVISION 15 - MECHANICAL 15062 Ductile ~ron Pipe and Fittings 15063 Hydrostat:ic Testing of Pressure Systems 1510;_ Gate 'dalves 1525`' Outside Piping Insulation LIST OF DRAWINGS l. Title Sheet 2. Notes, Legend, and Abbreviations 3. Site Plan 4. Plan View 5. Piping Details 6. Vault Detai_s 7~ Vault Detai~s 8. Electrical alan View 9. Piping and ~nstrumentation Diagram NOTIC~ AGREE~ENT PROPO~AL/~ISCLOSURE STATEMENT PERFOAMANCB BOND PAYME~'T BC?ND ~TOTICE TO BIDDERS NOTICE TO BIDDERS Sea~ed ~>roposals, addressed tc the City of Corpus Christi, Texas for: O_N. Stev~s W,T_P. High Service Pump Building No. 1 Master Meter Replaa~ment; cc~ns i sts of - Demc~lit~•~n of ex_~5tinq relniorved concrete vault (nominal 13'x9'x 11'deep) vauEt, ?2` l.ong flc~w meter -~nd 48" ductile ir.on piping; 3nstallation of new Lenturi f'~_c>w meter and flow transducers (provided to Contractor by the City), assoc:iated 48" ductile iron piping and fittings, 4fi" gate valve, galvanized stee~ grating, and construction of a reinforced con -rete vaul t_ ( nomi nal ~<?' ~~ 6' x 11' deep' 1; t.ogether with ~~11 appurt::enances, i_n accordance with the plans, spec:ifications ~nd contract documents; will i~ receivea at ?he office of the City Secretary until 2:00 p.m. on Noves~r l~i, 2006, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bi.d m~eting is ~cheduled for 11:00 a.m., Wednesday, November 8, 2006 a.nd will be conducted by the City. The location of the meeting will be the G.N, Stevens Water Treatmen- F~lant, ]3101 Leopard Street, Corpus Christi, TX. A bid bond in the amount ot` 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which wil_~ not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will res~~l.t in farfei ~urE ~}f *he 5o t>id bond to the City as liquidated damages. Bidder's plan deposit is subjec~t to mandatory forfeiture to the City if bidding document_5 are not retur_ned to rt-ie City within two weeks of receipt c~f ~ids Plans, proposa~ forn.s, specifications and contract documents may be procured from the City Engir,eer upon a deposit of Fifty and no/100 Dollars ($50.0 } as a guarantee of thei; returr: in good condition within two weeks of bi date. Documents can be obtained by mail upon receipt of an additional ($10.00) wnich i= G non-refundable postage/handiing charge. The bidder is hereby t~otified t.har_ the ~wner has ascertained the wage rates whi~h prevail ir~ the locality ~n whic~ this work is to be done and that such waqe scale i.s set out in the contract documents obtainable at the affice ~f the Ci~y Engineer and the Cor~tractor shail pay not less than the wage rates so shown for ea •h c raft or_ type of "laborer, ""workman, " or „mec_hanic" employed o~ this pic,-~,ect. The City reser~~~es the r~ght to reject any or all bids, to waive irregulari.ties and to accept r.he bid which, in the City's opinion, seems most advantageous to rhe C:i~y ar~d in the best interest of the public. ;~ITY O~ CORPUS CHRISTI, TEXAS !s/ Anqel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7i5/fl0 NOTICE TO CONTRACTORS-A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS kevised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPB OF INSIIR7ll~iCE MINIMQM IN3IIRANCE COVBRAG$ 30-Day 1+&~tice of Cancellation required on Bodily Injuzy and Property Damage ail certificates PER OCCIIRRENCE / AGGRBGAT$ Commercial General Liabiiity including: $2,000,000 COMBINED SINGLE LIMIT Z. Commercial Form 2. P~emises - Operations 3. Sxplosion and Collapse Hazard 4. Undergzound Hazard 5. Products; Completed Operations Hazard 6. Contraetual Liabiiity ?, B~oad Form Property Damage 8. I~sdepe~dent Contractors 9. Persona~l Injury AUTOMOBILE LIABILITY--OWNSD NON-OWNED $1,OQ0,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPLATSATION ~.OMPENSATION ACT AND PARAGRAPH II dF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSI(3~tAL POLLUTION LIABILITY; $2,000,000 COMBINED SINGLE LIMIT ENVIRONM$NTAL IMPAIRMENT ~OVERAGE Not limited to sudden & accidental , REQUIRED discharg~; to include long-term X NOT REQUIRED environmesntal impact for tihe disposal of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ' REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section 8-6-11 and Supplemental Insurance Requirements % REQUIRED i NOT REQUIRED Page 1 of 2 T::e City of Corpus Christi must be named as an additioaal insured on all coverages except worker's compensation ]iability coverage. Tr~e aame of the Project must be Iisted under "description of operations" on each certificate of insurance. . F~z ea~t~ insur~r~~ce c•:;verage, tt~e Contractor shall obtain an endorsement to the applic~ble insurance policy, signed by the insurer, providing the City with thirty `30' days prior written notice of cancellation of or material change on any coverage_ The Contractor shall provide to the City the other endorsements to insura~ce policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. ~ cc~mpleted "Discloaure of Interest" must be submitted with your proposal. Should you ~ave any questiona regardiag iaaurance requiremeats, please coatact the Coatrac~ Acb-inistrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS-B NOTICE TO CONTR.ACTORS - B WORi; ==' S vC: :PE::SATI ON CCVERAGE ^ OR BUILDING vK CCNSTRUCTZON PROJ~.CTS POR C:. ~ ~~.23MENT ENTITIES °?xas law requi~es tha~ -ost :ontr~ctors, subcc~cr~ctors, and ot~.~r~ : rcvidinc wort. c~ ser~~~~es for a City building c~ c~nstruction prc-. ~~_ -ust be c~ve~ ed by wo~'r.er' s compensation insura~ce , authorized sei~ _:s::sance, cr ~n ,ppr^~ed worker's compensa~._cz coverage aqrp~~.o_ ~ . ~ven if Texas '_aw does ~ot require a contractor, subcontractor or o:.ners performing project services (including deliveries to the job site) =:, provide 1 ci the 3 forms of worker's compensatien coverage, the .-~~y will require such ccverage for aIl individuals providing work or .er^.-•~ces on this Prcjec~ at .3ny time, includi~c during the mai: -__ =~r:ce guaranc~~~ ~erioc. :,otor carriers which are required to e~=_nr with the Texas Depa-_-~nt of Transportation under ':'exas Civil ~ g__--- Sta~~~tes ArticLe 6675c, and which provide accide_^_tGi insurance coverace under Texas C~vi~ 5~atutes Articie 6675c, SecL'_on 4(j) need nct ~~ov:de 1 of the 3 forms ~= worker's compensation ceverage. '"he i~ontractor aQrees ?~ ~-~ comply with all applicable provisions of ^_xas Admini.stra~ive Code =~tle 28, Section 110.1_0, a copy of whicr. _~ uttached ar:d deemed -:corporated ir.tc the p~c~ ect contract . Fleas~ r~te tYiat under sect_cr. 110.110: _. certain :anguage ~-.ust be incluceci in the Contractor's Contract with the C~ty and the Contractor'= coztracts with subcontractors ano. others providing serv~ces for the Projecw; . the Cont~~ctor :s =equired to submit ~o the City certificates of c~verage for its employe~= Gnd for all subcontractors and cthers providing services on the Praject. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and .. the ~~ontr-uctcr ~..s :-equired te post the requ_-'=d notice at the ;~ob site. gy =~c :~ng this Contract, the ~tontrac~or certifies that ~= will timely ~~m~_-~• ~w•~th these Not~c~ -:~ ".^ntractors "B° reauirement~. NOTICE :~ CONTRACTORS - B (Revisea 1/13/98) Paqe 1 of 7 g/7 ~ ~e . ~C . ~, .. i Ir~~' =S. I~?`L~~.~~Ci_ :'art iI. TE1_-~~ ~~'nF'~..KERS` C0~1PE~ISATIO\' C0~1V~ISSIO~ ~:haprer 110. F~EQL~IF~ED ~`OTICES OF COV~RaGE `~ubcnaprer B. El1PL0~"ER tiOTICES ~r I10.110 Reaortin~ tZeauiremeats for Building or Constrt:ction Projecu for Goverumentai ~~ntities i a) The iotlowin~ words a.~,d te:ms, u•ncn Lsed in this ruie, sn~11 ~:~ve rhe followin~ mcanings, unless ~.~e context ciesriy indicates cLZerwise. Te::ru not de~e~ in this n:ie snail have the meanin¢ de~ned in ~~`~e Te.cas Labor Code, ~~ so de~ne~. ';~ Ce:tinc::e oi c~ve:-zQe ~ce^inc: ~~;--~ C:.DV OI a Ce~.incaie ei s.:suranc~, ~ c~:t12IG32e CI 311LCOI~IT~• ro seii-insure :ssued b.. tne c; ,:.missio~., e- a worke:s' ee:r.~e:isaien coverage a~re~rnent (TWCC-81, ; vVCC-^o2, TtVCC-S3, or IZ~ICGS4), showing statutory worice:s' compensasion insurance coveragc ; rr the person s or e:.tir~s e:nnloye~s t_inciucing these suoject to a caveraQe aQreement) pravidine services on a Drojec:, :er uie du:ation of the praject. 2) Building or consL~:ci~n-ras .;.e rr:e~.^.i.~~ denned in t~he ie:cz.s I.abor Code, § 406A9b(e)(1). ;~} Conr.~c:or-~, person bidciir.g °or cr awarded a building or co:LStruc~aon project by a governmentai enLiCY. 4) Coverage-Woricers' comDe:isation ins,:rance mee*..ing Lhe statutory requireaients of the Texas ~~abor Code, ~ 401.01 I (4?). ~) Coverage ~?recmc.^.t-a writte~ ~~e°r.:°at or. forr.i TWCC-oi, form TWCGSZ, form Z~~CGS~, or iorrr. i WCGS4, filed witn the Te.~as Workers Comper.sztion Commission wizich estaolis~es a , clax€onship be:weea the parries for pu.-poses of the Texas Workers' Co~ensation Act, pursuznt to the Texas Lahor Code, Cbapter 406, Subca~pters F and G, as one of employerlemploye~ and estal~iishes wno wiIl be respoas~Ie for providing workers' compeasation coverage for persons ~roviding services on the proje~t. ; 5} Durauan oi tt~~e project-ir,cludes ~7e time from tne beginr.ing oi worK on Lhe project until tr:e .~oric or. th~ ~reje~ h~ be~.^, com~iete~ ~.-:~ acce~t~~ bv the gover:z~nenLal entity. ?; Fe~scns ~rev~din~ se~-.~c~s en ;.7e ~roie^ ~"subcentractor" u. ~ 406.096 of the Act)-~Zr~ '~e ~xceotion oi persons exc:uded unaer subsecuons (h) and (i} of this section, inciudes all persvns or ~nt~ues pe:rorrrunQ a11 or ~art ~f the ser~~ices the c; ;ntractot has undertaken to perform on the projec~~. _ ~eQardiess o: •vheLhe: tn~~ pe~~en ~onuac:ed direc~iy witn :tie co:,cractor and regardless of w~ethe: hat person ~:z..~ en:Dioyees. T:~.~s ir.ciudes eut is not limited ta i.~de~e~dent contractors, subcontractors. 'easi~~ cornoznies. motor ca1-:iers, o~-ner-ooeratars, employees of zny such entiry, or emgloye~s of ~r.v e~*.~rv fL:T~snina pers<~ns .~ perFo~ se:vices or. the praje~_ "~ervices" includes bui is not li..^utea vOTZCE .O CONTRACT ' - Revised 1/13J96) 8~-~~9s hrtc~~/w~v,.,v scs.stat~° tx ~.:s~;ac'2Q/II`i ?~~.~BI3 i0 l li)_htr.~ pae~ z of ~ ,.... ..M. _. _.. ..,~ .. .~, °a~e ? c:~ ~ _~__ :~~:~r.~. o: ~.....•P~;;e A,,,,.~,:.e::: c. .._._:-~.~s. cr . ~~iQ117Q 1ZDOr, tr~.~spc:-__ ~ :Cr~ or oth~- _. •,, ~.~._~ ., ^~01e~.. ~~:~']CE.S ~..,CS 7C:.. _....... ~CI:,.~.~~ _..:Ci~'.LC~ I - - , _ ^ " ` - . " ~ C IhC DfOteC~ _,:CIl ..S --~~ __ ear,crs c. :;,e ~~~^i,~ n!i~,•er.es. __,._~ive^- ei .:,zole toilets. ! ~ Prc~a~:-~:~~ ~ . ~~~e~ t . ., _ ) ~ ...ude., t~:e ~rc•.:sion oi ali se:vices : e.~, o a ~~::c~,2 or construc;.~on cc: ;:yct .or a ~~ve.^.:.~e ::~~ ~^a~~ i`= ~ P: e` ~cs~ cr czusin~ tc be orcvicied a c~rti~cz;e ~i coveraPe ~ursuant to this rule is ~ ~earese:::: :;c:: ;,v the insure~ :~ 2t ai? emoioyees er~ ~.e ~~sured u~~.o are pro~~ding services en the proiee: :u ~ ec•rered by worice: s' compe~sation cove: a2e, :nat the coverage is baseci on nroDer reportir:L oi ci; ssincation c~aes anc payroll amour:s, ~:-~d that ai1 coverage a~resments 1:ave ~een nlea w~ith t~~:e a~~rocriate insurznce carrier o:, in the czse oi a seif-ins:irea, unth the conunission~s Division or'SeL*-L.s~;r:.ce Regui2tior P~ovioing ialse or m:sie:ding ce:i:ucates or coverage, or:2ii:ng io provide or r_.aintain re~uire~ c~verage, or failing tc re~ort any c:.uige thaL materiaiiy ~e~.s the pro~z~ioc oi c~verage may s.~oje~t the contractor er other person providing services on th~ proiect to admir.is~~::z•e cenalaes, c^.Taina.~ penaities, civiI pe.~zities, or othe: ci~~l actions. ~;c) A ECVC^I,~e:~tal eatirv t-a~ enters irto a beuldi;.a or constnic~on contract on a proje~ s:a11: L 1) inciuae ir, tae bid specin~.:~~ors, all the provisior.s or para~~~ ( 7) of this subsectie~ uinQ the !anQUa~e r°otu,red by paragrz?n (7) of this subsec::,~:~ v ~ 2} as pa.~c ~; ~~e contract, ~sing the 3anguage re~ui: ed by parar~-z~n (7) of this subsec~on, require t~:e conL-zccr io ~errorm as re~t:ired in subsection (d) oi this section; (3; obtai:. :~c;n t}ie cantrac,or a cenificate of cnvecz~e for eacn ~erson providing services on the project, ~ri~r to that person beQinnir,~ work on the Yroject; (4) obt~: frcm the canL-acor a new cerv.$cate of coverage showi.ng extension of coverage: (A) befor~ ~^~ end ofthe c.:.-ent ceverage periaci, ~:~ L~e contrac.o~s curtent ceriifi~Le oi coveraSe shows tt-~at :u~ covera~e perod ends during the duration of the :,: otect; and V (B} no ixte: :.~,an seven davs z,~ier the expiration of t~e c~vera~e :er each other person oroviding services on t~e project wnose ctu-reat certificate snows thaL the coverage period ends during the duratiaa ~ f t~:t project; t 5) re:ain cerxicates oz cove:-~e on file for the duration of the project and for three years li7ereafter, (6) proviae ~ copy or tne ce: .iticates of c~verage to the c~mmiss.on upon request and fo any person envt;ea :~ tt~.e:n cv iaw a^,d `7) ~se t:he 1:~:~-,~age cor:a..u:e~ i:. the following FiQUre i for bid speci~cauons and conLa~s. :~ithout any additiona.~ words or cnanQes, except those reauired to accom.modate the specific doci:r.lent in '~~~~: Ih°~: w e contained er ;~ iripese stncier stand2rds of docL:::entaTion: T28S i 10 ! 1 ~~(c)(7) tt~f NOTICE TO CONTRACTCRS - 9 Revised 1/13I9B1 iliip:/i `a,^,uiV cOS.SiZI~.LY.llS%IdG`..$,rjj.~ : i 0(B/I 1 0. j 10_}12iT'.~ Paqe 3 of 7 8/~/~8 .C ' - Page ~ oi o .~ cc;r.trac~or sr.~r.::. ) pro~zde coverage ior its empic•~~e~s croviding servic~s on a projecr, f~: :::e duration of Lhe projec: , ased on proper re~orin~ oi ciassirc~~on cades and pa}TCii amounts ~.~ Y':: ~ of any coverage ~: ~e~enu; ~=} pro~~de a ceztif~czte of coverz_e ~aewinQ worlcers' c~n~~nsation cove:a_^<e to the governmencal ~anry prior ta beginui_^g wocic or. ~.e ~: oject; ~~) provide ihe gove:nmenta! enir=, ;;.^:or to the end of the coverage periec, ~ new certificate of ;~verage showing extensioa oi cc~~erage, if the coveraee period shown or. ~^e c~ntraeto~s current : e:v$cate af cavera¢e ends durir.t t::e duration of the projecz; (a) obtain from each oerson providing s~rvices on a proiect, a.nd provide tc t: e governmeatal entity_ (.~) a cerafucate of coverag~, prior to that person beginn.ing woric on the proie~t, so rhe governmental eatity will have on fiie crrrificates ai coverage showing covenge for ail persons providing servicrs on :~:e Dtajecz; anci ~'3) no later than seven days afre.~ : e~:ipc by the contractar, a new certi~cz~e oi coverage showing ezt~ion of coverage, if the caveraQe period shown on the curreat certinczte or coverage ends during tae duration of the project; (S} rct.ain all required c~:titicates o: caverage on fiie for the duration o~ the project and for one yeaz t~ereaf~er, (5) notify the governmental cntity in writing by certifiied maiI or personal cesvery, within ten days aftcr tne c~ntrac~or Imew or should have i~.navvq of auy c~ange that materially aIIec-ts the provision of eovetage of any penou providing services on the projeer, (~) post a notice on ezch project si~e informing all p~rsans providing servic~s on the project that they z e r~uired to be covercd, a.nd starnQ haw a persoa may verify current c: ve:zge and report faiiure to prov~de cov~crage. This notice does nor sarisfy ather gosting requiremmu i~posed by the Act or oth~r cocunpissian rules. This nodca must be printai with a titl~ in az lcast 30 point bold type and text in at least 19 point noimal type, aad s~afl bc in both Engiis~ arid Spanish and any othar Ianguag~ comman tg th~ wori~r populatioa °Fhe texs for the noticcs sha11 be rhe following text provided bY the com~ission on the sample notice, :vithout any additioual words or chaages: REQULRED WORKERS' COMPE'1SATION C~VERAGE ^The 1aw requires that eaca person worldng on this site or providing servic~s related to this const€uction proje~t must bo cove: e~ by workers' comne:isation insuranc~. i ~s inciudes persons rraviding, hauling, or delivering eauipr.ient or materials, or providing labor or transportation or other service reiated to the project, regaroless of the identity of their einpioyer or status as an employee." °'~all the Texas Workers' Compersanon Cacnmission at 5I2-440-3789 to :e~~ive information on the Ie¢ai reauirtment for coverage, to vesuy whether your empioyer has provided zhe required coverage, cr to report an employe~s failure iG provide coverage." NOTIC.T.' ~~ CONSAACTORS - B `:ttp:Uwww sos.state.tx-us/tad28/III110,B/1 I0.1 l0 html Revised 1/13/96) 8~~~98 Paqe ~ of 7 rage 4 0£ b ~ C~.... ..y „ °' ; 'SC:, `.i"'1:~ '.t'„CI' .. COALS2CS 'C^~'lCe S~:ti'1C~S C' ' "'~oject tn: -ac:~ailv ; eti :. ~e. .v ~A) protinde caverage ~zse:~ on ~~o~er re~or~.t oi ciassinc2-LCn c~ces ~^d Dayr~ii c::.ountS and fi~ulE ~~f arY t~~~e1"L2e 3_n.T'e°.^_:e:::.S IC~: ~-. '=_ :~s °-=r=OiC~~e~s DTO~ndL^._ se.^.'lc~s er_ Lne DrDieC:. :~r Lhe dur3tion oI ~le r.'J:Otec:; ,"~t } Ff~~ aQe 3 C°.'-LL~''..=~e ~. ~OVer~=e :O 'he coII~2cZOr pnOr to tCai ~erson oemn.ti.^_~ '.~OfIC OII t~le pr~te~ : lC} inciuce in ali con~rac.~ ~o pre~~ae se:~:~c~s c:. cne project t::e izr:guaee in suose~ ~en (e)(3) of this seczio:Y: (T.~) provide *.he contrac.c:. prior :o ~he end oi ::.e covera~e pe^od, a new certi.nc::-~ of coverage showis~e eneasion of caverage, :f the coverase pe:-iod shown on the e,urent certinc:::e of caverage ends cfu.^n~ the duraticn cr the oroiect: (E) obtai.^. irom eacn oL~e: ^e:son ~.~zth whom i: canLra~s, a.nd p:ovide to the cor..r~ctor. {i t a ce.^,iicate ef cove: z¢e, prior ~~ tne ocner ~e:-son be~inr:.zs wori: on the projec:; :.:d (uj prior to the cnd af ;he cove: a¢e geriod, a.^.ew certificase of coverage showin~ e.~er.sion of the covers~e pe~iod, if the ccverage pe:iod shown oa the currer.. ce:tincate of coverage ends durirtg the durativn oi the projec~; {k~ ret~in all required ce:'~iacates or"coverage en n"Ie for the duration of the projec; ~^d for one year therr.~ter, {G) nvtuy thc governmer.ta.i entiry :n wnting by certined mul or pe~onal delivery, v~zthin ten days aiter the per5on Irnew or snould have Imown, of any ciiange that maseriaIly affects :Y:e vrovision of cover~ge of any person providinQ se.rvices on tne project; and (H} c8nu-act~ally require °~cn athe: pe~on w:ta w~om it cantrac.s, to perform as = e'~uired by subp~~-anhs (A)~ oi this paraQZanb, with t~e certificate of cover~e to be pro~zded to the person for wi~om tbey are providing services. {e} A persoa providing services an a projxt, other tha.n a contractor, shall: (I ) pt~o~~de coverage for its emplove~s providi.le services o^ a proje~t, for the dur~*_ion of the project based or, proper reportinQ oi classinca:ion codes and payrall asnounts and filing or ~y coverage agree ~en:s; (~} provide a certificate or cove:are z reauire~ bY its contrac~ to ~rovide setvices e:. the pro~ec:, prior to bes~nning work cn the proiect; (3) have tne following Ianeuage in iu cnntract .o provide services on the project: "3y signing this conuac: or providing or causing te be provided a certificate ot coveraee, the person si~ning this contma is representing to the gove:nmental er.tity that all employees of the person signing this contrac~ ~•r,o will provide services on r.he project wiI1 be covered by wori:ers' comnensatien coveraQe NOSICE TO CONTRACTOAS - B Revised 1/13/981 $/7/98 http:/i~~°.uw sos.state.tx_us'.acJ28/III11GB/110.110.hun1 paqe s ~t 7 .e. ..~ -R ,.. ..~... ... ~- _. . _ : t ~J rage ~ ot c ;o~ ;:.~ c~ration o; ~:= oroiert. :!:at the cc•,-e:ase v,nii be ~as~a or. pr~per repoc-ang oi ciassincation ccc~es Z*:a navrotI z:.ounts, and that ail cc~•e: zEe a~e~rze~:s w~ui be fiied witn the appronriate ;ns;1,r; :c~ c..smer er, ~. the case of a self-irsl:: ed, with t: e c~%~mission's Division oi Self-Insurance Re¢c:ittion. Providing false or misleading 4~o~ation may subie~ the contractor to administrative ae:iu~cs. c:~irninal ~e^xities, civil penalties_ er other civii ae~ons. (4} prflvide the person for waom it is providing services on the project, prior to the end of the coveraae period shown on iu current ce:*~.: c:~te of coverzge, a~ew certificaze showing extension or caverage, iz t~e coverage period shawn on ::e rxrtificate ef cove:age ends during the duration of the proje.^; (s) obtain from eac: person providing se:vices on a proie~ under contract to it, znd prvvida as requir~ by iis conuZCt: (p} a c,zrtific~z~ of coverage, prior to the oli~er person beanning worlc on Lhe project; and (B) prior to ~3:it end of the coverage period, a new certincaze of coverage showing exttnsion of the cever~e geriod, if t~e coverage period snown on the curreaz cercificate of covengc ends during the dura~on oi the proie^; (6} re€ain all required certincates of caveraQe on file for tsie durarion of the project and for oae year thereatter, (7) nottif~y the govern~ental tatiry in writing by cerrified mail or personal deIivery~ of any chaage that materially a~:ts the arovision of covera¢e of any person provid'uv3 services on the project and send the ncatice vvr~hin te~ days after rhe person i..--iew or shoutd have known of the change; and (8) coauact~aily re~uire each other person wit3i w~om it contracu to: (p) provide coverage based on proper re~oning of ctassi5cation codes and payroll azaouats and fiiing af anv covetage agr~.-nenu for all of its e:aployees providing services on the project, for the durarion ofthe project; (B) prc>vide a cerrificzte ot coverage to it prior to that other person beQinning work oa tlie proj~ct; (C) indude ia alI contracts to provide services on the project tho language in paragraph (3) of this subseciion; {D} provide, prior to :he end of the coverage period, a new certificate of coverage showing extensifln of the covera~ge perioo, if the coverare pe:ioo shown on tne current certifieate of covera¢e ends durir.e V^.e duration cr"the project; (E) cbtain fr4m eaci~ other person under c~atract to ic to provide services on the project, and provide as reaturea by its eoatract: (i} a c~rtifica.te of co~~erage, prior ta the otne: pe:son beginning work on the proje~t; znd {u) prior :o t~e end of the coverage period, a new certificate of coverage showing ext~nsion of the coverage perfod, if the coverage period shown on the current certificau of coverage t,nds durin~ tt~e http:,'/www sos.state.^c.us/tad28/IUl I01B/110.110.htm1 N~I~Rev~s~aNiRisieai - B 8~~~$ paqe 6 of 7 Page b of 6 ~ura:ior. ..: 'ae ccr.~racc~ t~'j ; e~air. ~il :ecuuea ce:-.~:~.:es oi ~o~~erage er. nie for the duration cr :~.e project znd for one year ,hereztte:- LCr} aour~ t'r.e ¢overnme^. :.i e^~ry ~r~ ~~g tiY ~~'T~~~ ~ or pe:so:.zi delivery, within ten days after the ~e:son knew or snovid 'nave lrnown, of any change that mzzer.aiiy affecu the provision of covera~e of any person prcviding services on ihe project; and {H) conrractually require e: c: ~erson with whom it contraets, to perie:: i as required by this - subpata~rapn and subpara~apns (A}-(G) of this parasaraph, with ihe c~:tincate of coverage to be provided to the person ror •~-nom They are providing services. (f~ If ~tny provision of this ruie or its appfication to any person or c.ra:.~nstance is held invalid, the invalidity does not affect otnu provisions or applications of this ruie t~t can be givea effect without the invalid provision or appiicason, and to this end the provisions of this rule are dec~ared to be sever~ble. (g) This ruie is applicable fer ouiiding or construcuon conu-acts adve ~~sed for bid by a governmental entiry on or after September 1, 1994. This rule is aiso applicable for tnose building or construction contrxcts enter~a inta on or azier Septe:nber 1, 1994, whieh are not re~uired by law to be advertised for bid. (h) The cov~rrage re~uire:r.eZt iz :his rule does not apply to motor car.ie.rs who are required pursuant to Te:ras Civil Statutes, Artieie 6675c, to rcQister with tho Texas Deauiment of Transporcaiion and who provide accidentai ir.surnce coverage pursuant ta Texas Civil St~tutes, A.rticie 6575c, § 4G). {i) Th+e coverage requirement in ttus rule does not apply to sale proprietors, partners, aad corporate officers wha meet thc rcquir~menu of the Act, § 406.097(c), and wha are explicitl~r exctuded from coverage in accordance with the Act, § 406.097(a) (as added by House B~1 1089, 74th Legislature, 1995, § I.20). This subsec•.ion zppfics only to sole proprietocs, partners, and carporate ex~cutive ofic~rs who are raccluded from coverage in an~n~,T*~nce poIiey or cezu~cate of authority to self-insure that is deiivcre:i, issued for deiive:-y or renewed on or after 3anuary 1, 1996. Source: Th~ provisions of this § 1 I0.110 adopted to be effedive Septeazber 1, 1994, 19 TexReg 5715; amended to be r$cctive November 6, F995, ZO TexRog 8609. Retu~-n to Section Index htip:l/www sos.state_tx.usi:ac;'28,rII/1 IOBI110.1 l0.htm1 xorres :o corrrx~ac=oxs - e Revised 1/I3/981 g~~98 Paqe 7 of 7 PART A SPECIAL PROVISIONS O.N. Stevens W.T.P. High Service Pump Building No. 1 Master Meter Replacement SBCTION A - SPBCIAL PROVISIONS A-1 Tim~ and Place of R~ceiviug Proposals/Pre-Bid Meetiag Sealed proposals will be received in conformity with the official advertise~ent inviting bids for the project. Proposals will be received in tne office of *_he Ci.ty Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., FTedaesday, November 15, 2006. Proposals mailed should be addressed ~n the following manner: City of Corpus Chri.sti City Secretary's Office 1201 Leopard Street Corpus Christi, Texas ?8401 ATTIi: BID PROPOSAL - O.N. 3tevens 1P.T.P. High Service Pump Building No. 1 D[aster ffieter Replacement; Proj. 8547 A pre-bid meeting wi11 be held on ~edaesday, November 8, 2006, beginning at 11:00 am. The meeting will ~onvene at the O.N. Stevens Water Treatment Plant, 13101 Leopard Street. Corpus Christi, TX. and will include a discussion of the groject elements, Zf requested, a site visit will follow. No aC~ditional or_separate visitations will be conducted by the City. A-2 Def~itions and albbreviations Sectior. B-1 of the General Provisions and Section 01005 will govern. Section OL005 take:s precedence over ali other sections. A-3 Dee~ziption of P~oject The project consists of- Demolition of existing reiriforced concrete (nominal 13'x9'xll' deep) vault, 32` long flow meter and 48" ductile iron piping; Installation of new venturi flow meter and flow transducers (provided to Contractor by City), associated 48" ductile iron piping and fittings, 48" gate valve, galvanized steel grating and construction of a reinforced concrete vault ,nominal 12'x26'x11' deep); Together with all appurtenances, in accordance with the plans, specifications and contract documents. A-4 Met7Wd of Award The bids will be eval.uated based on the following, subject to availability of funds : 1. Total Base Bid The City reserves the right to reject any or all bids, to waive irregularities and ta accept the bid which, in the City's opinion, is most adva~ttageous to the City and in the best interest of the public. Sectioa A - 3P (Reviaed 12/15/04) Page 1 of 22 A-5 Itwms to be Sul~itted Nith Proposal The f~~ilowing items are required to be submitted with the proposal: 1. 5$ Bid Bond (Must reference Project Name as identified in the Pr~posal? tA Cashier~s Chack, certified check, money order or bank drafL from aay State or Natioaal Baak will also be acceptable.) ~. Disclosure of Interests Statement ? Qusilification Statement provided with Bid Form. 4. Manufacturer's Datasheet for gate valve. 5. ALL information pursuant_to Special Provision A-28, A-29 and A-30 A-6 Ti~ of Coto~letion/Liquidated Damages The working time for completion of the Project will be 75 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $250 per ,:al~ndar day will be assessed against the Contractor as liquidated damages. Said iiquidated damages are not imposed as a penalty but as an estimate of r_he damages that the City will sustain from delay in completion of the work, wY~ich dat~ages by their nature are not ~apable of precise proof. The Director r~f Bngineering Services (City Engineer) may withhold and deduct from monies <~therwise due the Contractcr the amount of liquidated damages due the City. A-7 -~o~kers Co~ensitfon Insurance Coverage ~f the Contractor~s workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of c~ancellation of the workers" compensation insurance coverage to be replaced, t.hen any Contractor employee not covered by the required workers' <omper_sation insurance coverage must not perform any work on the Project. Furthermare, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers~ compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidateci damages will be assessed against and paid by the Contractor at the highest daily r.ate elsewhere specified in this Contract. Such liquidated dama~es will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has no~ expired. Section A - SP (Reviaed 12/15/04? Paqe 2 of 22 u;, a<<cardance with .~ther requirements of this Contract, the Contractor shall ~ot permit subcontractors or c~thers to work on the Project unless all such zndiv~duals working on the Project are covered by workers' compensation insurance and unless the ~equired documentation of such coverage has been _>rovided tc> the Contractor and the City Engineer. A-8 Fa~ced Propoaals ?roposals faxed directly to the City will be considered non-responsive. ~roposal~ must contain original signatures and guaranty and be submitted in <-zccordance with Section B-~ of the General Provisions. A-9 Ac]eaowledgmeat of Addeada "'he Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be anterpreted as non-receipt Since addenda can have significant impact on the proposal, failure tc acknowledge receipt, and a subsequent interpretation of rion-receipt, could have an adverse effect when determining the lowest ~-es~nsible bidder. A-10 ~agi Rates tRe~.-ised ?/5/OOi Labor preference anc wage Yates for Heavy. In case of conflict, Contractor shall use higher wage rate. MirLi.p~.un ~ilir~g Wag+e Scales 'I'he tbxpus Qzristi City ~il has detexmir~ci tl~e ger~eral prevailing mir~n ha~~rly wage rat~ for Nueces Ccxuity, Z~exas as set aut in Part C. 'IY~ Co¢itractor and any s~~bc.raitractor must mt pay less than the specified vmge rates to a11 laborers, worlrn-en, arui mechanics emPlciy'~d b}' them in the e.~aecuticai of the Ccs~tract . The Qotztractor or subcontractor shall forfeit sixty dollars {$50.00) per calendar day, or portion thexeof, for each laborex, v,orla~sn, or mechanic e~loyed, if such persoa7 is paid less than the specified rates for the clas~,ification of work perfoimed. TYye cJ~tractor arxi each subc~tractor must keep an accl~ate re~ord sl~wixig the nan~es and classifications of all laborers, wnrlrnien, arid mechanics e~layed bY them in co~tion ~aith the Proj ect and showing the actual wages paid to each w~rk,er The tbntraCtor will make bi-weekly certified payroll s~ittals to the City ~~r, Tq~ Cariit.~a-ctor will also obt.air~ copies of such certified gayrolls frcm all slilx~tractors ar~d otY~s w~rking on the Project. 'Ihese cbc~ments will also be sutmitted to the CitY E~gineer bi-w~ek.lye (See section for Mimrity/Mimrity Business Entexprise Participati~ A~licy for adr3itional requir~zts c°o~erninq the pmper fonn and content of the payroll su}anittals. ) One at~d cex-half {ii4) times the specified Yr~urly wage naast be paid for all haurs worked in exces~s of 40 haurs in any one wee.k and for all Yu~urs w~rked oai S`~~days or holidays. (See Secti,o¢i 8-1-1, Definitics: of TeYms, aru3 Sectian B-7-6, Working Hvurs. ) A-11 aoo~atim arith Petjiic Agie~fee (Revised ~/s/oo) Tt~ Qontraetor shall cooperate with all public and private agencies with facilities c~exatir~g w~-thin tt~ limi.ts of the Project. 'I1~e Caritractor shall pravide a forty-ei.ght (48) hour ru~tiae to any applicable agency s~i wn~k is anticipated to proceed in the vicinity of any facil:Lty by using the 'I~xas pne_C~11 Syst~m 1-80o-245-4545, the Ic¢~e Star Notificati~ Co[[~y at 1-800-669-8344, and the Sauthwesten'i Bell Irxzte C~Youp at 1-800-828-5127. For the Contr~ctor's convenience; the follow~s~g tel~~e rn.anbers are listed: Sectioa A - SP (Reviaed 12/15/04) Page 3 of 22 ~ity Engineer 880-3500 Project II~gir~eex John Wolfhape 'IYaffic ~gineer;s~g R~lice Depart~nenr. Wa~er' Depart~[-ent wasr~ewatex nepart~ent Ga.9 De~artmerlt Starm Water Depar-tm~nt Parks & Recreaticxn Department Streets & Solid waste Sesvices A E P ~ B C City Street Div. for Traffic Si~al/Fiber Optic Irx.ate Ca2a~7.~evisi~ AC~I (F7ber Optic} KMC (Fiber Optic? C~n,iceQan (Fiber ~ptici CAP~C-x (Fiber Optic} Bro~ks Fiber Optic (N4~7) A-1,~ l[a~tenance of ~ervices 512-451-7955 880-3540 882-1911 857-1880 (880-3140 after Yr.~uzs) 857-1818 (880-3140 after Yrx~~~s) 885-6904 (885-6900 after lrx~rs) 857-1881 (880-3140 after lxrurs) 880-3461 857-1970 299-4833 (693-9444 after hours) 881-2511 (1-800-824-4424,after Yrurs) 857-1946 857-1960 857-5000 (857-5060 after Yr~tu~s) 887-9200 (Pagex 800-724-3624) 813-1124 (Pager 8gg-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Mabile) 972-753-4355 The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reaSOnably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracv and com leteness of such information is not guaranteed. It is the Contractor's sole and complete responsibility te locate such underground features sufficiently in advmnce of his operations to preclude damaging the existing facilities. If the Contxactor encounters utility services along the line of this work, it is nis responsibility to maintain the services in continuous operation at his ~wn expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilitie= back in service to construct the work as intended at no increase in ~:he Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilit~es. where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flaw must be maintained. Sewage or other liquid must be handled by the Contractor either by eonnection into other sewers or by temporary pumping to a satisfactory autlet, all with the approval of the City Engineer. Sewage or other liquid mus~ not be pumped, bailed or flumed over the streets ear ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. ~it is also the Contractor~s responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or x-elocations of sewer service lines must be provided by the Contractor. A-13 Are~ Acceas aad Traffic Control NOT IIS~ ~~€~e~~~E--~~a€€~e-~- mAaet~~es ~e-t-~e trse~ ~e a~s~~-e a sa€e ee~ '~~3 -~ n ~ ~~ r.~.,, a ~ SectioA A - SP (RSViaed 12/15/04) Page 4 of 22 _ w~.~... ..,~, . _ . . ,.-_ _ . _ _ _ .N.. _ . __. ~. , .. _... ,.. _ ._.. _.~ .,,, '~'~e ~~~~-a~~~e~-,~~~~ ~-~e~~}~e~~-se~e~r~~e ~~s-~Pe~a~}e~ts ee as ~e eQa~e ~~~~tt~ ~~ve~ee ~aE~ae~ e~ ~~~~„~~~~~~~-e€ ~~e ~tt~eP~~--a~~t~~}e '~~~s ~~~---~~e~~e, ~r~~ ~s ~e~- ~~~}~e~ ~e, i~e~~e}~g--~~~vei~a~~s }~ ~a~€ w~~~~s, _ ,... _ ,.... c , e ~e . w}~~ ~~e E}~~--e~ Ee~~ts E~~}s~~-i-s H~~€e~c~ $a~~~ea~~~~--S~a~da~~s a~~-~~t~~es--~s a~R~~e~ ~~--~~e E~~~; eg}es e€ ~~}~s ~~ a~e , ..~., ~~._ ~, ~,.. ~. ~ 1. ~ mr~f_£_sa ~~~}~ee~~~g ~Pp&i''~IElci3~ '~~ e ~a~~t~ae~e~ s~a~~ see~-~e - ~~--~~eeessa~-~e~~-~-€-~e~ ~~e ~ ~ '^~~~'~; -- rnr~;~r c~ar a.xtic „ •- ,. --~ ---- - _ ___~ ~.~t,... ~ ....,.~..,.. . ~~~ ees~e €e~ ~~a€€~e-~-c~r~$~~~.p~ 9~s~~~~~••~_~}~e~e€e~e, ~e a~ee~- ga~ne~~ it~ ~ ~~m~a~ ~.. ~..~ ~ v, A-l~ Conwtructioa Squipment Spillage aad Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear af job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more freguently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 ~xc;vation and R~mnovals NOT USED .. --~€---g~ass zr~e~ a~~~e~ i~~~~ see~~ ee~ a~t~ €e~~~~~~e~~-~' ~r ~a,~r b~..~xoo ~.€ Qe~~}s, ea~}e~e, ~s~~~~~, ee~te~e~e a~~ ~- ~P~~re~ t~~ese e~~e~z~~ee~-.- ~~~ ~eeege~r~-~~ineva~s ~~e~~~}~~-~t~~ ~e~ ~}~}~e~ ~e~}Fe, Q~}veiv~y~, s~~e~a~~es~--e~e . , ~,-~-r.~, ~_~a~aoroa ~m;s~~}a~~-~c~-~~e ~}~ }~ent €s~ "S~~ee~ ~5'3EE,31Ra~iA~1" thrirrs.fcsrri-zi_Qi~'e2~-~r3fEEFP33~ iJ}~~ ~e iI13~E-c6 cv ` ccv~- A-16 Disp~psal/Salvage of Mateziale Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; theref~re, nc direct payment wiil be made to Contractor. Sectioa !, - 3P (Reviaed 12/15/04) Page 5 of 22 A-Z7 Fi~ld Office NOT IISELr '~~3G n..,,~»...,..~ mt}~t F........:..i.. .ho_sitz~ais9~::@ei~' Ai~ ~3~6 ~e~~ese~~~~~~re rV~~~3 3 ~; ,.~.~ ..ac~,. .-i.. ,.a.,,...,..i:.. : }. . ~~'3E €~E~~ e€€}ee ~lliaQ~~~~3~~rrr3-~ ~E3ac . €ee~ a£ -~sea~~-p-s~aee ~'~e €~e~~ e€€~ee ~t~e~ ~e a}~ eena'~~~Q c~33~ ~kEv~~EQ-~Q- iTlt3faE- }vi-fa_irx-i' ki d iiici: Qix ~~e~}~e~ ~3~3~@ c~33~ EF!@~9kki~'E6 3~ ~ - 3A n ~ cn ~~ ..~ ~ __~_ ^-ciuiT~. ~~3@ ~'A~3~~'~~~6r-B~ia~~ iElAir~~~3E ~~E~Q e€~~ee-~r~~-~~- ~-~--~~e-{'~~~-$~g}~ee~ s~ ~}e ~e~~ese~~a~r~a~~ ~'~e €~e3~~ e€€tee m~xe~-~ ~~,sare~~a--~+~,-ti ;a~~ ,~~ r*~ ~ o =~ €e~ ~y-~~e 6e~~~ae~e~ '~~ r e~'~~ s ~39 _ ~~em €e~~ ..~,,. ~ • , a ..~~~2.- A-li 3c~atdule and Se~uence of Coastructioa The Contractor shall subm~t to the City Engineer a work plan based only on :.rs.allnax days. This plan must detail the schedule of work and must be sul~aitted to r_he City Engineer at least three (3) working days prior to the pre-constructian meeting. The plan must indicate the schedule of the following work items: __ Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review_ ~, Items to Include: Show complete sequence of construction by activity, ide~tifying work of separate stages and other logically grouped activiti.es. Identify the first work day of each week. 5 Submittal Dates: Indicate submittal dates required for all submittals. ~. Re-Submission: Revise and resubmit as required by the City Engineer. ~, Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Co~truction PrQject Layout and Control ~'he drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks: baselines, etc. that are normally ~equired to construct a prc~ject of this nature. Major controls and two (2> bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish a:ll lines, slopes and measurements necessary for ~~ontrol of the work. If; during construction, it is necessary to disturb or destroy a control poi~t or bench mark, the Contractor shall provide the City or Consultant Project Bngineer 48 hours notice so that alternate control points can be estatblished by the City or Consultant Project Engineer as necessary, at no ~~~ost to the Contractor. Control points or bench marks damaged as a result of +Uhe Contractor°s negligence will be restored by the City or Consultant Project $ngineer at the expense of the Contractor. ~f; far whatever reason, ~t is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Ccnsultant Project }3ngineer, the required deviation wou~d necessitate a revision to the cirawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. Sectioa A - SP (Reviaed 12/15/04) Page 6 of 22 The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at t:he completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the pur.pose of assisting the measuring of the completed work. mne Conrractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said eompliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey {R.P.L.S.) ~.icensed in the state of Texas retained and paid by the Contractor. The Third Party R P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulator•v permits. F'ollowing is the minimum schedule of documentation required: . r, , _~. ,.t-~~re~~-~~~~€ ~a~~e~e~,/-~e~~t~ e€ F re•••,.~.• .••~~ ~•tk.wa~_£lnru ixixc aA~~3 9~~@9 A~ s~~ee~ ~1~3 3~e8' ~i~t-8i~'iF~r~ ~~"~°"` °Y° e~~z~ zoo' =~~e~ve~ a~~ a~ a~~ }~~e~seet-}exs- ~- ~~ ~~et~¢~~ve~~ e~e~at~e '- '~e~es; •--~~ ~3~~i~'6P_Eciss9 ~x'si:co szx~armvic~o~ • • A,3 l t -~-~- ^ _° .~.. ~ _ -a .. . .,, . ~ .,.. , ~ ~r~i. .i~,. ~ .~,.:,.~.,,,. .,~:,. ~ ~~eg er€-~}ge a~~ €~e~v ~}~eT~~'~F~~~' a~~ ~~ ~..•~ ~ ~--~~ ~~}~ve~~ e~er~~~e~s a~~ •--~} ~~~ccsss9 ='xQacv rxx-ns~sziivicv~ ~ ,,....,.,,~ _,,, ....• ~..... ..~--~~pe a~~ €~e~r ~}~eT~~'~F~A~' a~~ ~-p~- A-20 Test~iag aad Certificatioa The Contractor is responsible for controlling the quality of work produced and veri#ying that the work performed meets the standards of quality established in the Contract Documents. The Contractor shall provide and pay for the services of an approved recognized testing laboratory to ensure that products proposed for use fully comply with the Contract Documents. A-21 ProjaCt Signa NOT IIS~ section a - sP (Reviaed 12/15/04) Page 7 of 22 ~ri~r9~~'accv~--~3~ ivc^z:rci~rr 6-~--~~2~9-3.-~3?$-ir~~~-~~ ~e ~e~e~n-}~e~ ~3} ~i„ c~ ,.i a i.... ~ti,~ n; ~-„ c+~.....:... "'_ __`l ~~~7~.~~.....~ . A-2~ Mi~qority/Minority Busiaeas Saterprise Participation Policy (Revised io/9a) ~ PolicY Ic is the policy of r_he City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate irz the ~erformance of contracts awarded by the City of Cc~rpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated ~~ctober, 1989, and any amendments thereto. In accordance with such p~licy, the City has established goals, as stated herein, both for minorit}~ and ^emale parti.cipation by 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 City c~ntsact. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. _ Minority Business Enterprise: A business enterprise that is owned and controiled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, Americar~ Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively awn, operate and/or actively manage, and share in payments from such an enterprise ir the manner hereinafter set forth: 1 2 (lc.mer9 (ai For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (r) 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 minc~rity person(s). (c) For an enterprise doing business as a corporation, at least 51.0~ of the assets or interest in the corporate shares must be owned by one or more minority person(s). Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). SeCtioa A - SP (Reviaed 12/15/04) Paqe 8 of 22 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51 0~ or more of the total profits, bonuses, dividends, inrerest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary 3istribution paid by the business enterprise. 3 .. Minorit~: See dFfini.tion under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0~ of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0$ of whose assets or interests in the corporate shares are c~wned 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 te carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest af the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perfc,>rm 50.0~ of the contract work itself and in which a minorit,~.~ joint venture partner has a 50.0~ interest, shall be deemed equivalent to having minority participation in 25.0~ of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be perfonned 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 on all construction work for the Contract award are as foll~ws. Miaority Participatioa ~6iaority Business 8nterprise (Percent) Participatioa (Perceat) 45 ~ 15 ~ 4 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 fz-om 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 by the ^on.tractor to the City Engineer. Sectioa !, - SP (Revieed 12/15/04) Page 9 of 22 t The ^ontractor ~hal'~ make bi-weekly payroll submittals to the City Engineer The Contractor is to indicate the percent of minority and female participation, by t:rade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in ~hese areas which have been achieved. The City Engineer may withhold monthl~.~ or final payments to the Contractor for failure to submit bi-weekl~~ payrolls in a timely fashion or to submit overall participation information a:a required. A-~3 In~eCtion Required ~Recised 7/5/00) NOT IISSD A-~~ Su~~ty Boads Paragraph two t21 of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10~) of the Surety Company's capital and surplus, tne Surety Company shali provide certification satisfactory to the City Attorney ~hat the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10~) of the Surety Co~any's capital and surplus with reinsurer(s) authorized to do bu9iness in the State of Texas. The amount of the bond reinsured b}r any reinsurer may not exceed ten percent (10~) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as cf 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 designat~ an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety ~ompany that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,00o f_rom a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-2~i 3al~s Tax Sxamption (NOT IIS~) Section A - SP (Reviaed 12/15/04) Page 10 of 22 E*~~~~ae~-s~ -~-~=Pa~-~~~ge~=~~~--aila~~e~ ~~~~e ~}~~• s€ Ee~tts -P~ee~ng~}e~s e€ Sa~es, ~~ee}se, a~~ Hee ~'a3ees ~~ess Ee~~e~-3.~3~ e€ ~~a~~e~ 3;_~'~3e ~k~n~~~e~~a~~e~ e€ '£~~~e 34, ~~~~e ~~:e~~-e= ~~e •,.....,.. Ta.~: } --- -~-,- ~~e ~~r,., , ~ ,.~ ,,..~., . r ~ F m ~~--~e .-,.......v..,.~..,. .,,..,...,. ~ _R--~~e-tr~~e~-~ ep~a~a~e~ ee~~~ae~, ~e s~a~~: ~ -- .-,~. ~ _ : ~ ~ ~. ~- "`~-~'~ ~ e~--~~e ees~ e€ nta~e~~a~e~~y-s~ea~~~ .. ~ l.. a +. ti. ,. n.,.., ~ ,. ,. ~ ~..~..~z E. ;z - - - _~ - - - • - n,.,,..~~ a .. i • .~..__. ,. ..,.... .. ,..,. ~ ' c .,.,4-.~.. ~.. ..........i •.....,. ~. ~~'~~seea~ v~l~e ..F _~., .,, , FR~39~^~3'~-~€6~' cZ~~ ~'a~E`9~ ~3fe~Ac;- .,.a rT., m., ......~. ..ti.~,. 4.. ~t..: n • ~ 'rr " zi o J ~.~~ A-26 Su ~meatal Ina~rance xequiremeata For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insuacance policy, signed by the insurer: stating: In the event of cancellation restricts ~he ~nsurance afforded covenants to mail prior writte cha_nge to: 1. or material change that reduces or by this coverage part, each insurer n notice of cancellation or material Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: F~.O. Box 927°~ Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The ~ontr~ctor shall provide to the City Bngineer the signed endorsements, or copie!s thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. within thirty ~.30) calendai days aftex the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all emplcsyees of the Contractor employed on the Project described in the Cc~ntract . SeCtion A - SP (Reviaed 12/15/U4) Page 11 of 22 For each insurance c,overage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed b}~ the insurer, stating that the City is an additional insured under tne insurance policy. The City need not be named as additional insured en worker's ~ompensation coverage. ~or ~ontractua~ liability insurance coverage obtained in accordance with Section B-6-11 (a' of the Contract, the Contractor shall obtain an ~ndorsement *o this coverage stating: Contractcr agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys` fees, ~or or on account of any injury to any person, <~r any death a~ any time resulting from such injury, or any damage t~~ any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnif.ied hereunder. A-2~ Re~oasibility i~or Damage Claims Paragraph (a) General Liability of Section B-6-il of the General Provisions is amended to include: ~.ontractor must provide n--" ~--'- °'-'- -- Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Inetallatioa Fl _ter coverage must. be an "Al1 Risk" form. Contractor must pay all costs necessary to procure such Iastallation Floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-2~ Coa~ideratioas ~or Contract Award and 8xecution 'Te allow the City Engineer to determine that the bidder is able to perform ~ts obligations under the proposed contract, , the City Engineer ~ shall rsquire a bidder to provide documentation concerning: _. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the Iien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the ^laim has not been paid; and ulhether vhere are a;zy :~utstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun w~thin the preceding two {2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the ~iaim, and an explanar_.ion why the claim has not been paid. A bidder ~ shall ~lso be required to supply construction references and a financial statement, prepared no later than ninety (90} days prior to the t'ity Engineer's request, signed and dated by the bidder's owner, president or r_:,ther authorized party, specif_ying a11 current assets and liabilities. Section A - SP (Revised 12/15/04) Page 12 of 22 .w,, ~., . ,,,~ ~...~,.~_ ,~. _ _ __ ,.,. _ _ _ . . __ __._,. .._. ~ _ .e p.. .... _ _. .,.,.. A-29 Ccm~ractor~s Field ~n~stratiom Staff The Contractor shall employ for this Project, as its field administration staff, supez'intendents and foremen who are careful and competent and acceptable to the City Engir~eer The criteria upor_ which the c"ity ~Y-.gineer makes this deteYmination may include the following: 1.. The Superintendent must have at least five (5} years rece~nt experience in field man~ugement and ov~rsight of projects of a similar size and ccxnplexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. 'lhe superintendent shall be present, on the job site, at all times that work is being performed. 2. Fore~uen, if utilized, shall have at least five (5) yeara receat experience in similar work and be subordinate to the superintendent. For~n cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements sball be iacl~u3ed ~+ith the al and will be reviewed by the City F~gineer. The Contractor's ie d a~nistration staff, and any stabsequent substitutions or replacements thereto, must be approved by the City EYigii~eer ir. writi~ prior r_c such superintendent assuming responsibilities on the Project. Such writ~ approval of field admiaistratio~ ataff is a prerequisite to the City 8ngi~eer~s abligatiom to exscute a co~tract for this Project. If such approval is not obtair~ed, the award may be rescinded. F~rther, such written approval is also nece~sary prior to a change in field administration staff during the term of this Contsact, If the Contractor fails to obtain prior written approval of the City Engiaeer concerning any substitutions or replacements in its field achninistration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-3a Ames~3ed •Conaidesation of Coatract" Require~aents Under "Gieneral Provisions and Requirements for Municipal Construction Cont~acts" Section B-3-1 Consideration of Contract add the following text: The Qca~tractor, subc~tractors, and s~pliers shall be qualified and P~rier~ced in the perf~nce of the wark required by the 0.-mtract Doc~ments_ In evaluatirxl the bidder's quali:~icati~ons to perfozm the work specified in the bid, the follvwing factors will be coa~si~lexed: a) ~ether the fizm perfonning the pigeline cx~structian has previcxa.s experience succ~asssfully oa~letirg similar projects; b) whether the fiYm perfozmi.ng the ceaacr~te vauZt c~st'ructian has previaus ea~erience on similar structures; c) whether the C~aitractor has a~te persoaayel, plant, and equi~it to perform the w~rk prrpexly and expeditiously, aru3 d? the Contractor's approach to perfornurig the Work. At the tizr~e of bid, the c~tractor shall suUnit qualificatioa~,s and e~erience infaLZnaticm to d~trate that the Contractor and its subcar~tractors meet or exoeed the follaving specific rec~LU:^+e~-~ents : A. 7~e ccntractor arxi pipeline subacmtractor shall sulxnit a list with a minisrnun of three (3) projects ~~orcg~leted within the last five (5) years, whexe th,e C7ontractor/subcontractor has corLStructed or ~laoed chzctile iron piping 30" or ~~~ ; Section A - SP (Reviaed 12/15/04) Page 13 of 22 B. The ~antractor an~ concrete subcontractor shall submit a list with a minimum of three f3~ projec~s completed within the last five (5) years, where the C~ntractor/subcontractor has constructed similar concrete utility c-auit.s; A brief description for each project shall be included for each project listed. Each project description shall contain the name, address, and telephone number of the Owner's agent. The projects submitted for experience qualifications shall demonstrate the qualifications of the proposed staff. For each project description submitted, the project description shall identi~y the name of the Contractor's installation superintendent, key technical staff, and quality control personnel to assist in evaluating the ~xalif~.cations of the contzactor's proposed staff. The bidder shail submit current resumes for the proposed key staff deinonstrating compliance with the qualifications and experience requirements. The Owner will approve or reject the Contractor's qualifications prior to Award of the Contract. Owner may request an interview with the bidder as part ~f the bid evaluation Within five i5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must su~it tc the City Engineer the following information: A list of the major components of the work; ~~ A list of the products to be incorporated into the Project; ? A schedule of values which specifies estimates of the cost for each major component of the work; ~ A schedule of anticipated monthly payments for the Project duration. ~ 'The names and addresses of MBE firms that will participate in the ~° ~.ontract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBS firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City - Engineer, that a good faith effort has, in fact, been made to meet said requirements ~:ut that meeting such requirements is not reasonably ~ossible. ~ list of subcontractors that will be working on the Project. This list may ~ontain more than one subcontractor for major components of the work if the ~ontractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that wili perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on th~ Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. Section 1~ - SP (xeviaed 12/15/04) Page 14 of 22 _r. the event ~.hat a subcontractor previously listed and approved is scught to be substituted for or replaced during the term of the Contract then the :'it~~ Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in r.:he Project. ~uch approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure ~•f the Contractor to c~mply with r_his provision constitutes a basis upon which ta annul ~he Cor.Yract pursuant to Section B-7-13; A preliminary progress schedule indicating relationships between the ~ajor tiomponents of ~he work. The final progress schedule must be submitted t.o the City Engineer at the pre-construction conference; b ~ocumentation required pursuant to the Special Provisions A-28 and A-29 ~-oncerning Considerations for Contract Award and Execution and the ~'ontractor-'s Fi~ld Administration Staff. 5 bocumentation a:~ required by Special Provision A-35-K, if applicable. 10, within five (5) days following bid openiag, submit in letter foxm, infosmatioa ideatifying type of entity and etate, i.e., Texas (or other sta~a) Corporation or Partnerahip, aad name(s) and Title(s) of iadividual(s? authorized to execute coatracts oa behalf of said entity. A-31 A~d Policy o~ ~ctra loark aad Change Osders L7nder °General Provisions and TZequireme.nts for Municipal Construction Contracts" B-8-5 Poli~ on ~xtra Work and~e Orders the present text is deleted and replaced with the f ollc+wing : Contractor acl~wwledges that the City has ru~ abligation to pay for any extra work far which a chang~e order has not been signed by the Director of Engin~ering Sezvices or his designee. The Contractor also aclmawledges that the City Et~gineer may authorize cY~e orders which do not exceed $25,000.00. The Contractor ac}a~wledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Councii. A-32 Ane~d "~cecutiom Of Contract" R~.~i r...~.~~ts Lh~der "Gen~eral Provisions and Requirements for Municipal Construction Contracts" B-3-5 F~cec~ion of Contract add the following: The award of the t:ontract may be rescind~ed at any time prior to the date the City IIZgineer c~livers a contract to the Contractor which bears tkLe signa.tures of the city Manager, City Secretary, and City Attorney, or their autlwrized designees. Contractor has ne cause ~f action of any kind, including for breach of cantract, agai.~]st the City, r~r is the City obligated to perform tuider the Contract, until the date the City EYigineer delivers the signed Contracts to the Contractor. A-33 _ Coaid~ti~s of ~Pork Each bidd~r must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his oblic~tion to carzy out the provisions of this Contract. Contractor is reminded to atte~d the Pre-Hid ~eetiag referred to in Special Pravision A-l. Sectioa A - SP (Reviaed 12/15/04) Page 15 of 22 A-34 Pr~~dence of C~tract Docuaaents rn case of confiict in the Contract documents, first precedence will be given ta addenda issued during the bidding phase of the Project, second precedence ~rill be giver: to the Special Provisians, third precedence will be given to *he construction plans, faurth precedence will be given to the Standard 3pecitications and the General Provisions will be given last precedence. In hhe event of ° conflict between any cf the Standard Specifications with any ~ther referenced specifications, such as the Texas Department of Public ?'ransportation Standard Specifications for Highways, Streets and Bridges, ,~STM specifications, etc., the precedence will be given to addenda, Special Provisions and Suppiemental Special Provisions (if applicable), construction ~lans, referenced specifications, Standard Specifications, and General Provisions, in that arder. A-3~ Citar ~Pater Fscilities: 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 Citv Water Department Personnel. A Visitor/Contractor Safety Orientation Program will be offered by authorized City Water Department persannel for thnse persons who do not have such a card, and who desire to perform any work within any City water facility. For additional information r-efer to Attachment 1. B. Ooeratioa of City-Owaed Bquipmaat The Coatra~ctor ahall not start, operate, or stop aay pump, motor, valve, eqetipment, switch, breaker, control, or aay other item related to City water facility at aay time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. C Protection of 9~ater Quality The City must deliver water of drinking quality to its customers at all times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water Department to protect the quality of the water. L. Coaformity with AN3I/NSF Staadsrd 61 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any other items, which 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 iaclude all solveats, cleaners, lubricaats, gaskete, thread c~pouads, coatinga, or hydraulic equipmeat. Theae itema must not be used unless they coaform with ANSI/NSF 3taadard 61 aad unless such items are inspected on the site by authorized City persoanel im~ediately prior to use_ Seciioa A - SP (Revised 12/15/04) Page 16 of 22 The Contractor snal.l provide the Engineer with copies of written proof of ANSI,~NSF Standard 61 approval for all materials which could come into c~ntact with potable water. E. Haadling aad 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 at all times and remove all trash daily CONTRACTOR'$ ON-SITS PRSPARATIOM F. Contractor's personnel must wear colored uniform overalls other than orange, blue, or white. $ach eaployee uniform must provide company nam~ aad iadividual ea~loyee identification. G. Contractor shall provide telephones for Contractor personnel. Ci ty telephonea are not availa.ble for Contractor use. H. Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. I. Contractor must not use any City facility restrooms. Contractor must provide own sanitary facilities. .7. All Contractor vehicles must be parked at designated site, as designated by City Water Department staff. All Contractor vehicles must be clearly labeled with company name. No private employee vehicles are allowed at O. N. Stevens Water Treatment Plant. Al1 personnel must 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 directed b~- City Water Department personnel during emergency evacuation ~- ~''^atr~ntas• ~ +~1' £icuciA~38 ~7'E.'-~~--~~'~~~!'~~~b'E1~~-T~~~~ ~~-~zzz T!'~/1iTT[~TTTl1TT1 --- ~ j.~~ .,.r,.. ,-.a ... ~ _ u._ ., i F a ~ ^ +-e..i..... .. ~ ....a _ ~ ~~ __ t' 7 I `i i7i.4.. wa_~ ~_ I CGCSi G SG ` ~~€} ~~ ~ ~ ~ i S~ S we~~-i~e~~s ~~--~ ~ ~ e~ ~~ 3aQ ea e~s tt~~ Tf7e2e`~ 222~8 « =~ ~~~~ ~ ~ } ~ , ~ ~-- _ee~P~~-~e~9 ~~~~ . s, F!}R e ca~~A339, a~~ ~ e~e, } ~} ~ ~ ~~~ ~ ; e ~g, ~e a ~-ee~ee~ ~ , , , , } ~.,. ., : c : .. «- , ----- .~'r__-__.~~..._...__`.. ~'~e ....~~v...,~ --~-s- ,.•.-~n~~ac~~e~--g~~~e,s}~g ~e~e~€e~n ~~e °~^~n we~# ,.~ ~., ..w, ,. -~s-~c~e~e~e~~a~e ~~ ~'='_'_=..- =~ = ~-----~Fe-. ~~~-~~~e~-e~p~ ~~s~~ese; ~~e€~~a~~T-ae a~~~e~ ~e ~~e ~-: .e__ a~~--^~_1 io~«t1~ae ~eq~~~e~ ~~ ~3~}e Ee~~~ae~ e~ a~ ~ean~ ~ ~.,. _ ,.~ ,. ....~ ~~ ~ ~ . ~------~~e ~~~-n-~~~v~~~-e~gage~ ~~ ~~e ~~e e€ yae~3e ePee}€}e~ ~e~~~~ €e~ a~ ~eas~-~-~-~ Sectioa A - SP (Reviaed 12/15/04) Page 17 of 22 . _ __ • . - _ -~e--e~e~+s---~-~ee}e~~~e~ F~~~=~e=s~a~ ~~tg~~Pe~, a ~ea~~e~ ~s~e~+s ~~~~~ee~-e~ a~ ~'-~-t-~-c~~ ~~g~~ee~ t~ s~tpP~v}ee-~= r,,~'-z-=vxrr.~i ~ .,.i_ i~c~:T2~ ~~--~~3~9 r rr.--__ _.... . . ~?~mral ~~a-.-.a .r _ _ _ ~._ -~ a~~-~-r~#~~P~a~~~~a ~~P sgeP~€}e ee~g~~a~e ~~H81s, ~~ ^"`~2-e-~agase+~ €e~--~~e Ee~~T b--__.-~~e -~at~~~- .=~a~ ~-~~; - , a,a~~~~a~e a-r~~-~~e~~am ~~e e~ s~e~s _a_ _'_F_~.'~.-r~cci'cirr: ~---- -~ ~--Q~~ €t~~~}s~ e~}smc.~~~:~~e~ }s ~~e~.~e~tte~ s~ s~}e r+~~ -~ ar ~, x •. ~~- ~.~,R~~a~~~~a~ e~e~p~~ w~e~e ~~i~ s t-e ~ e€-~ g~ve~ ~~e w}~~ ~e ~~ie ~e~e~ ~€ e~e ° ~ $------~'~}e~-pe~€e~ma~ee a~ ~_~ 9 ~i S~e*ae~e Wa~e~ ~~ea~e~ ~a -~,~~ ~; ~ i ~- a va~~xa~~~g w~~e~ F~~~ae~e~ ~ ~--._ __ ' ~3~99~E6 ~-P~~~e~ ~e s~ew r~- t eg~~~~~~ as 33PE~P~ a~ YPF'fii 7 Y!~_ s~~~ ~ G~cx'iaR'S~ t~.r-ne.r_aa•....: ~.7 t, i ..,.~_ ~.. • u. ~3E F~~--i°PE~13~i~'E9 ~6 ~E €~~~P~ ~i~ .,~~ ~~~~_~- rh ~: ~~ ~ ~ • ~r~-~#-a-~e~a~gee ma~e~g ~~e-~a~a~m}~~ n~as Th~a-~~a~~e~ s~Pe~ ~s~~ eaeamg~e~~ ~ ne~~~~e~~e~ ~e s~ew ~t~~ e€ ~~e ~e~rx~~e~ s~ee~a '~e ~,- A-36 Othe~ 3ubmittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below and in Section 01040 when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition t_o the required copies, the Contractor shall alsc submir:. one (1) reproducible transparency for all shop drawings. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and ~pecification Section number, as appropriate, on each submittal form. Sectioa A - SP (Reviaed 12/15/04) Page 18 of 22 .. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products zequired, field dimensions, adjacent constr.uction worx, and coordination of information, is all in accnr.dance with the requirements of the Project and Contract documents. . Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. , Marking_ Contrauto~: must mark each copy to identify applicable products, models, ~ptions, and other data. Supplement manufacturers' standard data to provide information unique to this Project g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental t.o successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on ~11 submittal forms. ~ Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. 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. ~ Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer`s selection. ~ Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three t3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval Otherwise, the related equipment will not be approved for use ~~n the project. A- 37 Ameall~ed "Arrsagem~at aad C~arge fOr liiter FusaisY~sd by th~e City" NiDT IIS~ ~ . A-3~ Wor~r's Compenaation Coverage for Buildiag or Construction Projects for Gov~~ameat Entities The requirements of "Notice tc Contractors 'B "' are incorporated by reference in this Special Provision. 3ection A - SP (Revised 12/15/04) Page 19 of 22 A-3! Ce~tificate of Occupaacy and Fiaal !-cceptance NbT US~ '~e-- '_ = -~ e f ~ e e ~-~ }€ ~ ea~~ ~~~~ee~-€a~ ~~tg~e~ee-e~~s de~~ ~o~ ~ A-~ Am~dment to Se~tion B-8-6: Partial Sstimates Ger-erai Provisions and Requirements for Municipal Construction Contracts Section B-e-6: Partial Estimates is amended to provide that approximate ~,, estimate$ from which partial payments will be calculated will not include the net invoice value ~~f acceptable, non-perishable materials delivered to the Project worksite unless the Contrar_tor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material ° supplier has been paid for the materials delivered to the Project worksite. A-~~ Oz~e Advisory llOT IIS~ A-4Z 08~1 Rules & Re~ulations It is the responsibility of the Contractor(s) to adhere to all applicable OSIiA rules and regulations whi.le performing any and all City-related projects and or jobs. A-43 Am~ded Iademaification & Hold Harmless Un~er "General Provisions and Requirements for Municipal Construction Con,tracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: Th~ Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shal~ indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or Iiability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, ~~r consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, cr theiz- 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, at~orneys, and agents from any and all damages, injury, or ~.iability whatsoever from a negligent act or omission of the city, its ~fficials, employees; attorneys, and agents that directly or indirectly causes injury to an employee of_ the contractor, or any subcontractor, supplier or materialman. Section A - SP (Revised 12/15/04) Paqe 20 of 22 A-44 Cha~a 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 cf the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shal; be submitred by contractor as a basis for the price of the change crder_ A-45 As-~Atilt Dimensiqas aad DraMings 1~/5/00) !a~ Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and verticai) ~f all facilities. ib; Upon completion ~f each facility, the Contractor shall furnish Owner with one set of direr.t prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the finaZ drawings shall include the following: (1) Horizonta~~ and vertical dimensions due to suhstitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3} "Nameplate" data on all installed equipment. (4) Deletions additions, and changes to scope of work. (5} Any other ~hanges made. A-46 Dis~paal of HighJ~,y Chlorinated water {~/5/00) The Contractor shali be responsible for the disposal of water used for testing, disinfection and ~.ine flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disiAfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to c4mply with the requirements of all regulatory agencies in the disposal of all water used in the project, The methods of disposal shall be submitted to the City for approva~. There shall be no separate pay for disposal of highly chlorinated water. Cnntractor shall not~ use the City's sanitary sewer system f~r disposal of =~ontaminatea water. A-47 Pre-,~:oastructioa ~cploratory ~ccavations (7/5/00) NOT IISSD SeCtioII A - 3P (Reviaed 12/15/04) Page 21 of 22 ~--~e~e~~-z~--s~xt~~ ~~ ~e ~~e E}~~• €e~ a~~eva~ ~~ee3e~~~e s~a~~e~ ~~e~ee€, ~~s~a~ee ~e ~~e-~ave~ne~rt ee~~e~~~~~~~Q el.. -.a~ ..F ~1...~. ~-..... ..F ..7. ~- .~.... ._vY vi c.~s. . A-4~ Ov~head Slectriaal ~ires ,~/s/oo', ~ontractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the ~onatruction route, Contractor shall use all due diligence, precautions, ~tc., to ensure that adequate safety is provided for all of his employees and ~perators of equipment and with regard to ensuring that no damage to existing ~verhead electrical wires c~r facilities occurs. ~~ontractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his ~onstruction schedule with regard to said overhead lines. Some overhead lines are shown in th~ construction plans, while others are :zot. It shall be the Contractar's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A- 4 9 Ame~rded "Mainteaance c3uaraaty" ( 8,! 24 / o o) Undeer ~~C,eneral Provisions and Requirements for Municipal Construction !'ontracts", B-8_-11 Maintenance_Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for an}~ claims or causes of action against the Contractor or any other individual or entitv." A-50 Cos~ltructioa Sc2~sduling Restrictioas ~^ontractor shall abide by construction scheduling restrictions as indicated on drawings. Section A - SP (Revieed 12/15/04) Page 22 of 22 PART C FEDE~AL WAGE RATES AND REQUI1~11rIENTS Page 1 of 2 General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision No. TX020039 ~tate ':'EXAS Construction T'~~e : HEAVY Countyties}: NUECES SAN PATRI~_IO HEAVY CONSTRUCTION PROJECTS ;including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date ~ 06'13i2003 COUNTY(ies): NUECES SAN PATRICIO SLTTXa052A 12/dl/1987 Rates Fringes CARPE~TERS (Excluding Form Setting~~ $ 9.05 CONCRBTE FINISHER 7.56 ELECTRICIAN 13.37 2.5g T.AROR~S : Cometar, 5 . 64 Utility ~ 68 POWER EQUIPMENT OPERATORS: Backhoe 9.21 Motor Grader g 72 WELDERS -- Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted clxssifications needed for work not included within the scflpe 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?). --- _---------------------------- In the listing above, the "SU" designation means that rates listed undet that identi€ier do not reflect collectively bargaiaed wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailinG. WAGE I~BTERMINATION APPEALS PROCESS 1.) Hast there been an initial decision in r_he matter? This can be: * an existi~g published wage determination * a suavey underlying a wage determination http=//w~vw.wdol.gov/wdoUscafiles/davisbacon/TX39.dvb 10/24/2006 Page 2 of 2 * a Wage and Hour Division letter setting forth a ° po~iti~n on a wage determinati.on matter * a conformance :addi+~ional ~lassification and rate) rulinct On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regianal Office for the area in which the survey was conducted because those Regionai Offices have responsibility for the Davia-Bacon survey program. If the response from this initial cantact is not satisfactory, then the process described in 2.) and 3.; should be followed. With regard to any other matt=er not yet r.ipe for the formal proc~ss 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 Labvr ~ 200 Constitution Avenue, N. W. Nashington, D, C 2021C 2.~ If the answer to the question in 1.) is yes, then an interested party {those affected by the action) can request revieta 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 " interssted party~s position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.; Zf the decision of the Administrator is not favorable, an interlsted party may appeal directly to the Administrative Review Board (fortuerly the Wage Appeals Board). Write to: -- Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. "' Washington, I~. C. '0210 4. All decisions by the Administrative Review Board are final. END OF GENERAL DECISION ~ htt~,i://www.wdol.gov~wdoVsc~les/davisbacon/TX39.dvb 10/24/2006 A G R E E M E N T TAE STA'1"~ OF TEXAS § COtJNTY OF NtIECE S ~ THIS AGREEMEt~1T 1= er~tered into this 12TH day of DECEL~ER. 20Q5 by anci bet~aeen the ::ITY OF CC~RPUS CHRISTI of the County ~f ; T~h~;~ ~cting tY-~rough its duly authorized Ci Y ~I~~ece~ . Sta'~.~ ~~ : ,,qdn~,~~r, termed ~n ~rr~ t-'~-Ilrract Documents as "City, " and S.J.Louis Coistr~a-ction of Texas Ltd. termed in the Contract Documents as "Contractor u:.~on tk~e~~ terms performable in Nueces County, Texas Cit and In r_or.t ide?-at ic~r. c t the ~~ayment of $422, 000.50 by Y Contractor will ~_th~r obl ~~~tlc'ns ~'~ '~ty a~ set out herein, ~~on:~truct. and cc~mpl~t~ c~rtain improvements described as follows: O.N.STEVENS W.T.P•H~CEMENTICEPROJECTUN0.Ig5470.1 MAST~R METER REP (TOTAL BASE BID: $422~000.50) ood and according t~ t.`~e at~ ~r}-led Pla~s and Specifications in a g workmanlik~ mar.ner f-~r the pr_ces and conditions set out in their tacheci t>-.d ~~ropos~'.i =:>'applyln~ at their expense such materials, at ser~~-ice~ ~aboz an'~ '-n~',~rance as required by the attached Contract The Do~~l.zments, -_ncludin,~ ~~~,~ersee~ng the er~tire job. , ~r,~v A~~reement, the bid proposal and Do,~~ament~ ir. ~lude lats, instructinns ~lans ~r~<~ ~pecifiratinns, including nalPamment bonds. blueprint:~ and othr~r ~arawings, the Pertormance a Y addend~, ~n~ ielat~`-; d~-"~='Llment.~ a11 of wh~ch constitute the contract f~-~r thi~ ~~ro~ect an~-i ~+re made a part hereof , Agreement Paae 1 of 2 I II v__ III IV V IInit IT~ 4'~ Deecriptioa Price Total 1 Mobilization and demobilation 1 in accordance with the specifications, complete and in place per LUMP SUM. m .* 0a~ ' ~o _ °°0 '~30 . ~ . $ ~ 2 50 Trench safety complete and in l o~ ~Q *~ ~ p ace per LINEAR FppT. • $ . Demolition of existing meter 3 1 vault, concrete encased i d ~, x~ ~ o0 ~~' ~ con u t, and piping per LIJMP ~ ~ $ 3 • SLJM . 4~ 1 Gate vales complete and in l a ~ ~ ~63 oe X~ ~00 ~ p ace per EACH . t . $ ~ 5? ' 1 Ductile iron piping complete a d i l ~ ~ x70 m GYb *?O n n p ace per LUMP SUM. 1 . _ $ ~ . 9 i ~ 1 Concrete vault complete and in l ao ~~ ~ b ~1~ ~ p ace per LUMP SUM. j • $ ~ . '~ ~ Instrumentation complete and in ~ 1 place per LUMP SUM. ~1q~ '~- $ Zl,opp `°- TOTAL B~SS BID: (Bid Items 1-7) s y~, ~. ~ Pro~posal Fozm Page 3 of 14 ~T''-.e Cont~rac+or ~~.: ~,.1 ~ommence ~~aork within ten ( 10 ) calendar cia~~,~s from date t~~1e~~ r~~~r~i~.re written ~,anrk ~,~rder and will complete tiame within 75 CALENDAR DAYS at1:~r constru~:_~tion is begun, Should C:o;ztr~ctor cietaul„ :ortra_tor m~,-~ be liable for liquidated damages ~~ set forth ~~n t~ie ~c~nr..rac~t Dort~ments. 1~ty w~11_ p~y ~~~_~r.tz,~~_~`_or ~~r: c_irrent funds for performance of '"~~ ~.-:~~~ntract ir _=~c~-r~_~,~n~~,_ with the Contract Documents as the work ~:trogresses . :~igned _n _ 4_ par'~ ~,t Corp~~s Christi, Texas on the date shown c t~ove ATT~S . CITY OF CORPUS CHRISTI ~, ~ , - --- ~- ----- ~-_- - -- ~y ~-,...Y~s~.`~- ' r~1 ~~ {.~1t~7 :~~CI'f'tc+"'`.' Ronald F Massey, Asst. City M c~f Publi~ '~~orks and Utilities APP~V~ AS TO LE b~6RM : ,. , r. ~ (~ , ~ V~ , 11 B lc~, ~ ~Y ~ ~~,,~t,~ ------ y : ~ ~' ASSt ~'].t~,3 A';':Orpall ,~ngei scobar, P.E. r~~rec or o# Engineering Services CONTRACTOR ATT~T: ;(I COY'pOr3tiOn) S.J. Louis Construction of Texas, Ltd. ~- =~y ~ ~ ~/~s~~lt-- (Se l B w~__ -- __ __ ~'it,ie: Les V. Whitman, General Manager (No~ia: If Person signing for cor~prati~n is not President, 9862 Lorene St. ,$k200 attE~Ch capy of authorization ; Address ) to sign) ` San Antonio, TX 78216 ;,City) (State)(ZIP) 210/340-9998 * 210/340-9997 Phone ) y ~ ~'ax ) ~`~~~~1~=--°~~,,,_,- AUTNORIlt~ tY C{)UNCI~ .)...~...~~ u"` ._,,,,~ ~.... .. ~ SECRETA~Y~,~ ~' ~ Agreement Page Z of 2 ;,g t~ :r G !~ .. /~~ ~., .. ~F ~ y ~.` ` /r~G'y ~~~ ~ '!\~ ~ ~i ~ ~~~~Y.% ~h~ ~t~~~ ~f ~~xa~ ~~sr~taru a~ ~taip '~, ~~ l,~a ~~ a ., ~7 cr. ,~ r~~ 4.-K=NUt~ G~IGc° ,7,<5 .~ _ _ ~ ~ . G~K,~.a ~ ^d~ ~ = o0C ~f. :.i_._\!:', ~~.., ~o3'v~ `~. J, L~ T~ ,.~^ISi KUt.ri~.liV U~ ~rX:1J _rU. c~ F: _Iv ~ •:',.~r,~?;_a ~~??'_914-1~ I- ~;~` 1--. .:ui~ ~t=~sux,= T~ r,rQR~y~ Arao ~~aCt o~ R~cO~~ Y~~t;R ,-r- ,~T = 1.:~~ , ~0 u~.o i~i~;-S+~I~. ~;-~. , _. 7~L N r7.)'- ~'MM1 1~Tr ~v. C~?~i: i S s~~T ~C~c[~ ~c~ '*CUR ~1L~S ~NU T~'•~ ~'<I~a_~.,:~ ~'aS ?~_!~ F`L~n ~~t ~~-!'~ liF~i~E. P Yfi~_y- ~ T-i' i~_.~';~ F- c I_ a~K(vC3~i~~:]GEu dY THIZ L~TTcR.. u. I_ .` Q- ;=i;:~TH~~ S~Y`~i_~ •• ~~'i 1'"-=.e ~'LEASc L=T US KAiL3;ai. ,~ Y tv r r '``~ - - -_~\ ~- ~ - - ~ ; ~ , ~' =_~ ' r' \ . ? = r::: ~~ :,~, ~: ~ ~ ~~ , . -d i ~„~:, ~ ,,y,, t` 1\ -. ~ .. }. ' ' . ,; ,~ \ ~ ~ ~ ~. ~ _ ~. ~: - - . - ~\ ~~~__ -_ ~ _.._~ "> ( _1-»~~ a er,c R. Genza(es, Secretary ci ~t~ c ¢] C: 'J ; -~~_, ~___.: ,T . _ , _ . . :.. - _- - --- - -- . --, ~#~ „... ; } ~ . , ~~ lt'1 t`~~ : ~1C2 0~ 'th~ .~.~ei~rY ~f ~ a~ T~s SE~ : `~ ~ ~..~ . }-~,~~'+~~ .. . ~~. ,i L~~i.~ ~~u~(a~ 1,"tiLi_ f 1~13 ~'i' T&-~.iy '~. L~lL~= • i. c~'r~-~r~~ t~~ ~ - ~ • ~ ~~'~' ~~ _ ; C.~rpcr~ns ~an: _ I'~S ~'~~~.; F. :.s e:.~~. ~n , ~-vz~ :~~ L ts ~ °-r,~t Q* ~e S. 7_ ~~ ~~~v-c~ca~ ofTZxas L~ Li,.~i-t-*ri P~cship (i~he "~~"i~ - 1. szne. The P;~~rs:~tD's a:..*ne is "~~. 3. I.~uis Car~~a-::c~ort or T~ Lto.". ?. p ebin's u,.eins:ss. Th~ p~--mc°.inp's ousiness s o~~sz, dev~?~nin~, Ieas`ing, . ~-n~~~ and s~ae reai Asiatc, ~~1 ~clic: -~latd sts. 'T~ Pa.*tner-.~ag ~a.y 3Lso do all T~:2II~Q4.. ~L O~1C1~L' 1~'~ lI'il.~~ "~.+}' ~: 3,T'S t~I t..~~_.' C fi~~ T,~ ''.,:5. ~. Re~~~'~ ~'~e ~e ; nd ~st o~cr adar~ss cf ~.~~~rship register°..;i. a~~ ~s_ . ?xs Whi.~n3n ~C}1 Av~.ne I Suiic 202 P. O. Bcx, %0~~4 .4sim~, Texaa 75045 L. ~. ;~u~, I~LC, a~3a~~arc L~m~i~ L:a`vil:ty Co~?anti is *~e sale G~-ai ~'~*"•r~s• .S: S. Laus~. LLC ~si~ies ~ has it's bas~s a~~s ~i~in r~e Stste of D~aw~. T'Re fsenerai Pam.~s , c~s~s i~ T7~e Corporr~on T:ust Ceacr-_ 1~.~J~ Orang~ S~~.::, Fr~-*~~n~r^r, ~E ~98~1. ~ ~ ~._ ~~ne.d ~~c-. '?'lrye ~sr a*~.c~ ac:~*~ cfthe ti~-.cr ~wei~: iis rN_..,~ds ~ k~~_~~ : :4° G? 3n~ S~ n'~ DE 1SSOi ~- -, ,~~ <~st o~sc:. ~rxc.,s ct Fh~ U~~~ Pgt'~~ is:. ~ . ~ - ~ nac~ c 2..n ~t..~,.~ _ ~. .' I.oa;~, T? 'ti.. 7 ?~9 ~~ SL=r ~~N; t~o~, ~E? 9~C! ~srs r~ cae.~ r' ~.. ,_... _e _ ,~,,. .,..~ .... ~i - - ~.. L~ss_ olu~on- ahe F~~~ip shali cos,r~euc° ~ 1~1~r" 1 . I99o, aud snall have ,-, ers dissoive~. by ic~ ~f ~.he g~r`~.-~, bV eve.-a~o~ o~ ~~; or ?s oti~e^~r~e ~~aett.i.a? e,._steac4 zml - - grovided 'm this A~~ent~ ~ TJTITN~SS ~1~~-~EOF, ?~ ~d~zsi~nd ~:e ~e: ~~: P~~ i~.s ~~ez aad s~~Ied this C~.*tificate.on the cay ~d ye~ first ~ove wi;i~e~ S. 7. LOUIIS CONSTRt~CTION OF~T'F:~-L5 L~. ~ L,,Ih~) PAR'IN~SHI~' ,! _ ° ~ ~-----'~ ~ - - -~~'I.,oui.s, LI. , G°u~.~al ~e: ~ . . f~ ,, STA?E COF TFXr'~.S ~ i ss COUN~'1'Y CF ~ dn this ~~y of ~%`-~~~`¢Y1y°~~ ~~9~ befa~ me, a:Noti*y~ub~lic; ~cvithsi ana i~ sa~d ~o3m.ty, Personally.aQpeared~n,~ ~}-.~.1Se~'; to me l~o`?n, who, ?~.eiag:dlily sworn, _ dici say that S. J. I.auis, LLC is the Geae.'aI Partn~ of S. J. LOLTI~ CDNS'1~LTC'TIO~t OF ~. ~~P~ named in tae fore~oiig ;~.,,~rr,~eaf,'an~ ~ - ~'E~'~1S LT~., a IiB3lted P t~e par~er5bip o , said instrume~i was ~i~ed as the fre~ act and de~, on bchal~; and with the a~thal.zty of said P~tners~bip- ~ ~ 1 I~ c/~ ~? Li~ ±~otary Pablic .. . R. ~ ~1~~~ . .' ~~~re~uc~'~-. .: ._ ~ ~.~~~a~s~~ . c-f,Z4 ~ ~~ rs~soSa.caen .. xa~ ~.... ::~. ~ .... _ .„,~....,. P R O P O S A L F O R M F O R O.N. ST~NS W.T.P. HIGB SERVICE PUMP BUILDING NO. 1 MASTER METER REPLACgMENT DEPARTMENT OF ENGINEERING SfiRVICES CZTY OF CORPUS CHRISTI, TEXAS Proposal Fozm Page 1 of 13 P R O P O S A L Place: Date : N~EMBE.~- 15~ 2~(0 Proposal of S'T' ~Ou~S ~~J~fRu~Ti~- oF iEX/~S LTD, . ~__. . a C~~p at~icn organized and existing under the laws of the State of ~~ OR NPr a artnership or doing business as P~rN~Rs~~~P - Ll~s w~~r~~as~ 1 T,c.~rs sc,~.~uEu.t~t TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: O.N. STSVEN3 W.T.P. HIGH SBRVIC$ PIIMP BIIILDING NO. 1 MASTBR METl3R REPLACSMBNT at the locations set out by the plans and specifications and in strict accardance with the contract documents for the following prices, to- wit; Proposal Form Page 2 of 13 I I II III IV V ~ IInit ITlM QTY Description Price Total 1 € ~ ! ~ 1 i Mobilization and demobilation in accordance with the specifications, complete and in place per LUMP SUM. ~p~QOf).~' $ ~ '~3~~~• 2 50 Trench safety complete and in place per LINEAR FOOT. ,~r o~ ~' $ ,~ 5r d` Den~olition of existing meter 3 ; 1 vault, concrete encased conduit , and piping per LUMP ~ ~~3i~• $ O6 ~~~ ~` ' SUM. 4 y Gate vale~ complete and in ~ ~ 3 ~ ~ _ x ~ 1 place per EACH. 6 ` ~ $ ~ ` ! ~. ~.._~___-____.__ _.-___ 5 1 Ductile iron piping complete and in place per LUMP SUM. °-° x7~t~~ $ d0- ~~~~~' .~ 6 , ~ ~ Concrete vault complete and in ao ,K . ~ b ~C ~j - ~ 1 ' place per LiJMP SUM . ~~I ` $ . 1-'-!c 7 ~ i F 1 Instrumentation complete and in place per LUMP SUM. ~ ZI~Gi~j. $ ~'~ ~ TOT~iL BASB BID : (Bid Items 1-7) $ y 2Z, voo, ~ Proposal Fozm Page 3 of 14 DESCRIPTION OF PAY IT$MS: BASE ~ID ITEMS ~.This item shall consist of the mobilization of personnel, equigment and supplies at the project sites in preparation for begianing work on other contract items and the demobilization of personnel, equipment and supplies from the project sites at the completion of the project. Mvbilization shalZ include, but is not limited to, the movement of equipment, personnel, material, supplies, etc. to the project sites; the establishment of office and other facilities necessary; any preliminary engineering or administrative work perforn~ed prior to beginning the work; and permitting. Demobilization shall include, but is not limited to, the removal of equipment, personnel, material, supplies, etc. from the project sites, Compensation for both mobilization and demobilization shall be included under the lump sum bid item "Mobilization and Demobilization". The amount bid for "Mobilization and Demobilization" shall not exceed ten ~ercerit (lOg) of the total amount of the BASE BID exclusive of this item. A maximum of one- half of the lump sum cost for mobilization/demobilization shall be paid .upon completion of mobilization. The remaining half shall be paid upon complete demobilization from the job site. ~. This item shall consist of a trench safety system. This item shall include, but is not limited to, all labor, materials, equipment, transportation, submittals, and incidentals necessary to provide €or the safety and health of workers in a trench. The Contractor shall develop, design, and implement the trench safety system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. Refer to Section 02220, Trench Safety. Only trenches five feet and deeper will be compensated under this bid item. Measurement and payment shall be made at the unit price bid per linear feer. measured horizontally. s. This item shali consist of demolition of the existing meter vault, ~eter, piping, and concrete encased conduit. This item shall include, but is not limited to, all labor, materials, equipment, transportation, submittals, and incidentals necessary to remove the items. ~. This item shall consist of providing a new gate valve, in place, complete. This item shall include, but is not limited to, all labor, materials, equipment, transportation, submittals, and incidentals necessary to install the gate valve, including supports, as indicated on the drawings and specifications. 5. This item sha11 consist of providing new ductile iron piping, in p2ace, complete. This includes installation of the City provided s~ ool and meter. This item shall include, but is not limited to, all labor, materials, equipment, transportation, submittals, and incic~entals necessary to install the piping, as indicated on the drawings and specifications. Al1 fittings including bolts, Proposal Form Page 4 of 13 gaskets, couplings, flowable fill, pipe supports shall be subsidiary to this item. 6.This item shall consist of providing a new vault, in place, complete. This item shall include, but is not limited to, all labor, materials, equipment~ transportation, submittals, and incidentals necessary to provide the vault as indicated on the drawings and specif ications. Vault cover, ladder, and drain line are subsidiary to this item. ?. This item shall consist of providing piping, fittings, and degassing valves for the instrumentation tubing, and electrical wiring and conduits, in place, complete. This item shall include, but is not limited to, all labor, materials, equipment, transportation, submittals, and incidentals necessary to provide the vault, including supports, as indicated on the drawings and specificat:ions . Proposal Form Page 5 of 13 Attach Gate Vaive Manufacturer's Datasheets here. The datasheets are required to aliow time for review. The gate valve wili be released for procurement at the time the project is awarded. Proposal Form Page 6 of 13 STATEMENT OF QUALIFICATIONS The Contractor, subcontractcxs, and suppliers shall be qualified and experienced in the performance of the wot#t as ~scribed in the Special Provisions, Item A-30. The following statement shall be f{led out in order to demonstrate compliance with the qualifications and experience requirements. All questions must be answered and the data given must be clear and comprehensive. If necessary, questio~ may be answered on separate attached sheets. Do not attach generai advertising and marketie~g litet~ature; non-related materials will not be considered as pa~t of the proposal. Failure to comploie th~ Qualificationa Statement completely and accurately shall be sole cause for the propos~l to be considered non-responsive. Proposals with an incomplete Quaiifications Statsmrtnt wt~ not be evalusted and will be rejected. COMP~NY ~~ORMATION 1. Name of Proposer. s~• ~u I S~N SiY.u c.'(1u~1 OF jE1t/~K (-'fb_ 2, Pern~neM main office address and telephone number: ~8~°?- VO~NE 5j i~~ ~+ /ar.tTo~.1t0 , ~. ~~21to (Z.~o) 34~-99°1e c~~ 3. When orgartized: _~~~8 If a corporation, where incorporated: ~2~0) 340- ~~ r-~ja W P~ . 4. Contracts or~ hand: P'~~1`~'~N EO ,(Provide a schedule of these, showing name and address of Owner, amount of each contract artd the approximate anticipated dates of completian.) 5. ~~ you aornpieted all contracts awarded to you? ~ Yes No. lf no, submif details. 6, Have you ~ver defauited on a contract? ND lf so, where, why, name of project, name and address of the (~!~rner, and name of Bond carrier? 7 Is your fi~rn presently engaped in litigation with respect to any cla~m regarding contract performance? Yes / No. If yes, submit description and state case number, style of case and court in which pen~ng or ~ which judgment was entered. _~ 8. Has ~our ~ctn ever been assessed Liquidated Damages on any project? Yes / No. If yes, submit details, including the name and address of the owner of the project. ~._. 9. Bank Credit available: $ ~OH~L• Name of Bank ~~M~ ~~'~- 10. Attac~ a cc~y of your most recent detailsd financial statement submitted to a bank for credit and a curre~t detailed financial statement. ~m~~, 11. Have the pci~cipals of your firm been engaged in the construc6on contracting business under any other r~ame within the past tive (5) years? If so, please provide the name of such principal(s) and the name and address of the former busines~' ~_.__ Proposal Form Page 7 of 13 „~,,,. ,,r•~,, . -«,, ~ __ .~_ ~ _ . _. _. ..... __..._ _._. ~ . _, _ .~ _. _ ...~. LIST C}F SI~CONTRACTORS in confbrmance with the Contract Documents, listed beiaw are the names, addresses, and phone numbet~ of tt~e subcontractors, and to what extent they will be used if awarded this contract. This list sha{i nc~ be rnodified except as requested and approved in writing by the Owner. State if work is to be self performed. Name~nd qtr~dress of Sub~o~tractor Type of Work ~.~ ,~NI S~h-ST'u.t ~-t`to~.! c~ j~XA f pipeline Construction/Repair S,S• L.ov~lS C,~N S~R.uc,np-~ pF T~,S ~~rete Vault Construction P~~w~is t~ E c~sra~,~~roo.5 Elecirical Other __ . __ __ LfST QF SUPPLIERS !n confo~ancs with the Contra~t Documents, it is required that the names, address, and phane number of the ~nufac~trer and supplitr shall be inserted below. Only named manufacturers shalf be allowed in the tist brlow. Any manufacturer listed which is not named are grounds for bid rejection. Item ManufactureNModel Su lier A{N~R~(Uau F~ou~ ~.~,~,Sv~ A. Gats Valve GdwtN'~-- /~kf`~h{U~nJ • ~+P~.t~W ~~rE 8. Oth~' C. Other D. Other Proposal Fozm Page 8 of 13 EXPEF~ENCE In confarmanCe with the contract documents, pravide information demonstrating compliance with the experiernce requ9rements: Pipeline Con~ruction/Repair Experit~ce No 1 Project ~+lame: ^ Descriplion: ~ocation: Owner: Contact Perso~: Current Phone Number: Month / Year substantially Complete: Experie~ce No. 2 Project !l~iame: _ Descrip~n: __. ocation: Owner: _~_. Contact #'ers~: ~ ~ Current ~hane Number: Month / Year s~ubstantially Complete: _ Experie,~ce No. 3 Project ~eme: _ Descrip~n: SC~ +~rtP~u~r~ ~tfrN ~~ ~frn~c-n ~Grr~N ~~ ~~~~ ~s~n~ Location: Owner: - Contact ~erson: ~ ~~ Current ~hone Number. ~^ Month / Year st~bstantially Complete: ____ ProposaZ Fozm Paqe 9 of 13 EXPE!lIENCE (continued) In conle~rmance with the contract documents, provide information demonstrating compliance with the experience requirements: Concr~e Vault Construction Experi~nce I~. 1 Project Name: _ Description: Locaticm: Owner. _ ___ Contaat Person: Currer~ Phorie Number: ~~ Month / Year substantialiy Complete- ___ Experimce Na. 2 Project~lame: _ Descrip~on: Location: Owner. ~ Conta~ Person: Curren~Phon~ Number: Month t Year substantially Complete: Experi~e NQ. 3 Project Name: _ Desctip~on: Location: Owner. Con#act Persah: Current Phone Number: Month / Year ~stantiaily Complete: ~tE A'PC1~6b t,~,'~~i` Stt~ Arrrr.H~n l,Errti'1~ StE ~+rr~sn ~rrr~- Proposal Form Page 10 of 23 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract docu~ents relating to the work covered by his bid or bids, that he agrees to do the w~rk, and that no representations made by the City a're in any sense a warranty but are mere estimates for the guidance of the Cantractor. Upon notzfication af award of contract, we will within ten {l0) calendar days execute the formal contract and will deliver a Perfarmance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 50 of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Snterprise Participation: The appar~ent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Docuanents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of co~upletion: The undersigned agrees to complete the work within 75 calendar davs from the date designated by a Work Order. The undersigned further declares that he will provide all necesaary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth~ Receipt of the following addenda is acknowledged (addenda number} ; - ONE (tn(~~nb~ ' ~Cv~co ( tt/~o/cb ) Respec ft~lly submitt Name :~S, ~, W u~ GcNSt~-1~CxI o~~ tX T"EK/~S !,Z'p, By : ~../~n,,~ , (SEAL - IF BIDDER IS (SIGNATOR$) t~A+/~D/~+~,.~~~~~~--~ a Cflrporation) Address : qSb2 LoF~Nt bT'. ~~~ fP.O. Box) (Street~ ~ 5~4+,) /~N'faNl U ~ '[k . 1~2-1 {e {City) (State) (Zip) Telephone :(t.to ~ 340- 9q~)~ oFH4'c ~ ~z~o) ~y~ -1`19~ fA~l, 3IOTS: Do no[ detach bid from other papers. Fill in rith ink and submit complete with attdched papers. {Revised August 2000) Proposal Fozm Page 11 of i3 :~~r'£S1~17~~ :: 4.! ~.: . . .. . .. . , ... . .. .,.. .. ,. .. :. .. .. .. . .... . . ' . :. .. ..,: ......:.. .. .. : ~. ... :~:: . ~::.:: THIS IS TO ~ERTtFY TNAT THE PG~L;C!ES OF ~NSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICV PERIOD INCICA~ED, N0T4VITHS~ANDING ANY REQUIPEMENT; TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIfICAT~ MAY BE ~SSUED OR MAY ?ERTAW, THE INSURANCE AFFORDED B4" THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EX~LUSIONS AND CONDITIONS OF SUCH POL CIES l'MIrS SHO'vVN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO - POUCV EFFECTIVE '~ POUCV EXPIRATION i ~rR 'YPE OF INSURANCE POLICY NUMBEfl DATE (MMlDD/YY) ~ DATE (MM/DD/YV) L1MIT5 .._. ._.__'_'_-._~._~. ._..-. __ _.._. ,a ~,. GENERAt.llARlll7v '~LO93~-~~ZQi~ ~i i~C1:~Q6 ~ 1'O~/O7 ! GENERALAGGREGATE 5 200aQa0 k~~ ~~_C nnnE ~:C-~a~ GEP:F9r~~_ ,.IAB,L~'"'~ ~ PRODUCTS - COMP/OP AGG 5 2000000 -~ - "~- M~ MALe '~ ~; pC:~ Jr PERSONAL & ADV INJURV S 1000000 _ ~ Ob ER"; 3:ON'~ai. -OR'S Pt?C ` . ~ EACH OCCURRENCE ~ 1000040 I - k . '~e'~ ~~~) _ , FIRE DAMAGE IAny one firel ~ S 300000 ~ A9af0U8tE , MED EXP (Any one person~ ~ 5 10000 ~ ~ q auroMOeae ~iaaiulv i ~Ar 93~'199 ~ 1 :G1 ~06 1 i ~O1 /07 COMBINED SINGLE LIMIT 5 i ~ X an+ v~~ , _ ~ 1000000 .. _. . 4 V~ ~~ aUT ~`- I BO~ILY INJURV I ---~~ --~- 5 ~ SC Jl, tD 4UT";~:~ ~ 4Per personl I . . . . x .,.~~= A ~ --~ ---- ~, ~ ~ i ~ BODILY INJURY ( 5 k: NO^a~OV'•vE~~ 4U'...... ~ (Peraccident) i x s ~ ~oo co~r,p ; -~- ' - - - ' - - -- ~ ~~ - ~~ -~--~ ~ ' X $1Q00 CO~I I PROPERTY DAMAGE S . GARAGF LIA61L1TY ~ AUTO ONLV - EA ACCIDENT ~~ $ AN•~ aJ-~~' OTHER THAN AUTO ONLY: ~ .._. . . . .__ ._ _._..__. .. ... EACH ACCIOENT '~ S ~ ~~ . _ t AGGREGATE I _ -- S _. _..~._-- ------ ~ _ ~~ EXCESS LIAB~U7V .~,1~~42-'S28C i~%Q';~46 ~ 1 1'~~ /~7 ~ EACH OCCURRENCE S 10000000 ' X 'JMBREL_„ -;RM '~~, AGGREGATE j 5 10000000 OTr-.ER'HAN JMBFEL_A FORM '~ - - - - ~ S - -- - a. WORKEAS COMPEN~ltTION AUW ~`~~"JCJ3C ~201 ~i ~~01,06 '~ ~ ~/Q~ (Q] I ~ X ~ WC STATU- ~~ ',,OTH-` I TORY LIMITS' ~ ER f EMPtOVERS' ~~IABILtTY r ~ ~~ I EL EACH ACCIDENT I S 1000000 T:~r aRC rRIE ~.%? X ~ V';~, ~~ I P nFTNE S E i:~FiVF - ~ EL DISEASE - POLICY LIMIT ~ - S 1000000 . t ' OFF'CERS AFLS~. ~XC..., ~ ~ i_~--_....,. . . .-- - _ ... _. -- -- ~ EL DISEASE - EA EMPLOYEE ~;~ -- 5 '~000000 .. . .. -- - ~ o~"EA ~IC849J76f ~ 1 %6';06 1 1 '01107 ~ '^staiiatic ~'= tr ' ' 510,000,000 limit. 5250,000 in transit, 5100,000 at temporary , ----- _ ~ i location _ DESCRIP71pN OF OPERAT~INSILOCATIONSIVEHICLESiSPECIAL ITEMS P~oject No 8547 ~.N Stevens W.`.P. High Service r~mp Budding No ' Tr.e C:ty o~ Corpus Christi is named addito~al insurea ~n ~jil general liability and ail guta liability policies ~£~'~`IFI~iTE H~k. R Cl~NC~E.LRT"IDIV SNOULD ANY OF THE ABOVE DESCRIBEU POUCIES BE CANCELLED BEFORE THE LI?'~/ Of COfDUS CS1rIS'~ i EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Ef?y,SB~V!CBS, CO!lt~.'&Gf Adminis ~ 3O DAYS WRITTEN NOTICE TO THE CERTIfICATE HOLDEA NAMED TO THE LEFT, P f~~ BOX ~~ZJ7 i BU? FAIWRE TO MAII SUCH NOTICE SHALL IMPOSE NO OBLJGATION OR LIABILITY ',_,C~f~JUS Cfif!Sti ~TX -~5jL~6~1 OF ANV KIND PON THE COMPANY, IT5 AGENTS OR REPRESENTATIVES. ~ AUTNORIZED RE ENTATIVE _. ~ ` C'C-C/L~'-s-~-~ ~1~ -t~i7~/' ~~Lt~ _ i ~ i4C~R>~5-8 {tt9~: 70- 5fi ` @ACt~RC~ CE'~E~ptTFtA`1'~CYN '1:9? P A Y M E N T B O N D Bond No. 190-015-889 STATE OF TEXAS § COUNTY OF NUECES ; KNOW AI~L BY THESE PRESENTS: T~iAT S.J.Louis Construction of Texas Ltd. of BEXAR County, t: ~ x -, F re '_ °::a f+ e:~ a~~: ~~~ "=' ~ i r c i r?a '_ ", a n d Liberty Mutual Fire Insurance Company ~ ~ F;~ , ~ ~ ' ~ - `,. . . _~~ ; ;~ ~-,~ ~,,^•~; ~;1 r.. _ State of Wisconsin _ . . . ..~ e , , , , . ± .~. , - ~. . _as -_ _. -n ~ ~e State of Texas, . .G , . .' ' . '. , <-, r_ _' ; .~~ ~ ~rm~~y bound unto the _ ~, _~ _ . _ _ u ...,.~ ;;;:~, of orp~~ ~•,r::~t~, : 1.:~.:c:~p:l :orporar_.on of Nueces County~ '~~x :~ , .f rei,~a f_ e~ ~a _ le; `_:. '.y", ard unto a~ 1 persons, firms and c~;r~orar i ons ~t:pply ~~na 1<~bc~~ r and rnaterials in prosecution of the wc;r~ referred '.._ in the Gtt~.~;ned co:-~tract, in the penal sum of FOUR HIJNDR~ TW~NTY-TWO T~OUSAND AND 50/100($422,000.50) DOLLARS, lawful mone~- c` ~he iJrFited Stares, --~ be ~aid ir. Nueces County, Texas, for + ne aa~: ment .-- ah _ c'-. s_.r! :a~:i i .~nd t ruly tc be made we bind c:r ~e~v+~~, ~_ re: -~s, ~-kP~.~~:~_crs, admin;~stra~ors and successors, , _ _ i _} _ ~.a ~~F~ ra ~, y, ~ : ~ ~ tr.ese ~~esert ~ . THE CONDITION C~F THIS OBLIGATION IS SUCH THAT: Whereas, the ~ - ~,: ip~ _ er_~_ _r ~d _ ~t•.. ~r ~t•: _a_r. ;_ .;~t ~act wi~_h the City of Corpus C:i,~r-s~i, dateti; the 12TH ~~~,,, DECEL~ER, 2006, a copy of which is h~r:~+o ~ttache:7 anc ma~e ~ p:~-t here~f, for tre construction of: O.N.STEVENS W.T.P.HIGH SERVICE PUMP BUILDING NO.1 NASTER METER REPLACEA~NT - PROJECT NO. 8547 (TOTAL BASE BID: $422,000.50) NOW, THEREFORE. ~ .~ ~. ~~ ," _~ ~ ~:a~~ ~ ±aithfully perform its a~t:~~s and r:~ke .~ro~p~ paymer.t '~c~ G~1 persons, firms, sub~:cntt` a~to~ s, corpcra` ~~r_= and clairnants supplying labor and mat~ria~- in t_tle p~~osecl~t.i=:~ of the work provided for in said c~n~raci_ and any :~nd a~l c~uly authorized madification of said conr:ac' that rray hf~re~~naf~e~: be made, notice of which modification t~ tne ~:urety is ~ereb; F~xpressly ~~aived, then this obligation sr~a: ~~~ voiu~~ vtie~w~se .;~=ma;~n in ~ull force and effect. PROVIDED FURTHER, ±~~:`~ ~-,-.~ ~eaal action be filed upon this . t ~.e ', . . : : ~ , _ _ ~ - T,=xas . .~r~ i ~ "a'_ = : ~- _; -ur, ~ ~ r a ~.u : :=:~e __ ~~ed r:~reby stipulates that r; -~iar. ~e, e~.~ ~~n~~.~ n ; r . ~,n:~~, a~~c~rafi ior_ ~r Uddition to the terms c~f the cvntract, or to tPe. w~rk performed thereunder, or the plans, spec-~fic:ations, drdw,~ngs, etc., accompanying the same shall in anywi_~e affect its oblic~ation cn this bond, and ~t does hereb_y wa~~~-e no'.icE~ ~,~f ar.; s~_scr: ~hange, extension o~ time, alteration or add;_t_io.~ to '_i~? ~>_rms f 'he cc~ntract, or to the work to be x,erf~rrrf~~i trer~,.nde: . :~~m.ent '~or:c Ua~ : T~ ~ ~ b,;r_~~ z i s ;i ~~ ~ ~~ ~reet _-:~e requirements of Article 5160, ''I'' '~' ' `~~-~ -'= =t 3' ~t-~ ~ { vxas, an~ o*her applicable statutes of ~ __ "t - _ a~ ~=x~~v ~ms "~' ain~~an* ", ~~~.abor" and "Material~~ - sE he-r , , ~dG-:c = -,ti : t,~~ ar,c as defined in sai~ . ? i- T~ _- 11 A ,' u , - . P~i ~'i - ', r ~esi r~ated by the Surety ~~ :- n 7 ~t -_ ,er ~ R r~ ~~~. ~; ~~,ur}y to whom any requisite ~t :. e: -,ay ~F ae1~ ve _; ~; n wr ,.n. service of process may be had ~.at~ e ' r.s az . ' ~; ~nc~ ,~t; * ~f ~uch ~aretysrip, as provided by Art. . i ~-1, ,: err,c>~: Te,~as ?n~;u-~,r.ce ~cde. IN WITNESS WHEREOF, ~_.his i~stzument is executed in 4 copies, t=ac- or;e of ~;r~:ir.r shai.! ;~~ dee:nF=d an original, this the 27th ~ ~3 y ~~~~= f December , ~_ ~1 ph - PRINCZPAL S~ ~OUIS Cc~~NSTRUCT}UN OF TEXAS, Lz;~. B ~' ~i~~.~e~ Les V Whitman. General Manager (Yr~n~~ !Varre & Titi~°1 ATTEST ~~ ~ ~~~Ct`~`~- SE., -_ T ; _--~-~--- - Treasure~ Peter J `~tahl _ -- -- _ - - - I ~.~~ SURETY ~IBERTY MUTUAL FIRE INSURANCE COMPANY 450 Plymouth Ro d. Suite 400, Plymouthm~~ ~~~~y~~ -- - -~- ,. . L/- .~3 ~" : k- - -~°c .c r.-L~az~ ~,' ~.t~{~.c_.Ct,C ._ . _.. _d~.' ~8urent R L84enYUre r , _ ' .;~' The R~sidsnt Agent of the Surety in Nueces County, Texas, for delivezy of notice and service of process is: A~enCp: Keetch & Associates Insurance COntact Person: Kevin Keetch AddreiB : ~.0. Box 3280 Corpus Christi, TX 78463-3280 Phone Nuatber : 361) 883-3803 '' :rr 'Ja~ e~ ,f ~~.:. . t . ,. , ~ ... , _ , _ ~ rr_.._ ~i,,r.e ,__ ;~rtract; {Revised 9/0?_) i y;itEP:L -Si~Rti . _::qP. ._ C f ~~ LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS GOUNTY OF TARRAN T Qn this 27th day of December, 2006 before me personally appeared Les V. Whitman to me knov~rn, who being by me duly sworn that he is the General Manaqer the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name ther~o by order of the Board of Governors of said Limited Partnership. ?~~~~~~~~~~~~~~~~~~~~~~~~~~~~ .f ~ I `~~tNlll/~ i : ~~P°~,PU~'~'_ ~~ ~ % Notary Public ; f; ;,)C,; y; wota-' n,wic, stat. ot t~cos ~ A' ~~ 4 rF~~ iE~',~`~ 1~Ay COlllfl'1qf1011 E~11~! ~ Z• ~ 9' ~ Q $ \ 1 V~ ~ I ~ ir~`n~HbM~~ i K~~a ~~~~~\~~'~~~~~~rr~~~~~~~~' ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 27th day of December, 2006 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the L~iERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said i~strument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. -- ~ ~ ~i ~ Notary Public,\ / L~?~~->~ (Notary Seal) ~~~ . KATHLEEN SORENSON `~ Nc~~ry ~+ablic-Minnesota ~+:,~. My Cnmmiss~on Expires .}an 31, 2010 ~~nnnn+~rv+~na'.'sn^ ~Tr.r~`~,n~v+nn~vwvv THIS P~WEf~ OF ATTORNEY ~S NOT VALID UNLESS IT IS PRIN~ED ON RED BACKGROUND. 2067715 This Power of Attorr~y limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATfORNEY .~ 0 a 3 ~ y d ~_ ~~ 3~ ~ i~ U y ~ R > m~ _~ " ~'m o ~ ~o ~ ~ ~ ~ H ~ ~ ~ E ~; .° ~ '~ ~ tp C > ` O` 2 c~i KNOW ALL PEi2SONS BY THESE PRES~NTS: That Liberty A~utuai ~ire Insurance Campany (the "Company"), a Wiscor~sin stock i~surance company, through its Assistant Secretary, purWant to and by authority o# the Board of Directors hereinafter set forth; d~es hereby name, constitute and appoint TOhtY D. BEC~(ER, IIIATHAN f'. HUGI#S, STEVEN G. ARON'SON, JANfT D. BUERG,:TERESA: HAMMfRS, LAURENT R. LAV~NTURE, :KATHL;EEN SORENSON, JOHN D. MOORE, JAMES R. PEJ~KiNS, STANifY t. PEARSON, TODD A: KELSEY, AMY M. BURI~'E;, ALL ~F THE CITY OFBLOOMINGTON, STATE OF MINN~SOTA ..... ....:... .............................................:...... each individua~r if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its twshalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and othersurety obligations in the penal sum not exc~eding FIFTY MILLION***"`*DOLLARS (550,000,000.00"****") each, and the execution of such undertakings, bonds, recogni~ances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been r~uly signed tfy the president and attested by the secretary of the Company in their own proper persons. ~'hat this power is made and executed pursuant to a~d by authoriry of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein, among other things, it was . VOTED that the Secre#ary and each Assistant Secretary be, and each of them is, authorized to execute powers of attomey qualitying the a~omey named in the given power of attomey to execute on behalf of the Company surety undertakings, bonds, recoglnzances and other surety obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attomey, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is now in full force and effect. 1N WITNESS 1~UHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal pf Liberky Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 22nd day of DEC BER . 2006 . LIBERTY MUTUAL FIRE INSURANCE COMPANY COMMONWF~LTH t3F PENNSYLVANIA ss COUNTY OF Ni~NTGbMERY B David 1~A. Care , istant e e ary On this _22nd,k,day of DE BER , 2006 , before me, a Notary Public, personally came David M. Carev, to me known, and ackrwwledge~i fhat he is an Assist~nt Secretary of Llberty Mutual Fire Insurance Company; that he knows the seal of said corporatiat~; and #sat he executed the above Power of Attomey and affixed the corporate seal of Liberty Mutual Fire lnsurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEFtEOF, I have hereunto subscribed my name and a~xed my no al seal t Plymouth M ' g, Pennsylvania, on the day and ye~r first ~ove written. GG?E;i~,9G'd1A~cf-.l i t? _ i ^t;`:.jY~~d(ih3t;~ -----°_'_"_._' _ ^.r,t :,' ;.'• S°~! T;;~~a ;=as~E',a. No[ary Fu~lic ~lym~uthT.+~ ~,;,c;;;~aor,,eryC~unty ~ My Cr~mm~.~s~cn F~:;>ir.~= P,4ar. 2~ 8,~ I ~ ~ , ' 'iO^ ~t ~~pTdS~P~ s°@r~b¢.~.. ='@^.^ ~ . ~ . , c__ Teresa Pastella, Notary c 'o ~F d~ c ~a a° o ~ d ~ 3 o~ a ~. Np t O w Q> O ~ 'a ~. .~ s~ do « ~ £ N =~ V dr H ~ ;e ~: ry : P E R F O R M A N C E B O N D Bond No. 190-015-889 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ T$AT S.J.Louis Construction of Texas Ltd. of BEXAR County, '~eX«=, ~~_°~`ein~~'_~~r c-311ed "Pr?ncipa'_", arld LibertyMutualFirelnsuranceCompany a c ~~~,~a' ~~~,n orr.a~ize~ ~~~ci- r--~~-e la~r5 c~ the State of Wisconsin ~, -.r ~ :u : . a _:t _~~ z~~ ~ ` _ :~' - bus ~ ~ess ;~n the State of Texas, _ rF - a' ~~r c~ ~:-, ec3 "S'-: r e' ~" , are ~~:elc~ and F: rmly bound unto the . __1 Y y, , _ > > .. ~ _.~ . ;t _ , . ~.. _ _ , . ,f ~-r~ _ . ~ T- :~ ; ^~~: :-or~orat`_on of Nueces County ' , , ~~~E~x~s, ;,~Leina~ ~=~ ~ ai iea '~,-~_y", ln =_ne pena~ sum of FOUR HLTNDRED TWENTY-TWO THOUSAND AND 50/100($422,000.50) D~LLARS, lawful money ^` ~ he -'n ~ted L' a}e ;, t c: :~~ i.~aid ~r T~ueces C-,unty, Texas, for the ~.yrr:~,~~t :;~ w~,__~~~. st;-~7 ~~~1 ; ai~_i ~r~~~l ;-_c; be made we bind ourselves, o~~.r ' eir~~~, exE~~-~.to~ ~, 3dr~ r._ ~stra~~~,~~rs u-~d suc~:~essors, jointly and _ -~~E . :1~ , ~ rr~~. z;~~ ~r,- ~:~~- ~ r ~_~~~;ent._ . THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the _ ~r p~, ': er.`r ~~-z ~: to ~ ~ert ain cc~ntl-act with the City of Corpus - =' i, ~atrci ~.~.e 12TH of DECEI~~ER, 2006, a copy of whiCh is :~ ~.:E~ `: ~ .-_ ' acr.e~: ~_n~: ~~a~?_~ -- p~=~~ I~erEOf, for the construction of: _ O.N.STEVENS W.T.P.HIGH SERVICE PUMP BUILDING NO.1 MASTER METER REPLACEMENT - PROJECT NO. 8547 (TOTAL BASE BID: $422,000.5Q) Nt~W, TAEREFORE, ~~ -::~ _:~~~ cip,.~i shall fa;_tnfully perform said w~ r~k ir 3cc~r:~~~~:e w: :~ -.t~ plan~, spec~ ~i:,ations and contract ~~ ~~~,-L mr~n~_ ~ : in~~~ u~linq an~,~~ ~~~~anaes, extensions, or guaranties, and if '_ ~~, -iY - _pa : ~..i'~:: .rep1-~: and.:'cr rep~ace all defects due to faulty ,.~.r.F : a~ _ a~d~ •~:,. ~m~ns~ ~p ~'.n.a~ appea~ withir~ a period of one (1) ~~}~c ~r ~~ r_~.~ th~ ~.. ~e ~~~f ~,~r~ z,ie ~_ ion ar~:d acceptance of improvements by rhe '~it; , the~n : h~s ob; -~; ar ~_n sha _1 be void; otherwise to remain i~. f !: 1 ~~rce ~Y ,~~ a~ =eC- . P~,OVIDED FURTHER, -_~.:.- ` any ;ega~ act~or be filed on this ~cnc ve_ e s:!~~ _ ._ . ~ [~~~ _ P,,=~~ ~~o~r~.` Texas . ,' , ::nc; ` hat ~~;_~ s irF~t~v, ~, ~,~alue rec,eived ~ereby stipulates that n~~ c~'_~anae, ext ~~.sior~ ,_ -~_m_~, al~~e:.ation or addition to the terms ~: ~~;~.~ . ~ :tra~t .:__ ~o ' I~< ~~c_~ ~c per=or~red thereunder, or the plans, 5~ ~~c ~.' i<~ .- ions, ~~ ~.~:.~inc~s, F~' ,.. , ~~~r~mpanyi~g the same shall in ~~~.~~,~u- ~::;e ~: ffec~ ~ _ ~ ~ ~k~ ~g ~ t_~~~~~ on -~hi s bond, and it does hereby wai~,e nct -ce o'_ a-~.,V~ such ~~Y~ange, extension of. time, alteration or addi--on t:o t_~=~ terms ~~ t-.~ ~or.tract, or to the work to be perf .^~~me~~ the~~=~,:,,: der Pe <~rmar,c~:~ Bo~!d F~'aqe "= c f ~ TY,_~_ bo:~c :~ i~,~r: _~ ~:eet `_.'~ie reauirerr~ents of Article 5160, ~.'~rr.;:n` ~ Civ~~ ~~att ~te~ I~-~xas, ar.d other applicable statutes of t ~:e ~c` ~ oi _,~n~,. Tr ~ urde~sic~::~~~d ~;~~~r-~t _s hereby desianated by the Surety F~r- ~ n .. ~ r f_~ T_._~e~~r RF ~i:~~~n ~.~. NuE~ces ~;~ur.ty to whom any requisite ~~t - _ e~ ~~~_ay ~~~F ~e~ _ .•e ~ et' ~r c ~n wh~~r~. se~ . ~~e ~f process may be had _, ~ ~ ~ ~ d , ~ ,, ~:c, ~~ '_t __ ' ~r V-°_,,~sn',p as provi ed by Art. i „~ ~ ~,_ ~ . ~ ie. IN WITNESS WHEREOF, ~hts ~_nst~umen- is executed in 4 copies, eac,~ ore of w_~I:ic~, ~F;a 1~_ .>~ deerr~ed ar; original, this the 27th da y~~ f December ?~ 06 ~ PRINCIPAL S. J. LOUIS CONSTRUCTION OF TEXAS. LTD. ~ : _ ~~~~~~~ , -- Les v Wn~tman General Manager -_ -- - - - ----- r ' ~ , . _ - _- ATTEST ~ Se~ re~arv tTreas.r Peter J Stahl !Fr'.__ ~~iam~.~,_ __ SURETY LIBERTY I'~IUTUAL FIRE INSURANCE COMPANY 450 Plymouth Road, Suite 400, Plymouth Meeting, PA 19462-1644 - - _-~r- - BY ?~ _-.-~Z_~-.{~ /C G~.~/L~Lt~..s.~ Atr_~~rr~.ey-___-fact LaurentR Laventure (Pri~~. ?]a~ri~~' The R~sid~nt Agent of the Surety in Nueces Count~, Texas, for delivsry of notice and service of process is: Agency: Keetch & Associates Insurance ContaCt P9Etson : Kevin Keetch Addre~8 : P.O. Box 3280 Corpus Christi. TX 78463-3280 Phone N~nbNlr : {361) 883-3803 c~'1 Da I` i'c . ~ ~ra~ ,_ Bc . , '~__ .~r . _ ._~ da`e c~t _ontractl (Revised 9/02) : r tr! a r, . p:_ , r; ~ ..a e ~ - LIMITED PARTNERSHIP ACKNOWLEDGMENT ~TATE OF TEXAS GOU~ITY OF TARRANT On this 27th day of December, 2006 before me personally appeared Les V. Whitman ta me known, who being by me duly sworn that he is the General Manaqer the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. ,--~--_.. ~ ;,_„ ~,,,,,,,,,,,.,,,,,,,..,~ -~ _. ;2~:Pa;~~~,`~-,,,-i eEC~cr x~ES ; Notary Public _ :s:~~:= Ho+a-~rucac ~satexas ; (Notar~i e ,-,, `~° s '-,,rF~a+!~+~c~' uAy commasbn FxpYti 12-19-10 ; 'w,,,n~°" % ~..~ ~~~~~.~ ~~ ~~~~.~.. ~~~~a~~.~~ ACKMOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 27th day of December, 2006 before me appeared Laurent R. Laventure to be knov~, wh~ being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the LiBERTI( MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. _ Notary Public, ~ f C;~~~e~/ ~ , (Notary Seal) ~-~,,,.~~, ~~ KAT~~.E~~! SORENSON ~ot~.n' ~~ub~ic-Minnesota ~,. . ~Y Cor?~m~;sion Ezpires Jan 31. 2010 , wVNV\n~h.w.~u,~~,.,•,,,,.~n THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTEQ ON RED BACKGROUND. 2067714 This Power ot' Attomey limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. ~IBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY ~ 'i~ ~ Y y r~+ c ~ ~ ~~ $ 3 ~ ~ ~y o e3a ~~ m~ 3 _~o w ~ _~ ~o d ~ W ~ ~N L ~~ ~ +~. w ~ ~~ ~ v ~c > d .. ~ Q 3 ~ V KNOW ALL PERSONS BY THESE PRES~NTS 7hat Liberty 11~lutual Fire Insurance Gompany (the "Company"), a Wiscon5in stock insarance cornp.any, through its Assistant Secretary, pur~uant ~ and by authority of the Board of Directors hereinafter set forth, does hereby i~ame, constitute and appoint TONY D. BE~FCER, NATHAN P. HUGHES, STEVEN C. ARQNSON, JANE7 D. BUERG, .TERESA HAMMERS, LAURENT R. _ LAVENTURE, KATF~.EEN SOREN50h1, JOHN D. MOO~RE, JiAMfS R. PERKINS, STANLEY L. PEARSON, TODD A. KELSEY, AMY M. BUI~S, ALl. OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA .... ......:.: ..................................................... each individu8py if the~e be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and detiver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exaBeding FIFTY Iu~t.LION*****`DOLLARS (550,000,000.00"**"**) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as 'rf they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this pow~ is made a~d executed pursuant to and by authonty of the following Unanimous Consent and Vote of the Board of Directors riat~l June 28, 2006 wherein, among other things, it was : VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attomey qualifying the ~tomey named in the given power of attomey to execute on behatf of the Company surety undertakings, bonds, ~eco~inzancss and other surety obtigations; and that the Secretary and each Assistant Secretary be, and eaeh or any of them hereby ~s, authorized to attest to the execution of any such power of attomey, and to affix thereto the corporate seal of the ~ompany That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Company and the corporate seal of Libe~ty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 22"d day of OEt~MBER , 2006 . LIBERTY MUTUAL FIRE INSURANCE COMPANY i B David M. Carey, istant retary Un this 22nd day of DE MBER _ 2006 , before me, a Notar~r Public, personally came David M. Carev, to rne known, and ackr~wledged #hat-he is an Assistant Secretary o# ~iberty MutUai Fire lnsuFance Corripany; that he knows the seal of said corporati~n; and that he e3ceeuted the above Power of Attomey and affixed the corporate seal of tit~erty Mutual Fire Insurance Company ther+eto with the authority and at the direction of said eorporation. IN TESTIMOh~Y WHEREOF, I have hereunto subscribed my name and affixed my notari al at Plymouth Mee' , Pennsylvania, on the day and year first above written. C~~Ji„~ON4'~EP,~~w OF ~FIJNSYL~"ANIA By ~0ia`~~~ S~~ Public Teresa Pastella, Notary Public N '~' COMMON1l11~.ALTH C3'r PENNSYLVANIA ss COUNTY GF MUNI'G~MERY Teresa Paste~ta, o{ , ' P~yCTpUt~ t i typ.. PJloni~U~rtetY CAw~Y M~miss~ar. Expires Mar. 28, 2~)0~ Y as~.~^iatlon of No'.aries tJ!ember, Penrsy~~„ ~a s ~ =-~~ CITY OF CORPUS CHRISTI DISCLOSURE OF lNTERESTS City of Corp~ Christi Ordin~ce 'l7112, as arreended, requires all persons o~ ~rms seek[ng to do business with ttt~ City to provide the falowing information. Every question must be answered. ff the question is not appiica~ble, artswer with "NA". F1RM NAME __ S, T• l•(~~•+~i S GONSnt.~,t G'[t~~J oF j'~t/~S LTD, STREET: ~~+2 l.oRfN~ ~ ClTY: _~ A+-+'fDNtV j'(~[. ZIP: "782110 ~IRM is: t Corporation ~_ _____ 2, partnership _ /__ 3. Sole Owner 4. Association 5, ~her DISCLOSURE QUESTIONS !f additii~nal a~pace is necessary, please use the reverse slde of this page or attach separate sheet. 1. Sta~e the rtiames of each "employee" of ihe City of Corpus Christi having an "ownership interest° constituting 3% or rnore of the ownership in the above named Yrm". Narpe Job Title and City Department (if known) ~ 2. Sta~e the names of each "of€~ciai° of the City of Corpus Christi having an °ownership interest° constituting 3% or more of the ownership in the above named 'firm°. Narne rrt~e N f~ 3. Stat~ the narnes of each "board membe~' of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Nam4 Board, Commission or Committee N~ 4. State the names of each employee or officer of a'consuitanY for the City of Corpus Christi who worked on any matter relat~d to the subject of this contract and has an 'ownership interest" constituting 3% or more of the ownefship 9n the above named "firm". Nam~ Consultant ~ CERTIFICATE I ce~ th~ a~11 information provided is true and corrsct as of the date of this statement, that I have not knowi hr~t~ld disclosure of any information requested; and that supplemental statements ~ w(Il be promptly~ubrn to the C[ty af Corpus Christi, Texas as changes occur. Certifyin~- Persan:__ ~/~I p A. D I(x-~NS~d Title: ul ~ PIZt~S! V Ehl'~/Sc')t.C(U 'If C~' YW'IR . (Type or Print) ! '' , Signature of Ce~rtitying Person: ~~~ ~~ I t f 15 ( o(o ------ Date: Proposal Fozm Page 12 of 13 DEFIN~TIONS a. "Boand AAember". A member of any board, commission or committee appointed by the City Coundi of tfie City of Corpus Christi, Texas. b. "Empbyee". Any peFSOn employed by the City of Corpus Christi, Texas, either on a full or part t~e basis, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, industrial or comrn~rcial and whetber established to produce or deal with a product or service, inctuding but nOt limlted to, er~ities operated in the form of sole proprietorship, as self-employed persoA, partnership, corporation, joint stock company~ joint venture, receivership o~ trust and entities which, for purposes of taxation, are treated as non-profit organizattons. d. "Officiid". The Mayor, members of the City Council, City Manager, Deputy City Manager, ,Assistl~nt City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Ch~isti~ Texas. e. "Ownq~ship Interest". Legal ar equitable interest~ whether actually or constructively held, in a Arm~ i~luding when auch Interest is held through an agent, trust, estate or holding entity. "Cons~uctively held" t+~fers to holding or control established through votl~g trusts, proxies or special terms of venture o~ partnership agreements. f• "Const~ltant". Any p~rson or frm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consuFtation and recommendation. Proposal Form Page 13 of 13