Loading...
HomeMy WebLinkAboutC2007-225 - 7/10/2007 - ApprovedFORMS " •• _ /l 2007425 07/10/07 M2007 -174 R.S. Black Civil Contractors S P E C I A L P R O V I S I O -N s S P E C I F I C A T I O N S A N D OF CONTRACTS AND FOR BONDS O. N. STEVENS WATER TREATMENT PLANT CHLORINE EVAPORATOR REPLACEMENT PREPARED BY: Maverick Engineering, Inc. 2000 S.P.I.D., Suite 100 Corpus Christi, Texas 78469 Phone: 361/289 -1385 Fax: 361/289 -0712 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 PROJECT NO: 8560 DRAWING NO: WTR 376 SPECIAL P R O V I S I O N S SPECIFICATIONS A N D F O R M S OF CONTRACTS AND BONDS ti OR O. N. STEVENS WATER TREATMENT PLANT CHLORINE EVAPORATOR REPLACEMENT PREPARED BY: Maverick Engineering, Inc . 2000 StP.I.D., Suite 100 Corpus Christi, Texas 78469 Phone: 361/289 -1385 Fax: 361/289 -0712 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 PROJECT NO: 8560 1 D NO : WTR 376 :_:=1 040•91rNitPith 4 •. \* �itat'\"PAC crS,1°- *44 •fir *� #s # * ## . *••as*s...i a�a tt t, oil /A, 0) V/°13 (Revised 7 /5/ 00 ) TER TREATMENT PLANT CHLORINE EVAPORATOR REPLACEMENT Table o Coec NOTICE BIDDERS (Revised 7/5/00) NOTE RAC ORS A (Revised May 2006) Insurance Requirements 1"IcE TO CD RS- (Revised 7/5/00) eot Compensation Coverage For Building or Cosruct�. j Worter Cpen For Government Entities al` lit, - SPECIAL PROVISIONS ' and Place lace f Receiving P ro oalsPre-Bid Meeting A.- ref inition and Abbreviations 2:=1 Description of Project Method of Award c al - erns to be Submitted with Pr �� Completion/Liquidated Damages Mme . --` rs Compensation Insurance Coverage e Fed Proposals Acknowledgment of Addenda �� cooperation e Rates (Revised 7/5/00) d � with Public Agencies (Revise 1 12 �jn enance of Services -1 Access and Traffic Control. within the plant site only. Area. ` n Equipment Spillage and Tracking ovaT USED) 2‘....,16 oral /Salvage of Materials _ umn USED and Sequence Construction schedule Control construction Project Layout and -2 Testing and Certification • (NOT USED) Policy (Revised 10/98) rit Business Enterprise . .rl rlty lx o y r _ NOT USED) LONGER ACAS ) (6/1119 -2 er ental Insurance Requirements � upl -2' Damage Cl.an.rn Responsibility for g � 2 � Considerations for Contract Award and E xecution 2 Cotrator Field Administration Staff �-3 ended "Consideration of Contract" Requirements rmended "Policy on Extra Work and Change Orders" er" 7,7-t.:2Amended "Execution of Contract" Requirements a C nditi of Work recedence of Contract Documents ---4'__,,,,--- �--- ! City Facilities: Special Requirements - other Submittals (Revised 9/18/00) �- ' Arerded "Arrangement and Charge for Water F urni bed by the City" 4 surety Bonds TABLE OF CONTENTS PAGE 1 OF A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities (NOT USED) A -40 Amendment to Section 8-8-6: "Partial Estimates" (NOT USED) A-42 OSHA Rules & Regulations A-43 Amended "Indemnification ication and Mold Harmless" (9/98) A -44 Change Orders (4/26/99) A -45 As- Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A-48 Overhead Electrical Wires 7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Electronic Proposal Form A -1 Operations and Maintenance Manuals Attachment I - O. N. Stevens Water Treatment Plant, Visitor/Contractor on -site permit Attachment II - Sample Computer Print -Out PART R - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART T - TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS 01010 General construction Requirements DIVISION 8 DOORS WINDOWS 08113 Fiberglass Doors and Frames 08710 Door Hardware DIVISION 15 MECHANICAL 151110 CHLORINE EVAPORATOR LIST OF DRAWINGS: BHT . G . DESCRIPTION 1 2 Title Sheet/Vicinity Map Miscellaneous Notes and Legends 3 Project Location Map 4 Chlorine Evaporation System Demolition Plan 5 Existing Piping Plan and Elevation New Concrete Pad Plan and Details 7 Schematic Wiring NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TABLE OF CONTENTS PAGE 2 OF 2 (NOT USED) NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: 0 .N . STEVENS WATER TREATMENT PLANT CHLORINE EVAPORATOR REPLACEMENT P ro j e c t includes: Total Base Bid Part Consists of removal of existing 10,000 lbs/day Chlorine Evaporators Unit No. 473 and replacing it with newer model evaporator of equal capacity. The work will include installation of an isolation valve between two evaporators and replacement of the evaporator, by isolating the unit, cutting and replacing about 20 linear feet section of 1" S/80 diameter steel pipe, fittings, gas pressure relief system, liquid chlorine pressure relief system, vacuum regulator, chlorine pressure reducing valve, automatic shut -off valve, line valves and transmitter for the evaporator along with all electrical wiring and controls; together with all appurtenances. Work also includes replacement of a steel door and frame with fiberglass door and frame along with new hardware, in accordance with the plans, specifications and Contract Documents. Base Bid Part B: Consists of removal of existing 10,000 lbs /day Chlorine Evaporators Unit No. 523 and replacing it with newer model evaporator of equal capacity. The work will include replacement of the evaporator, by isolating the unit, cutting and replacing about 20 linear feet section of 1" S/80 diameter steel pipe, fittings, gas pressure relief system, liquid chlorine pressure relief system, vacuum regulator, chlorine pressure reducing valve, automatic shut -off valve, line valves and transmitter for the evaporator along with all electrical wiring and controls; together with all appurtenances in accordance with the plans, specifications and Contract Documents. Base Bid Part C: Consists of removal of existing 10,000 lbs /day Chlorine Evaporators Unit No. 472 and replacing it with newer model evaporator of equal capacity. The work will include replacement of the evaporator, by isolating the unit, cutting and replacing about 20 linear feet section of 1" S/80 diameter steel pipe, fittings, gas pressure relief system, liquid chlorine pressure relief system, vacuum regulator, chlorine pressure reducing valve, automatic shut -off valve, line valves and transmitter for the evaporator along with all electrical wiring and controls; together with all appurtenances in accordance with the plans, specifications and Contract Documents; will be received at the office of the City Secretary until. 3121.jaja, on MEIL12142.1ELL_Innieja_aaa2, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 11: a. m. x.. -Tue da , May , 200'7 and will be conducted by the City. The location of the meeting will be at the 0.N. Stevens Water Treatment Plant 13101 Leo and Street, Corpus Christi, TX. 78410. A bid bond in the amount of of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured Revised 7/5/00 from the City Engineer upon a deposit of Fifty .,mac n I __ Lacs . as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an a ds. 1 which is a non- refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer", "workman ", or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS isi'Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Ha zard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY - -OWNED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY 1 $100,000 EXCESS LIABILITY 1 1, , 0 0 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include lone -term environmental impact for the disposal of contaminants BUILDERS' RISK $2,000,000 COMBINED SINGLE LIMIT O REQUIRED • NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements D REQUIRED • NOT REQUIRED INSTALLATION FLOATER 1 $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements • REQUIRED O NOT REQUIRED Page 1 of 2 ❑ The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. O The name of the Project must be listed under "description of operations" on each certificate of insurance. O For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcc tra to rs , and others providing work or services for a City building or construction project: must be covered by worker's compensation insurance, authorized f - = �- or an approved worker's s comets at icn coverage �� �..s.rar�ce , .. } agre.ernent. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) Zo provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the rain :enance guaranty period. :.rotor carriers which are required to reis per with the Texas Deparzment of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance co rerace under Texas Civil Statutes Article 6675c, Section need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 26, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: certain language must be included in the Contractor's Contract with-_. the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit tc the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and ? , the Contractor is required to post the required notice at the job site. By snit this Contract, the Contractor certifies that :t will timely .�� g cork f y with these Notice to Contractors "B" r eguire ent s . NOTICE :0 CONTRACTORS - B (R vi ea 1/13/96) Page 1 of 7 4 � t Tit 2S. IINS Part H. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES COVERAGE Subchapter B. EMPLOYER NOTICES 110.110 Reporting t e uiremeccs for Building or Construction Projects for Govenatneatal Entities a " 1 y' L.. �.� (a) The follow nz words and terms, when used in this z i . shall have the following MCaairt2S, unless the context cleariv indicates otherwise. Te.--rns not deed in this rule shall have the meaning defined in the Texas Labor Code, if so denied. (1) Certificate or-coverage cert te; - A copy of a certificate of . isurance, a certificate of authority to seif-insure issued by the commission, or a workers' compensation coverage agreement TWCC-81, T vCC- 2, TWCC-83, or TWCC-S4), showing statutory workers' s' compensation insurance coverage for the person's or entity's employees tees inciudin those subject to a coverage a eement providing services on a project, for the duration o the project. (2) or construction —Has the meaning deed in the Texas Labor Code, § 406.096(e)(I). Contractor—A person bidding for or awarded a building or construction project by a governmental entity. Coverage — Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 40L011(44). (5) Coverage agreement—A written azreement on form ' CC- 1, form TWCC -S2. form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compen.sation Commission which establishes shes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 40.6, Subchapters F and G, as one ofemployer/employee and establishes who � no III be respooshe for providing workers' compensation coverage for persons providing services on the project. Duration of the project—Includes the time from the beginning of work on the project until t he work on the project has been corripieted and accepted by the governmental entity. (7) Persons providine services on the project. "subcontractor "' § 406.096 of the Act)—Writh the exception of persons excluded under subsections (h) and (i) of this section includes all persons or entities perfoaning ail or part of the services the contractor has undertaken to perform on the project, regardless of-whether that per-son contraed directly with the contractor and regardless of whether that person has employees. This inciudes but is not lamed to independent contractors, subcontractors. leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. "Services" includes but is not limited http: /www.sos.state. .us tac/28/11/110/13/110. 11 . tml NOTICE TO CONTRACTORS OTOI S - 2 Revised 1/13198) Page 2 of 7 81719 .,. s T.:-,.(,: . Page 2 ^' or deiivering equipment or : ::t i . or przniding labor, trans c - . cn. or oche. sea icc a ti.ati.ti..... zo project. "Services" does noc a iyr izie.... .+ 1-. iat d to the projec foodibever vendors, oaace suopiy deliveries, a deliver'' of ponable toilets. r i --- includ s the provision. of ail services i °sated to a buildinz or construction ccir.uact for a governmer.a.i entity. Pro .id :z. or causing to be provided a cerr�icare of coverage pursuant to this rule is a representztion by the insured that all employees of the insured who are providins services on the project are covered by workers' compensation cove* age, that the coverage is based on prooer reporting of classification codes and payroll amounts, and that ail coverage agreements have been fed with the a crooriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Reauiation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any c;� n e that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A eoverearnentai entity that enters into a buildinz or construcLion contract on a project shall: (t) include in the bid specifications, all the provisions of p raraph of this subsection. usinz the lanruae required by paragraph f this subsection: (2) as part of the contract, using the Ian ua a required by paragraph his subsection, require the contractor to perform as required in subsection d of this section; obtain f ern the contracror a certificate of coverage for each person providing services on the project, ► rior to that person beeinning work on the project; (4) obtain from. the contractor a new certificate of coverage showing emersion of coverage: (A) before the end of the current coverage period, if the contractors current certificate of coverage shows that the coverage period ends during the duration of the project; and o later thm seven days after the expiration of the coverage for each other person providing services on the project whose current c rtiEcate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on Ede for the duration of the project and for three years thereafter, provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and 7 use the !an ua e contained xn the following Figure 1 for bid specifications and con ra -s. 'without any additional words or changes, except those required to accommodate the specific document in which they arc contained or to impose stricter standards of documentation: T285 i 10. I 1 0(c)(7} tbl httri/www.sos.state.tx.usitacI2S/11/110/13/110.1 1 O. htrni NoTrct TO CONTRACTORS -- S Revised 1/13/981 Page 3 ot 7 8/7/98 :. TAC 110.110 Page 3 of j A contractor sr1: 1 provide coverage for its emoic gees providing services on a project, fc: the duration of the project rased on proper reposing of class ca on codes and pa yroti amounts zzci of any coverage z ee: ents; t;) provide a certificate of coverage showin2 workers' compensation co •era2e to the govemxnental airs prior to beginaing beginning work on the proj t'ae 4 of 23 `r#C 11 0.110 ++c.rra c z zi l require each I.-Jerson w1t k (A) . provide coverae based on proper r^ or'� i of la1at1 oC codes and payroii amounts an of a coverage am-cements for i of izs employees providing s r.ices en the proje� . f,-.)r the duration xrario of the project; (B) provide a certificate of to the contractor prior to that person beginning work on the proje (C) t ' ' services the project t`� Cana in ub., ��cn of this sue in conr.ras to provide e:-v�c.. on section: . ' �' ��� of coverage ' ' o: prior to the end of the coyer. period new cep= :e (ID) provide fie, contractor, � � period shown on current certificate of coverage ' een�on of ooverae� � the coverage :god h showing ends during the duration of the project; (E) obtai from, each the. �,ero n with whom it contracts, and provide to the conzrac or: 0) a certificate of coverage, p rior to the other person beginning work on the project; 2.nd certificate of coverage saw e:re ^pion of the (• ii) prior to the of � core: ale period, a new ... n during the • period shown on the current certificate of coverag coverage period, ` the c,�verae p duration of the project; of on file for the duration of the probe -:d for one year � retain all required certificates or coverage thereafter; ed r� or personal delivery, `ice ten days notify the governmental entity wrath by certified p . . (G) � of change that materially affects the provision of after the person knew or should have ern, of any c e of a person roving services on the project and cor y p .� with whom it contracts, to perform � required (H) con�ractally rewire each other person �� be provided to the person wrap with the certificate of coverage to subparagraphs of this p for whom they are providing services. services on project, other than a contractor, shall: (e) person providing p � t- services on a project, for the duration of the project (1) provide coverage for its employees provi�� - � - of coverage P � amounts and � of any c based on proper re orrin of classification codes and payroll amo leas � p .� agreements; ' ' � required i contract provide services oil the project, provide a certificate o� coverage as prior to beginning work on the project; the contract to provide services on the project "y sing this have tt�e following l.uase in its contra e son �� this i to be provided a certificate of coverage, the person g contract or providing or caps this contra is representing to the governmental entity that all employees of the person sj� • �= � project will be covered workers' compensation coverage contrac: who provide services on the probe by http://www.sos.state.tx.usitac/28/11/1 1 B 11 .1 10.htrn.1 NOTICE TO CONTRACTORS - B Revised 1113/98) Page 5 cf 7 8/7/98 £.o .:: 14 V. L 1 rage or o for t.. cu: -ation of E e project, that the ccverage will be cased on proper reporting of classificati Page 6 of .: L . 11 U. I1 i duration or the contra: (F) retain ail required cer ...a :e of coverage on ale for the duration of to project and for one year thereafter, (0) notify the eovernmentai entity in writing by certified mail or personal, delivery, ten days after the person knew or should have know of any change that materially affects the provision of coverage of any erson providing services on the project; and e enc h person with whom it contracts, to perform as required by this - � contractually require araraphs of this paragraph, with the certificate of coverage to be ubpragrap� and ubp i �, provided to the person for whom they are providing services. ' rule or its application to any person or c rctmstance is held invalid, the (f) � any provision � r invalidity does not affect o ther provisions or a pp lications of this rule that can be given effect without .. .. � be the invalid provision or application, and to this end the provisions of this rule are declared t o severable. This ' rye is applicable for building or construction contracts advertised for bid by a governmental ter ber 1994. This rule is also applicable for those building or co�ction entity on or after yep 1, o be dlertised contracts entered into on or after September 1, 1994, which are not required by law t for bid. The coverage requirement Li this rule does not apply to motor carriers who are required pursuant to ` Statutes, Article 66 7 c to rester with the Texas Department of Transportation and Texas ��� eta � � .� who provide accidental insurance e coves a pursuant to Texas Civil Statutes, Article 6675c, § 46). (i) ThThe erase q e requirement in- this- rule does not apply to sole proprietors, partners, and corporate officers who meet � the requirements of the Act, § 406.097(c), and who are explicitly excluded from accordance with the 06.097 (as added by House 1089, 74th Legislature, coverage in aco Act, § 1995, 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers oho are excluded from coverage in an insurance c. ce policy or r�c�ate of authority self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996, • rovisions of this 110.110 adopted to be effective September 1, 1994, 19 TexReg Source: The p 5715; amended to be effective November 6, 1995, 20 TexReg 8609. B:eturi;Lt9_Secijjnde : http://www.sos.state.tx.usitaci2Sillili0/13/1 1 .1 I 0.html NOTICE TO CONTRACTORS - B Revised 1/13/98) Page 7 of 7 8/7/98 PART A SPECIAL, PROVISIONS O.N. STEVENS WATER TREATMENT PLANT CHLORINE EVAPORATOR REPLACEMENT SECTION A - SPECIAL PROVI IONS -1 Time and Place of Receiving Poosa1s /Pre -Hid Meet Sealed proposals will be received in conformity with the official advertisement inviting bids for the Project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, l Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - 0.N. STEV`EN WATER TREATMENT PLANT, CHLORINE EVAPORATOR Rroiect o. 8560 �- A pre -bid meeting will be held on Tuesday, Maly 29, 2007, beginning at 11:00 a.m. The meeting will convene at the O.N. Stevens Water Treatment Plant Chemical Ready Room, 13101 L ar'd Street Corpus Christi, TX 78410, will be conducted by the City and will include a discussion of the Project elements. No additional or separate visitations will be conducted by the City. A- Definite and Abbreviations Section B -1 of the General Provisions will govern. A-3 Description of Project 0 . N. TE T ENS VUOMMR TIMAIMMNT PLANT CHLORINE EVAPORATOR 1EPAVT Pr includes: Total Base Bid Part A: Consists of removal of-existing 10,000 lbs da h lr'1n Evaporator Unit 473 and replacing it with newer model evaporator of equal capacity. The work will include installation of an isolation valve between two evaporators and replacement of the evaporator, by isolating the unit, cutting and replacing about 20 linear feet section of 1" 3 diameter steel pipe, fittings, gas pressure relief system, liquid chlorine pressure relief system, vacuum regulator, chlorine pressure reducing valve, , automatio shut-off valve, line valves and transmitter for the evaporator along with all electrical appurtenances. wiring controls ; together with all Work also includes replacement of a steel door and frame with fiberglass door and frame along with g new hardware, in accordance with the plans, specifications and Contract Documents. . Base Bid Part B: Consists of removal of existing 10,000 lbs/day Chlorine Evaporator Unit 523 and replacing it with newer model evaporator of equal capacity. The work or- will include replacement of the evaporator, p ator, by isolating the unit, cutting and replacing about 20 linear feet section of 1" S/80 diameter steel pipe, fittings, gas pressure relief system, liquid chlorine pressure relief system, , vacuum regulator, chlorine pressure reducing valve, automatic shut-off valve line valves and transmitter for the evaporator along with all electrical Revised 12/15/04) Page 1 of 21 wiring and controls; together with all appurtenances in accordance with the plans, specifications and Contract Documents. Base Bid Part C: Consists of removal of existing 10,000 lbs /day Chlorine Evaporator Unit No. 472 and replacing it with newer model evaporator of equal capacity. The work will include replacement of the evaporator, by isolating the unit, cutting and replacing about 20 linear feet section of 1" S/80 diameter steel pipe, fittings, gas pressure relief system, liquid chlorine pressure relief system, vacuum regulator, chlorine pressure reducing valve, automatic shut -off valve, line valves and transmitter for the evaporator along with all electrical wiring and controls; together with all appurtenances in accordance with the plans, specifications and Contract Documents. A -4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Total Base Bid Part A, or 2. Total Base Bid Part A + Base Bid Part B, or 3. Total Base Bid Part A + Base Bid Part B + Base Bid Part The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. Bid Bond (Must reference 0.N. STEVENS WATER TREATMENT PLANT, CHLORINE EVAPORATOR REPLACEMENT, Project No. 8560 as identified in the Proposal.) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement. AL Time o Comp letionLi1uidatd- Damages The working time for completion of the Project will be 129 calendar days-._ -fox_ Par A onl (includin• delive time for e- i •ment) or 150 calendar da s for the-entire project if Part B or Part_ t C are also awarded. The Contractor shall commence work within ten (1 0) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. Please note that only one evaporator sha].l be taken out of service at any given time. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500. -par calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Co m. ensation Insurance Covera * e If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement Revised 12/15/04) Page 2 of 21 workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A79 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A,10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Construction Type(s): Heavy Construction and Building. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wae Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make b± - weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi - r ekl r . (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half 1 %) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, "Definition of Terms", and Section B-7-6, "Working Hours".) Revised 12/15/04) Page 3 of 1 A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One -Call System DIG TESS at 1 -800- 344 -8377, the Lone Star Notification Company at 1 -800- 669 -8344, and the Southwestern Bell Locate Group at 1-800-828-5127. For the Contractor's convenience, the following telephone numbers are listed: City Engineer Project Engineer A/E Project Engineer, Bhaskar Patel, Maverick Engineering, Inc Streets & Solid Waste Services Traffic Engineer Police Department Water Department O.N. Stevens Water Treatment Plant Frank Rodriguez Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department American Electric Power co. (AEP) Southwestern Bell Telephone Co. (B) Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) CenturyTel .. . ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 826 -3500 826 -3500 P.E. 289 -1385 826 -1970 826 -3540 882 -1911 827 -1880 fax: 289 -0712 (826 -3140 after hours) 826 -1214 827 -1818 (826 -3140 after hours) 885 -6900 (885 -6900 after hours) 827 -1881 (826 -3140 after hours) 826 -3461 299-4833 (693-9444 after hours) 881-2511 (1- 800 - 824 -4424 after hours) 857 -1946 857-1960 857 -5000 (857 -5060 after hours) 887-9200 (Pager 800 -724 -3624) 225/214 -1169 (225/229-3202(M)) 881 -5767 (Pager 850-2981) 512/935-0958 (Mobile) 972/753-4355 A-12 Maintenance of Services 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 accuracy a.n completene of such information is not guaranteed. It io Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.) flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or f lumecl over the streets or ground surface, and the 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 Revised 12/15/04) Page 4 of 21 for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. -All-weether-aeeeee e to t- -er, A-14 Construction_ Equi m nt Spillage and Tracking within the plant site x The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and -cur ine-aE must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewers is 'allowed to remain on the Project site or adjoining streets. A-15_ Excavation and Removals (NOT USED) unlefie-etbe*ml-se-noted, t /� - V the-Contractor. A-16 Di s . ossal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling and disposal is considered subsidiary; therefore, no direct payment will be made to the Contractor. The Contractor shall be responsible for removal and legal disposal of all equipment removed from the plant site at an approved landfill as part of the Contract. Any component or parts of the evaporators which the O.N. Steven's Water Plant Staff deem useable, may at their discretion remove the part from the equipment once it is taken Revised 12/15/04) Page 5 of 21 out of service by the Contractor and before' it is disposed of by the Contractor. I7 Field off ice NOT USED) A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. See Technical Specifications, Section 001010, General Construction Requirements, The Contractor must take into account the following factors before submitting the work plan to the City: .. ply one Chlorine Evaporator shall be ken out of service at any given time following STRICT COORDINATION with the Plant and City personnel. 2. The delivery time for the Chlorine Evaporators is approximately eight (8) weeks from the time the vendor receives a confirmed order from the Contractor. The delivery date may change with the manufacturer's schedule so verify the delivery date before finalizing the work plan. 3. The Contractor shall provide plant personnel a minimum of forty eight (72) hours notice prior to removal of an Evaporator so that the Plant staff has enough time to isolate and purge the unit before it is taken out of service. 4. Plant personnel will only be responsible for draining, purging the, evaporators and disconnecting electrical supply to the evaporators which may take one to two days, as scheduled. 5. The Contractor shall be responsible for safety of his crew and shall provide all personnel entering and working in the Chlorine Room with necessary PPE for their protection against accidental exposure to Chlorine gas. 6. The Contractor will be required to remove existing equipment, install new equipment and perform startup and test run for forty eight hours for each evaporator before he proceeds in removing next unit. 7. The Contractor shall be knowledgeable regarding regulations governing working with hazardous chemicals and shall be responsible for his staff's safety and training needs for handling Chlorine gas including SCBA training etc. 8. Contractor shall monitor the work site for hazardous gases prior to entering the Chlorine Room Area. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. Revised 12/15/04) Page 6 of 21 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first workday of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A,19 Construcli2E,!Esdis t Layout and Control The drawings depict lines, slopes, grades, sections, measurements, , bench marks, baselines, etc. that are normally required to construct a project of this nature. The major controls and benchmarks required for setting up a project, if not shown on the drawings, will be roviced by the /E Consultant. The Contractor will furnish lines, slopes and measurements on the ground for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the AYE Consultant 48 hours notice so that alternate control points can be established by the AJE Consultant as he deems necessary, at no cost to the Contractor. Control points or benchmarks damaged as a result of the Contractor's negligence will be restored by the A E Consultant at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City Engineer prior to deviation. If, in the opinion of the City Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City Engineer to revise the drawings. eem verk--, • Z y r Revised 12/15/04) Page 7 of 1 • Tai 7 ev ti 7 1 t .Mr ..le A-20 Testi and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs Own USED) et-all --- two (2) Proj-eet---sIgne—a6F—iiialli-eatiml---In the Contractor . ±he_ loaa io o—eft eld by the City -r A- Minority /Minority Business Enterprise arti ipation ii (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female partici 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51, of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.O% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enter.rise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51. of ,whose assets or partnership interests are owned by one or more women, or a corporation at least 51.01 of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the j transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submi a ■ v 1 u o f 74ti i _ a r 7 1�■� w A-26 Supplemental Xnsurance l ec uir•ements For each insurance coverage provided in accordance with Section B -6-11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contracts Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract Documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract Documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section -- -11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. Revised 12/15/04) Page 11 of 21 For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the General Provisions, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section -, -11 of the General Provisions is amended to include: Contractor must provide Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Installation Floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Installation Floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-28 Considerations for contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two ( ) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superi The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to Section B-7-13 of the General Provisions. A-30 Amended Mconsideration of contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-3-1 "Consideration of Contract", add the following text: "Within five working days following the public opening and reading of the proposals, the three ( ) apparent lowest bidders (based on the Total Base Bid or Total Base Bid plus Additive Alternate No. 1 or Total Base Bid plus Additive Alternate No. 2 or Total Base Bid plus Additive Alternate No. 1 plus Additive Alternate No. 2, subject to the availability of funds) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration; 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE 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 but that meeting such requirements is not reasonably possible; 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. 'The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Revised 12/15/04) Page 13 of 21 Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7-13 of the General Provisions; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to Special Provision A -28 concerning "Considerations for Contract Award and Execution" and Special Provision A-29 concerning "Contractor's Field Administration Staff"; 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state i.e. Texas or other state), Corporation or Partnership, and name (s) and Title(s) of individual (s) authorized to execute contracts on behalf of said entity." - 1.__Amended "Policy on Extra Work and Change Orders" Under 'General Provisions and Requirements for Municipal Construction Contracts", Section B78-5 "Pol icy on Extra Work and Change Orders", the present text is deleted and replaced with the following: "Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council." A-32 Amended "Execution of Contract w Reufreents Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-3-5 "Execution of Contract", add the following "The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor." A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction Revised 12/15/04) Page 14 of 21 plans, fourth precedence will be given to the Standard Specifications, and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Transportation "Standard Specifications for Construction of Highways, Streets and Bridges", ATM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 city- Water Facilities: Special Re i G. Contractor shall provide telephones for Contractor personnel. Plant telephones are not available for Contractor use. H. Working hours will be 7 :00 A.M. to 5 :00 P.N., Monday thru Friday. 1. Contractor must not use any City facility restr oms . Contractor must provide own sanitary facilities. J. 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. I. Stevens Water Treatment Plant. All 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 by City Water Department personnel during emergency evacuation. K. Contractor Qualifications - SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any work to the computer -based monitoring and control system must be performed only by qualified technical and supervisory personnel, as determined by meeting the qualifications 1 thru 9 below. This work includes, but is not limited to, modifications, additions, changes, selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in operation all hardware and/or software specified or required by these specifications. The Contractor or his subcontractor proposing to perform the SCADA work must be able to demonstrate the following: 1. He is regularly engaged in the computer -based monitoring and control system business, preferably as applied to the municipal water and wastewater industry. 2. He has performed work on systems of comparable size, type, and complexity as required in this Contract on at least three prior projects. 3 . e has been actively engaged in the type of work specified herein for at least years. 4. He employs a Registered Professional Engineer, a Control Systems Engineer, or an Electrical Engineer to supervise or perform the work required by these specifications. 5.He employs personnel on this Project who have successfully completed a manufacturer's training course in configuring and implementing the specific computers, RTU ' s , and software proposed for the Contract. 6. He maintains a permanent, fully staffed and equipped service facility within 400 miles of the Project site to maintain, repair, calibrate, and program the systems specified herein. 7. He shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type will be the product of one manufacturer. 8.Prior performance at the O. N. Stevens Water Treatment Plant will be used in evaluating which Contractor or subcontractor programs the new work for this Project. 9. The Contractor shall produce all filled -out programming blocks required to show the programming as needed and required, to add these two systems to the existing City SCADA system. Attached is an example of the required programming blocks which the City requires to be filled in and given to the City Engineer with all changes made during the programming phase . The attached sheet is an example and is not intended to show all of the required sheets. The Contractor will provide all programming blocks used. L. Trenching Requirements All trenching for this Project at the O. N. Stevens Water Treatment Plant shall be performed using a backhoe or hand - digging due to the number of existing underground obstructions. No trenching machines shall be allowed on the Project. Revised 12/15/04) Page 16 of 21 A- _other Submittals (Revised 9/18/00) 1. shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantit : Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section, and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number (s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stam : Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract Documents. e. chedulin : Contractor rust schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Markin.: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. . Variations: Contractor must identify any proposed variations from the Contract Documents and any Product or system limitations which may be detrimental to the successful performance of the completed work. h, Space - Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. .. Resubmittals: Contractor must revise and resubmit submittals as required by the 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, through Contractor, any inability to comply with provisions. 2. s i s: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Standard or Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the Project. `7 Amended "Arrangement and Char. a for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-6-15 "Arrangement and hart for Water Furnished ] y- the City", add the following: - ---- — Revised 12/15/04) Page 17 of 1 "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation _Coverage for Building_ or Construction Projects for Government Entities The requirements of "Notice to Contractors -B" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance. 1 T USED) T- e _ is „, ., ,., .....-. o r i at a - A-40 Amendment to Section 3-8-5: "Partial Estimates" "General Provisions and . Requirements for Municipal Construction Contracts" Section 4-8-6 "Partial Estimates" is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory_ (NOT USED) p rim A-42 OSHA OSHA 1u].ee & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and/or jobs. A-43 Amended "Indemnification and Hold Harmless" (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-6-21 "Indemnification and Hold Harmless ", text is deleted in its entirety and the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the Contract or in connection therewith by the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the City, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the Contractor, or any subcontractor, supplier or materialman." Revised 12/15/04) Page 18 of 21 A-44 Change Orders (4/26/99) Should a change order(s) be required by the Engineer, the Contractor shall furnish the Engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, subcontractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) 1. The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 2. Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: a. Horizontal and vertical dimensions due to substitutions/field changes. b. Changes in equipment and dimensions due to substitutions. c. "Nameplates' data on all installed equipment. d. Deletions, additions, and changes to the scope of work. e. Any other changes made. Disal of Hi c hly Chlorinated Water (7/5/00 The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as T E , EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. The Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre -- Construction Exploratory Excavations (7/5/00) (NOT USED) }ys +s t t3_ irltw a m w Lea }'_ e 7/�7 r � 1 r+r . C . - __ *__�xi...�....� -;.. Revised 12/15/04) Page 19 of 21 C t=epert. A-48 Overhead Electrical Wires (7/5/00) The Contractor shall comply fully with all OSHA safety requirements w' proximity of construction equipment beneath overhead with regard to ed electrical wires. There are many overhead wires crossing the construction route and along the construction route. The Contractor shall use all due diligence, precautions, re that adequate safety is provided for all actions , eta . , ensure l of its employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical facilities occurs. es or The Contractor shall coordinate his work with A.E.P. and inform construction schedule with regard to said overhead li . E A.E.P. of its axes. Some overhead lines may be shown in the construction plans, while others shown. It shall be the Contractor's sole responsibility to provide are not safety with regard to overhead lines whether shown y for adequate owrx on the plans or not. A- x►ended 1 aintenauce Guaranty" 2 ) Tinder "General Provisions and Requirements for Municipal Construction Section B-8-11 "Maintenance Guaranty", Contracts", -- -� "� add the following: "The Contractor's guarantee is a separate, additional remed y available to benefit the City of Cor us Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any or remedies available to the City of Corpus Christi for rights � or arlr claims or causes of action against the Contractor or any other individual or entity." Revised 12/15/04) Page 20 of 21 SUBMITTAL TRANSMITTAL FORM PROJECT: 0.N. Stevens Water Treatment Plant, Chlorine Evaporator Replacement ( *8560) OWNER: City of corpus Christi ENGINEER: Maveri k En in eri , Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Revised 12/15/04) Page 21 of 21 PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 2 General Decision Number: TX070039 02/09/2007 TX39 Superseded General Decision Number: TX20030039 State: Texas Construction Types: Heavy Counties: Nueces and San Patricia Counties in Texas. HEAVY CONSTRUCTION PROJECTS including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 02/09/2007 SUTx1987- 001 12/01/1987 Rates Carpenter (Excluding Form Setting) 9.05 Concrete Finisher 7.56 Electrician 13.37 Laborers: Common 5.64 Utility $ 7.68 Power equipment operators: Backhoe 9.21 Motor Grader $ 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SUN designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can hftp://www.wdoligov/wdoliscafilesidavisbaconfIX39.dvb 5/7/2007 be: Page 2 of 2 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling on survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and . should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.T. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the recquestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.goviwdoliscafilesidavisbacon/TX39.dvb 5/7/2007 General Decision Number: Tx 7 3 05/11/2007 TX63 Superseded General Decision Number: TX20030063 State: Texas Construction Type: Building Counties: Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 02/09/2007 1 05/11/2007 * BRT 0 1- 05/01/2007 Rates Fringes Bricklayer $ 20.00 6.50 ELEC0 7 -001 08/28/2005 Rates Fringes Electrician $ 17.45 4.50+7% IROIT00 -002 01/01/2003 Rates Fringes I rnwoke r $ 16.10 4.65 PAIN0130-001 07/01/2005 Rates Fringes Painter $ 15.15 4.42 StJTX19 7 -002 03/01/1987 Rates Carpenter $ 9.96 Cement Mason /Finisher $ 12.50 Laborer $ 5.56 Mason Tender $ 7.14 Plumbers and Pipefitters (Including HVAC) $ 10.05 Power equipment operators: Backhoe $ 7.84 Fringes Page 1 of http://www.wdoligoviwdoliscafilesidavisbaconiTX63.dvb 5/11/2007 Page 2 of 3 Roofer (including Built up, Composition and Single Ply) $ 9.20 Truck Driver $ 7.50 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 FR 5.5 (a) (1) (ii )) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour ivision letter setting forth position on a wage determination matter • a conformance (additional classification and rate) ruling On surrey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and g Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: http://www.wdol.goviwdoliscafilesidavisbaconM(63.dvb 5/11/2007 Page 3 of 3 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor consi . AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES THIS AGREEMENT is entered into this 10TH day of JULY, 2007, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and R.S.Black Civil Contractors Inc./Machinery & Materials, Inc. a Joint Venture termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $429 700.00 by City and other obligations of City as e t out herein, Contractor will construct and complete certain improvements described as follows: 0.N.STEVENS WATER TREATMENT PLANT CHLORINE EVAPORATOR REPLACEMENT PROJECT NO. 8560 (TOTAL BASE BIDS A + B + C: $429,700.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, . addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 06/01/2007 19:07 3618263501 EN INEERI PAGE 06/11 . N. STEVENS WATER E TREATMENT PLANT CHLORINE EAVPORATOR REPLACEIONT BASE BID MT A T II _________ II1 Ili V II 'TIM QTY & WIT DESCRIPTION IN FIGURES BID IT= UXTRNSION ( *7 UNIT MICR IN FIGURES) Al 1 LS • Mobilization and demobilization for installation of Chlorine Evaporator, complete and in place e .Lum u�+m p Z YL'o . ' I I - -- A2 _ 1 EA ___ _ Remove and replace Chlorine Evaporator, Unit 473, related piping and electrical, Complete in place per rash I PO s i jgc_2_ . Riv: ...,, ._ A3 1 LOT ___....„ Replacement of Chi orii a f at Y �} in related componentA including Liquid and gas pressure relief syatem mnd gas pressure reducing valve, installed complete in place, per Lot } . 0000° 00 ao -• , , ____ a two i 1 A4 1 LS pare parts as ligted in ' Specifications 51110 for h1orirn Evaporator, per T,11t 2,47 01601'1; Sum TOTAL SASS BID PART A (Items Al through A4) : $_ RVI ED kRO SAL FORM PAU3 OF 8 0E101/2007 19:07 3618263501 ENGINEERING PAGE 07/11 0 .N. STEVENS WATER TREATMENT KANT CHLORINE EAVPORATO1 U LACEME T BASK BID FAT I II III IV BID Ind 1 QTY & UNIT !ZSTION(QTY I ORR BID ITEM EXTZNSION C MST PRICK KIRR Bl Ls ii mobilization and demobilization for it o a l 1 t ion of t io i Evaporator, complete and in place per Lu um 1 00 X32 1 A Remove and replace Chlorine Evaporator, Unit it 523, related p p± g and electrical, complete in. place per Sach , ju'1c'P 1 3 1 ; LOT Rp1art Of Chlorine safety related components including Livid and gas pressure relief systeM and gas pressure reducing valve, ingto1l r complete in place, --_ 1 POO ) • TOTAL BASE BID PART B (Items 21 through 133) s $�113 OO - REVISED PROPOSATo FORM PAGE 4 OP ADDENDUM NO. Attachment No. 1 Page 06 /01 /2007 1 ; 07 3618263501 ENGINEERING PAGE B8/11 0 M t STNS wATER. T . ATME1T PLANT CHLORINE EAVPORATOR REP XAC iEN BASE B TD PART BID QTR` & DESCRIPTION ITEM UNIT Mobilization and demobilization for .rata11ation of Chiorine Evaporator, complete and in place per Lump Sum. 1 LS C2 C3 Remove and replace Chlorine I I Evaporator, Unit 472, relate EA piping and electrical, complete in place per Each UNIT PRICE IN FIGURES owe- Replacement of Chlorine safety related components including 1 1 Liquid And gas pressure relief LOT system and as pressure I reducing valve, installed complete in place, per Lot TOTAL 13ASE L ID PART BID ITEM PENSION (OTY UNIT PRICE PX 3 ) (Items C1 through (23 ) ze.c HID StXMNARY 1 . TOTAL BASE BID PART A s R TOTAL BASE BID PART A + TOTAL BASE BID PART B OR . TOTAL BABE BIM PATA+ MCAT. BASE BID A 9 4. "rAL BABE BM PART � I PROPOSAL PORN PAQE 5 01' /171,1PIZ! S 3oz� Sop °� 9,919e-61 ADIMID1014 NO. At t meant No. 1 Page of The Contractor will commence work within ten (1 0) calendar days from date they receive written work order and will complete same within 150 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary APPROVED + S _ TO LEGAL By: Asst. City Attorney ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) 16 BY AIL.. SEORErit CITY OF CORPUS CHRISTI BY: Ronald F. Massey, Asst. City Mg of Public Works and Utilities *I* By: Ang Escobar, P.E. Di -ctor of Engineering Services CONTRACTOR R.S. Black Civil Contractors Inc./ Machine r & Materials Ina.a joint Venture By: /41/4ilergC P.O.BOX 6218 (Address) CORPUS CHRISTI TX 78466-6218 (City) (State) (ZIP) 361/242-3187 * 361/242-3188 (Phone) (Fax) Agreement Page 2 of 2 L/ JJf W. 242;3188 RSBLACK CIVIL ENGRS PAGE JOINT VENTURE AGREEMENT JANUARY 15, 1992 R S Black Civil Engineers & Contactors, a sole propnetorsliip, and Machinery & Materials, Inc., a Texas Corporation, hereby agree to form a Joint Venture to wit: R S BLACK CIVIL ENGINEERS & CONTRACTORS/MACHINERY & M,ATERIA,LS,INC.- JonvT VENTURE The Joint Venture will be responsible for the perfonnance of all construction projects and will assume responsibility for any projects previously awarded to either party to this agreement but not yet started. The joint venture will bid and contract for all constxucbion projects from this day forward until this agreement is terminated by either party. The terms, conditions and responsibilities of each party to this agreement are set out in the following paragraphs. R S Black Civil Engineers and Contractors will be the managing partner and will accept payments for the Jomt .Venture and distribute the funds as prescribed herein until a separate bank account can be established. The responsibilities of each partner will be as follows: R S Black Civil Engineers & Contractors gill: 1. Prepare bids for all projects 2. Provide overall project management with it's employees 3. Hire and pay all subcontractors 4. Purchase all process equipment, construction materials and supplies needed and comply with all state sales tax laws regarding these purchases 5. Purchase the required performance and payment bonds, general liability and umbrella coverages and other special insurance needs as required by the plans and specs oft the individual projects Machinery & Materials, Inc. gill: I_ Provide all construction machinery and vehicles needed for the projects 2. Purchase all Fuel, oil, repair parts etc. necessary to operate and maintain said equipment 3. Operate and staff a mechanic shop which will maintain and repair all construction equipment - , plus provide on site repairs as needed 4. Provide vehicle and equipment insurance as required and pay for their share of any general liability and work comp, insurance premium incurred based on payroll 1 101 I UELL i t: 1 , i b pi KbBLAUK U I V I L ENURS HAUL U 0,14N-0,--.4---- This joint venture is considered a legal and binding partnership. The partnersbip will be required to file an income tax return reporting all construction revenues and report to each partner (via a K -1) the amount distributed to them. All revenues will be distributed as herein agreed and the joint venture will not hold any funds and will iiicur no expenses other than those associated with the maintaining of a bank account. Individual financial statements for this joint venture will not be prepared but CPA financial statements combining the results of the two companies will be prepared annually and will reflect the combined revenue from all construction projects. Revenue of the construction projects will be distributed as follows: 1.On pTojCCts of $500,000 or more which normally require a considerable amount of equipment, the gross revenue will be distributed: 86% to R S Black Civil • Engineers & Contractors and 14% to M & M,Jnc. 2. On projects less than $500,400, the gross revenue will distributed: 95 °/n to R S Black Civil Engineers & Contractors and 5% to M & M, Inc. These distribution percentages will apply to all 1992 projects unless modified in writing by she partners. For all future projects these distribution percentages will be reviewed and revised if conditions warrant. ACCEPTED: er Pres. R S Black Civil Engrs Machinery & Ma er al ,inc 06,411/2007 19:07 3618263501 ENGINEERING PAGE 04/11 PROPOSAL FORM FOR O.N. STEVENS WATER TREATMENT PLANT CHLORINE EAVPORATOR REPLACEMENT PROLTECT NO. 8560 DEPARTMENT Off' ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM PAGE 1 OF 9 ADDENDUM NO, 2 L. ! Attachment loo. 1 Page I of 8 06/01/2007 19:07 3618283501 ENGINEERING PROPOSAL Place: Date : June 6, 2007 PAGE 05/11 Proposal of Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as R. S. BLACK CIVIL CONTRACTORS, INC/MACHINERY & MATERIALS, INC. - A JOINT VENTURE TUF E TO: The City of Corpus Christi, Texas Gentlemon: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for O. N. STEvENS WATER TREATMENT PLANT CHLORna EAVPORATOR REPLAMMENT PROJECT NO. 85 60 at the locations s. t out by the plans and specifications and in Strict accordance with the contract documents for the following prices, to-wit: R PROPOSAL VORM PAAE 2 of 61 ADDRWUM NO . Attachment NO. 1 Page 2 of 06/01/2007 19:07 36132635 @1 ENGINEERING PAGE 06/11 I BID I & rZM UNIT STEVENS 1 TER TREATMENT ANT CHLORINE EA ORATOR REPLACEMENT WE I PART i r r IV DESCRIPTION Al 1 L WIT PRICE IN lamas BID ITEM r8I UNIT MCR IN FIGURKS) Mobilization and demobilization i for installation of Chlorine Evaporator, complete and in plane per Lump Sum $ _4,frote Remove and replace Chlorine A2 1 ENraporattir, unit # 473, related EA piping and electrical, Complete in place per Each Replacement of Chlorine Rafety related componentA including A3 1 Liquid and as pressure relief LOT syetem and gay pressure reducing vaive, in t a l 1 d complete in place, per Lot 4 1 LS Spare parts an listed in Specifications 51110 for Chlorine Evaporator, per , ►m Sum : I ss;sov%" OOo� $ a70 tilfF 0a0195 TOTAL BASE BID PART A (Item Al through RXVISED PRO PCS AL FORS! ME 3 OF 8 s- 124 6,00.°9 ADDS= NO . Attachment hint o. 1 Page 3 of 8 06/01/2007 19:07 3b182635@1 ENGINEERING I PAGE 07/11 0.N. 'EIS WATER TREATMENT PLANT CHLORINE BAVFORA O . UPLACE21 ' BASE BID PART B 111 I QTY a WIT 1 LS DESCRIPTION Mobilization acid demobilization for installation of Chlorine Evaporator, complete and in place per Luuium UNIT P X E IN I ttR BID ITEM EXTENSION (QTY X UNIT PRICE ru GDAB ) Airrm -- L. - - O B2 1 RA 1 LOT Remove and replace Chlorine Evaporator, Unit # 523, related plp.xg and electrical, complete in place per Each _124,21a2!! - up, - zoa Replacement of Chlorine safety related components including i uid and as pressure relief system and as pressure reducing valve, installed complete in place, per Lot TOTAL BASE BID PART B s_14 490 (Item El through 113): 13O6' OP REVISED PROPOSAZ, FORM PAGE 4 OP 2 05/01/20@7 19:07 3618263501 ENGINEEPING PAGE 08/11 0.N. STRITENS WATER TREATM1114T PLANT CHLORINE EAVPORATOR REPLACEMENT BASE BID PART xII DESCRIPTION Iv UNIT PRICE FIGURNS arD ;tea axrm�rstax (QTY X UNIT PRICE ut FUMES) Mobilization and demobilization for installation of Chlorine vapor, t of , complete and in place per Lump Sum s_lear2 Remove and r p1acm chlorine Evaporator, Unit # 472, related piping and electrical, complete in place per Each Replacement of Chlorine safety related components including Liquid and gas pressure relief system and as pressure reducing valve, installed complete in place, per Lot TOTAL BASE BID PART _113 oicoaf' $ 1203 fly°' (Items C1 through (n): /2.7 zoo' BID StXMMARY 3.. TOTAL BASE BID PART A: . TOTAL BASE BID PART A + TOTAL BASS BID PART 3: OR 3 . TOTAL BASE El= PART A+ TAL BASE BID Pte' B + =Am, BASE STD PARr c: WISED PROPOSAL PORN PAD E S 01' 191,k_op:el 3o1 COO s_ rioPtf--° ADDISNDUM NO. 2 Attaahmaut No. 1. Page 5 of B 06/01/M07 19 :07 3618263501 ENGINEERING ERING PAGE 09111 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bid, that he agrees to do the wort, and that no representations made by the City are in any sense warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, , we will within ten (10) calendar day execute the formal contract and will deliver a Performance Bond s 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 of the highest amount bid, is to become the property of the City of Corpus Christi in the evert the contract and bonds are not executed within the time above set forth as liquidated damages for the delay a:d additional work caused thereby; Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completiont The undersigned agrees to complete the work within 120 calendar da s for Part A onl. or 150 ca].er dps d s for the entire ro act Part B or Part B & C are also awarded from the date designated by a Work Or er. . The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following adda is acknowledged (addenda number ) : #1, 2, & 3 (SEAL - If i dd r is a Corporation) BUM: : Do not dte ach bid from other papers, Fill in with ink and ,emit complete with attached papers, Respectfully submitted: ae # DAVID PRINZ B, tax NAT Address : P.O. BOX 6218 (P.O. Box (Street) CORPUS CHRISTI TX 78466 -6218 (City) (State) (zip) Telephone : (361)_ 242-3187 5VZSZ PROPOSAL rom PAGE 6 OP 8 Rev$pved Auguat 2000) SATE OF TEXAS COUNTY OF NUECES PERFORMANCE B O N D BOND NO. 104458559 KNOW ALL BY THESE PRESENTS: THAT !_s . Black Civil Contractors Inc,/Machine & Materials Inc, a Joint Venture of NUECES - County, Texas, hereinafter called "Principal", andTtf y co OF po4E-REcA a corporation organized under the laws of the State ofoNcIc , and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of FOUR HUNDRED TWENTY-NINE THOUSAND SEVEN HUNDRED AND NO/100 x$429 700. DOLLARS, RS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind, ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH of JULY , 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of: 0.N.STEVENS WATER TREATMENT PLANT CHLORINE EVAPORATOR REPLACEMENT PROJECT NO. 8560 (TOTAL BASE BIDS A I- B + C: $429,70000). NOW, THEREFORE, i the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersized agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon ' s Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 25TH day o f JULY , 20 07 . PRINCIPAL R.S. BLACK CIVIL CONTRACTORS, INC./ MACHINERY MATERIALS, INC. S By: e*Atr (Print Name & Title) Name) ATTEST (Print ) SUETY TRAVELERS CASUALTY & SURETY COMPANY of AMERICA By: Attorney - n-fact MARY ELLEN MOORE Print Name) +r r, } The Resident - Agent of the Surety in Nueces County delivery of notice and service of process is: Agency: Contact Person: Address Phone Number: SW NTNER & GORDON INSURA CE AGENCY p__ pn 7 :40 r' (MOTE: Dale of Performance Bond must not be prior to date of contract) (Revised 9/02) Performance Bond Page 2 of 2 PAYMENT B O N D STATE OF TEXAS BOND NO. 104458559 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES THAT R . S .Black Civil Contractors Inc./Machine ar & Materials In . a Joint Ven.ture of NUECES County, Texas, hereinafter called "Principal", a n d TRvLS CASUALTY SURETY CO F AMERICA , corporation o rg a r i e d under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of FOUR HUNDRED TWENTY -NINE THOUSAND, SEVEN HUNDRED AND NO/1000429 700. DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sure well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS UCI THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH day _JULY_, 2 7 , a copy which is hereto attached and made a part hereof, for the construction of: 0.N.STEVENS WATER TREATMENT PLANT CHLORINE EVAPORATOR REPLACEMENT PROJECT NO. 8560 (TOTAL BASE BIDS A + B -f- C: $429,700.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 25TH day of JULY , 20 07 . PRINCIPAL R.S. BLACK CIVIL CONTRACTORS, INC./ MACHINERY & MATERIALS, INC. , JOINT VENTURE By: XiSeadez_ AlgAr /g/A4k. _far (Print Name & Title) ATTEST a6tie-e4c motwise., c-r-e-tary MA423.4-77V-em., s04,1 (Print Name) SURETY TRAV A TY S RETY •MPAICY OF AMERI A By: Attorney -fact MARY ELLEN MOORE (Print Name) The Resident Agent of the Surety in Nueces Count delivery of notice and , service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: Address: Phone Number: 0,4E_Y__Li_LEN MOORE cc1RP_- L i31 T TT r- TEXAS 7840 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of j' x VI A 1 w� 1 t 1 a 4 t - -- -- WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney -In Fact Nos 214946 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company 11.avelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 l 78 4 2 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc . is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint R. M. Lee, Diann Eisenhauer, Mary Ellen Moore, Leroy Rya, and Kristi Roberts of the City of Corpus Christi , State of Texas , their true and lawful Attorneys -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or per itt d in any' actions or:proceedings allowed by law. 13th III WITIS r WHEREOF, i the Corm have caused this instrument to be signed and _their corporate seals to be hereto affixed, this day of Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company State of Connecticut City of Hartford ss. St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 10 P °R4 loSP Daolpiq7:1 " *1 SE A By: 0 rge W ompson, Sen President 13th March 2006 On this the day of , before me personally appeared George W. Thompson, who acknowledged hirnsclf to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2006. 58440-9-05 Printed in U.S.A. C\GjtI01 e r ttALOALL4". Marie C. Tetrault, Notary Public (I WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Travelersi`' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675 -3130 (2b7) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252 -3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253 -021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 06/01/2007 1 : 07 3E182E3501 ENGINEERING PAGE 10/11 CITY of CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, a amended, requires all persons oi firms seeking to do business with the City to provide the following Information. Every question must be answered. If the question is not applicable, answer with "IAA ", FIRM NAME: R. S. Black Civil Contractors, Inc./Machinery & Materials, Inc. - A Joint Venture • STREET_ P.O. BOX 6218 _ -' _' my: CORPUS CHRISTI ZIP: 78466-6218 # FIRM is: _ 1. Corporation __ 2. Partnership 1 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS if additional space is necessary, please use the reverse side of this page of attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest's constituting 3% or more of the ownership In the above named "firm". Nar! if groan N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting or more of the ownership in the above named "firm". Name Tine N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting / or more of the ownership in the above named "firm". Elam �ornmi l n, r y itt N/A 4. State the names of each employee or officer of a "consultant" forte City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership Interest" constituting 3% or more of the ownership in the above named "firm ". Name _ dist t rat N/A �4.1•nlr •Yrlmnm� __ . ...� CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that l have not knowingly withheld disclosure of any information requested; and that supplemental statements promptly of Corpus Christi. Texas as changes occur, wail rn tr submitted to the City certifying Pnr'! n: RIK BF ITTAIN Tale# ADMINISTATIVE E ASSISTANT (Type r pri .. 1 Signature of Certifying Person: V PROPOSAL FORM PEE 7 OF g Date: JUNE 6, 2007 ADDENDUM NO. Attachment No. 1 Page 7 of Mt Ulf ! 1J: U/ 3b18263501 ENGINEERING I1 PAGE 11/11 DEFINITIONS IONS a. "Board ember ". A member of any board, commission or committee +appointed by the City Council of the City of Corpus Christi, Texas. b "Employee ". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. o. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole propri tcrship, as self-employed person, partnership, corporation, Joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non- profit organizations. d, "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and rvlunicipal Court Judges of the City of Corpus Christi, Texas. e. Ownership Interest". Legal or equitable interest, whether actually or constructively ctively hei , in a firm, including when such interest is held through are agent, trust estate or holding entity* "Constructive) held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. r. Con ultant ". nyperson or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. x SSD PROP0SAL PM PAIL 8 OF 8 DEND NO. �._i Attachment No 1 age 8 of ACORD CERTIFICATE OF LIABILIT PRODUCER Swantnex & Gordon Ins. Agcy-CC P. 0. Box 870 Corpus Christi TX 78403 -0870 Phone: 3 1- 3 -1711 Fax:361-844-0101 INSURED RS Black Civil Contractors Inc Machinery & Materials, Inc. P.O. Box 6218 Corpus Christi TX 78466 -6218 COVERAGES YINSURANCE cs DAT(MMIOD�' 08/02/07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING DING CVE A E PREMISES (Ea occurence) I1NsuRA. . _Trinity Universal Ins Co MED EXP (My one person) 5,000 INSURER a Trinity Lloyd's Ins Co L!•Texas Mutual Insurance Co GENERAL AGGREGATE I 2,000,000 INSURER D• Fireman's Fund Ins Co =ME INSURER E. THE POLICIES OF INSURN CE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NI ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE I MAY F RTAJN. 11-IE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONE} POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. i';s1; TYPE OF INSL RANG% — COMMERCIAL GENET LIA9ILNTY CLA1lut MADE L F OCI�R El JEOT III • '- -, 1 CAP075415502 01/28/08 CUP0751632 01/28/07 • WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE 17 OFFICERlMEMBER EXCLUDED? SPE'Fyn, deecrINe ceder CIAL PROVISIONS below OTHER BldrsRisk/Install. Completed Value 01/28/08 Y Qi /za /oa DESCRIPTION OP OPERATIONS 1 LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS Project: 0.N. Stevens Water Treatment Plant Chlorine Evaporator Re - Project No .8560 (Builders isk /installation Limit $429,700) The . City of Corpus Christi is named as additional insured on all G all Auto Liability policies CERTIFICATE HOLDER CANCELLATION )TI ITHSTANO NG SSUED OR 'TIONS OF SUCH LIMITS EACH OCCURRENCE 1,000,000 PREMISES (Ea occurence) 1 100,000 MED EXP (My one person) 5,000 PERSONAL & ADV INJURY ; , , 0 0 , 0 0 0 GENERAL AGGREGATE I 2,000,000 PRODUCTS - COMP/OP AGG 2,000,000 COMBINED SfNGLE LIMIT 1,000,000 (Ea accident) BODILY IN ,JURY (Per person) ; BODILY INJURY ! 1 (Per accider1) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT TI-IAN OTHER TA ACC - - - ' AUTO ONLY : AGG $ EACH OCCURRENCE ,000,000 AGATE $2,000,000 $ S ER j TORY LIMIT D H.,000,000 $ 1,000,000 ] E-L. EACH ACCIDENT E,L, DISEASE - EAEMPLOYEE! E.L. DISEASE - POLICY LIMIT $ i , 000 , 000 Reporting Various Fort )laemen Ilne al and City of Corpus Christi Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi TX 78469.9277 / CICC -CC v ACORD 2512001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TH7EXPRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 AYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. IUD ENTA k ACORD CORPORATION N 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the p li ie) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, pertain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) 01/28/07 to 01/28/08 7 POLICY S i CAS' 07541 - O M R I L GENERAL LIABILITY CG 0 26 07 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL ENSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the fallowing: -J COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE aMxationis Name Of Additional nsured Person(s) Or Or City of Corpus Christi Engineering Services Attn: Contract Adm. PO Box 9277 Corpus Christi, TX 78469 -9277 e thi - 5 hedule i not shown above will be shown in the iaratio . - -- Section II - Who to An Insured is amended to in- clude as an additional insured the person(s) or or- ganization(s) shown in the schedule, but only with respect to liability for "bodily injury ", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or o is- siorts or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations: or B. In connection with your premises owned by or rented to you, CG 20 26 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 r;a oo11 s. TRINITY UNIVERSAL I A 10000 NORTH CENTRAL (PRE WA'x DALLAS, TX 7523 CA001 ADDITIONAL U CITY CF CORPUS CHRISTI DEPT OF ENGINEERING SERV I C PO BOX 9277 CORPUS CHRISTI TX 7E-469 Issued-Date: 02/ 27/200E SCHED 0801 COMMERCIAL PACKAGE POLICY POLICY INTEREST SCHEDULE Poflcy Number: CAP 07541 -O2 NEW BUSINESS Named Insured: R. S. BLACK CIVIL CONTRACTORS, CRinoc404, AGENT COPY Page 17 of 18 ADDITIONAL INSURED This endorsement friodifies insurance provided ,in der the following; BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM ibis endorsement changes the policy effective on the is oe tinn date or the policy unless another date is Indicated below 01/28/07 CAP2500500-01 Warn €d Insured .� . RS.SLACK CIVIL i i INC f Counteq&Led b 11107..-44A 404 . - u " on esen#a ive ) The provision3 and e-xclusiors that apply to LIABILITY ILITY ', AG also apply to this endorsement. TE 9901B City t c r f rl , t_ __ 9 le_o lie r t Administrator. PO Box 9277, Corpus Christi, T} 78469-9277 .�......'.. ( Enter Name irid Address of Additional Insured ) is an insured. but only with respect to €et al responsibility for acts or omissions of a person f or whom Liability Coverage [s afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dtriielend, if applicable, eck:w d by us shad be paid to you. Yr)u are aLlhorized to act for the additional insured in ail matters pertaining to this insurance. We will meg the additional insured notice of any cancellation of this policy. If the an io is by us, we gill give ten clays notice to the additional insured. The additional inured will retain any right of rcov ry as a claimant under lh s policy. FORM TE 99 01B -ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed March 1.:992 01/28/07 to 01/28/08 POLICY NUMBER: . CAP 1 5 -02 / COMMERCIAL GENERAL 0 LIABILITY CG 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROV1SIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the fallowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS PAD CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTSitOMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material chan a that reduces or restricts the insurance afforded by this Coverage Part. we agree to mart prior written notice of cancellation or material change to. SCHEDULE . Name: City of Corpus Christi Department of Engineering Services Attu: Contract Administrator 2. Address: PO Box 9277 Corpus Christi, TX 78469-9277 J 3. Number of der advance notice: .information ation r t Lifted to corn ete this Schedule, if net shown above, will be shown In the D 1 r tion . CG 02 05 12 04 CP.Aoftior" { iSO Paverties, inc.. 2003 Page 1 of 1 CI TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT The endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This ndor m nt changes the ply effective an 41e .inception date of the policy unless another date is indicated below: spent ffeive i--- 01/28/07 Warms insured RS LA CK CIVIL CONTRACTORS INC 0 iY we will €caul t o of the cancellation or change to City of Corpus Christi. Dept. of Engineering Services, Attu: Contract Administrator. PO Box 9277, Corpus Christi, TX 78469-9277 Policy Number CAP 2500500 00 - 1 ‘,/ unteiI ned b 7 A th ]n ed Representative). pr sent tive days before this policy is cancelied r t r' f r changed to reduce or restrict coverage ( Enter Name and Address J FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas t nt rd Automobile Endorsement Prescribed ward/ 18, 1992 WORKERS' COMPENSATION Ill �� NSATtON aN[} EMPLOYERS LIABILITY INSURANCE POLICY .IA ILI INSURANCE litsurance Company WC 42 06 01 TEXAS NOTICE E MATERIAL LNG ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. f the Information Page. i the event of cancellation or other material change of the policy, we ill and advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in € Schedule. This endorsement shall not operate directly or iridire l to benefit anyone riot named in the Schedule. #d1 1. Number of day advance notice: 30 2. Notice will be mailed to- City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 This eE e; btserilen! c:*ii'f l; .'s the [''i. i i the a acil ffecEi . C1 MLt into Qrt dale of the t unless a different dat in : t� et w � F f ogo'cif -tE4 -attaching c; i : e" °1tleid be uw c e xi when t s ericirAetrent is ..led s- b. a ent prepantion n cf tilts pore, ) This encs rw ni, tive January 28. 2007 V 12.0i A.M. s:,ta: c t _frris s put P +i y No. T -0001140411 00 1 B of I A Tr ui Mutual irwurance Company I uue3d to R S BLACK I VIL CONTRACTORS - ,.1C `JE74OO (ED, 1- 1 AGENT'S COPY Endorsement No, Authorized Representative ntativ DS-NAGGER I =-36-2006 GENERAL ENDORSEMENT Narne Of Person or organization insural R.S. Black Cavil Cryntractews. Inc. Machinery & ? t iak. Inc. Date this endorsement takes effect Policy 'Number 01/28107 Name otTornpany issuing this e i r. meft Endorsement Number ...I Policy Period January 28, 2007/2008 . Sunders Risk ; Installation Floater Fiferrimq Fn..•d Insurance - - -- -te ~ nljea L.., �... - -� ~- (We will not fill in the above tinIcss we issue this endorsement 4ftet v is5tte your policy) In consideration of no change is premium, add the following as all additional insured: (.`qty of Corpts Christi: Dcparuneiu of Engineering Services Ann: Contract Administrator I 0 Box 9277 Cotpus Christi, TX 78469-9277 7 Should the a-bove described policy be canceled or materially terially :n c before the expiration the thereof, tote is s i g company will mail 0 days wrincn notice to the above am be . Signatiure: IC . CL. O Authorized : gent R. M. Ines, Managing Partner Swan titer & Gordon