Loading...
HomeMy WebLinkAboutC2007-333 - 9/25/2007 - Approved2007-333 09/25/07 M2007-250 Excel Pump & Machine SPECIAL \TISLC SPECIFICATIONS N D FORMS OF CONTRACTS AND BONDS FOR 0.N.STEVENS WATER TREATMENT PLANT HIGH SERVICE NOS. 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITATION — FY2007 LARRY R. PATTERSON e. 82813 :cc" 4101.-ZPE14Scu-I.V 1"ONAt:i0.;Ir egie;8/07 FOR WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/837-11-281 iTia •--?61/8E:/-1889 PROjECT 85'7G .p..041,MWMfM.11 City of Corpus — Christi ‘011‘0NO. TO: ALL PROSPECTIVE BIDDERS PROJECT: O. N. STEVENS WATER TREATMENT PLANT HIGH SERVICE NOs. 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITATION—FY 2007 PROJECT NO: 8570 ADDENDUM NO. August 29, 2007 Prospective bidd ers are hereby notified f the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. A -- SPECIAL PROVISIONS – PARAGRAPH A -1 TIME AND LACE OF T. �ART R I ME TI AND NO � TQ1DDERS RECVINQRO1SALS A. BID DATE CHANGE Prospective ire Bidders are hereby advised that the scheduled Bid Opening date has been moved up one (1) week, fir Wednesday, September 19, 2007 at 2 :00 p.m., • ]& _ • 1 _ • . - 1 1 . 11 . 11 Location and Time of Bidding shall remain unchanged. B. PRE -BID MEETING DATE CHANGE ire Bidders are hereby advised that the scheduled Pre-bid meeting date has Prospective � ran, moved up one (1) r►eei , r Wednesday, September 12, 2007 at 10 :00 a. , been r�no C. DELETE: Ihe_curit No m to Bidders in its entirety. ADD: The Bidders*, in lieu thereof. Please note revised dates for Pr Bid Meeting and Bid Opening. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. ND OOF ADDENDUM I.2 614"-€1;4 11'` • i AErs d Attachment: Aidiciorieteik.z An I R. Escobar, P.E. Director of Engineering Services tice to Bidders ADDENDUM . 2 Page 1 of 1 REVISED NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: 0.N.STEVENS WATER TREATENT PLANT HIGH SERVICE NOS. 5 & 6 PUMP ADD MOTOR ASSEMBLY REHABILITATION- FY 2007, PROJECT NO. 8570 consists of the following: repair of the pump base, repair of the pump- foundation, inspection and testing of the motor, re- certification and testing of the pump /motor assembly; and submittal of the required documentation in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00_p. m. on Wednesday, September 12, 2007, and then publicly opened an d read . Any bid received after closing time will be returned unopened. A pre-bid id me inc is scheduled for 1 O : _ a . m.. _ ednes da , S ember__ . 2007. The meeting will be conducted by the City and will convene at 0.N. Stevens Water Treatment Plant and will include a tour of the facility. 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 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 from the City Engineer upon a deposit of Flft and no /100 Dollars ($50.00) 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 additional 410.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/'Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 ADDENDUM NO. Attachment No. 1 Page 1 of 1 City of .,I. Corpus =..i-mr a Chisti ADDENDUM NO 1 August 27, 2007 TO: ALL PROSPECTIVE BIDDERS PROJECT : O. 1T. STEVENS WATER TREATMENT PLANT HIGH SERVICE NOB . POMP AND MOTOR ASSEMBLY REHABILITATION —FY 2007 PROJECT NO 8570 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. GENERAL PROVISIONS A. PARAGRAPH B-2, PROPOSAL REU R S AND CONDITIONS ADD: The following sentence, to Paragraph B-2-8, Proposal Guam , after the first sentence in the first • ara• ra •h. The individual bid securit (bond) shall reference the project's na e : O. N. STEVENS WATER TREATMENT PLAN'S HIGH SERVICE NOs . 5 & 6 PUMP AND MOTOR ASSEMBLY ILITATTOI FY 2007; PROJECT NO. 8570; a identified irl_Val_PLERE22 al, B. PARAGRAPH B-7, PROSECUTION AND PROGRESS ADD: New Para • ra •h B-7-15, A%railab lit of Funds: Funds are a ro riated by the City, on a yearly basis. If Bads, for an reason, are not a • . . riated in an • iven ear, the Cit a direct sus erasion or termination of the contract. If the Contractor is terminated or sus-ended and the Cit re • eats remobilization at a later date, the Contractor ma request payment for demobilization remobili ation costs. Such costs shall be addressed through a change order to the contract. -- ----- - - - - -- - Please acknowledge receipt of this addendum, in the appropriate place on Your PROPOSAL FORM. END OF ADDENDUM NO. 1 ARE /rs a r x''z7 Mree 3111°.iumB P. 61 %A. oI000° sy;,` f _ 1 R. Escobar, P.E. Director of Engineering Services ADDENDUM NO. 1 Page 1 of 1 S P E C I A L P R I S I N S S P E C I F I C A T I O N S AND E R M S E C O N T R A C T S A N D B N D S FOR .N. STEVENS WATER TREATMENT PLANT HIGH SERVICE NOS. 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITATION - FY2007 F LARRY R. PAERS, .:. 82813 Ati • 43 4440 ‘98/78/07 FOR WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/857 -1881 Fax: 361/857 -1889 PROJECT No: 8570 (Revised 7/5/00) Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A -7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A -9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A-13 Arm -Acooss and Traffic Colciel (Not Used) A-14 Construction Equipment Spillage and Tracking A.-4,-Excavation and R eals-(Not Used) A-16 Disposal /Salvage of Materials A-17 Ficld ff3 ee (Nof Used) A-18 Schedule and Sequence of Construction A-1g Construction Std - ( of Used) A -20 Testing and Certification (Not Used) Minority /Minority Business Enterprise Participation Policy (Revised 10/98) (Not Used) A -22 A -24 Surety Bonds A--2 - - -- alcs Tax ExcmptIon NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended ;'Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A -34 Precedence of Contract Documents A-35 City Water Facilities Special Requirements A-36 Other Submittals (Revised 9/18/00) . el--C-h for Water Furnished by the City "(Not Used) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities 2\-39 c -' -i eat Ooeupancy and-Final t (Not Used) (Not Used) . A-41 ozone Advisory (Not Used) A -42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 4 hang Orders (4/26/99) A-44.--Ae-Bu-41t Dimensions and Drawings----(-74-54-0-124- (Not Used) (Not Used) A-44--P*e-Construction Exploratory . e ■ (Not Used) (7/5/00) (Not Used A-49 Amended "Maintenance Gu rant y" (8/24/00) J • A Attachment I - O.N. STEVENS WATER PLANT VISITOR/CONTRACTOR N -SITE PERMIT PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART T - TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATION SECTION T-1 - REPAIR PUMP AND MOTOR UNITS Technical Exhibit T -1 - Motor Repair Data Sheets Technical Exhibit T -2 -- Pump Repair air Data Sheets Technical Exhibit T-3 - Location Maps and Equipment List Technical Exhibit T -4 - General Machinery Vibration Severity Chart Technical Exhibit T-5 - Limits of Component Acceptability for Reuse and Repair of Pumps Technical Exhibit T-6 - API Standards Technical Exhibit T -7 -- Seal Runout Information Technical Exhibit T-8 - Alignment Criteria e rn; c€ EidlIblt T -9 - I\PI Vibration Standar.ra Technical Exhibit T -10 - Stuffing Box Design Technical Exhibit T -11 - Baseplate Grouting Technical Exhibit T-12 - Troubleshooting Technical Exhibit T-14-Hydraulic Institute Pump Vibration Standards NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: 0.N.S. HIGH SERVICE VI NOS. 1, 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITATION- FY alo8LipgEcT NO. 8570. consists of the inspection, testing and re- certification the pump and motor assemblies with repairs to the pump base, pump foundation and various other repairs and rehabilitation as and presented in the specification and bid proposal form. Specific repairs will be determined during the inspections and submitted for approval during construction in accordance with the specifications and contract documents. Repairs will be completed through a phased approach to minimize disruption to operations; will be received at the office of the City Secretary until a..t on Wednesday, Sep �e 19, 200 7, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 12:Q0_ a.m. a.m."__Fednesdy, September 12 r.. 2P2- . The meeting will be conducted by the City and will convene at 0.N. Stevens Water Treatment Plant and will include a tour of the facility. 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 from the City Engineer upon a deposit of Fit., and no /1 Dollars $ 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 additional ($10.00) which is a non - refundable postage handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s /'Angel R. Escobar, P.E. Director of Engineering Services s/ Armando Chapa City Secretary Revised 7/5/00 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 1 MII IHtJM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all certificates Bodily Injury j and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: ' 1. Commercial Form I 2. Premises -- Operations 3. Explosion and Collapse Hazard 4. Underground oun d Hazard 5. Products/ Completed Operations Hazard 1 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors Personal e.4.sonal Injur r $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY -OWNED NON- OWNED OR RENTED $1,000,000 COMBINED SII LE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY : $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long-term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED IREI X NOT REQUIRED BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements 0 REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED Page 1 of 2 0 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. 0 The name of the Project must be listed under "description of operations" on each certificate of insurance. 0 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 -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 WORKER'S C M EN SA 1 I ON COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to 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 maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) 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 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: 1. 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 to 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 3. the Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with this Notice to Contractors 'tt' requirements. NOTICE TO CONTRACTORS - (Revised 1/13/98) Page 1 of 7 8/7/98 23. LNSTJRANCE Part 11. TEXAS WORKERS' ' ' EN SA.T ION COMMISSION Chapter* 110. REQUIRE NOTICES OF CQVER4GE Subchapter B. EMPLOYER NOTICES 110.110 Reporting Requirements for Building or C nstr cti n ' Projects for Governmental Entities 1 Of (a) The followine words and ter s, when used in this rule, shalt have the following meaninzs, uniess the context dearly indicates ot::erw4se. Terms not defined in this ruie shall have the meaning defined in � fso f • the a ,ab as or Code, del:.ed. (1) cove• G ' rr±.7.c :viii. copy of e.. j �t of #'.rsu• a c r, a certificate of u y r to seif-insure issued by the c.c4=ission, or a workers' cpmperisation coverage attreement T C -8 1, 'MCC-32, TWCC-S3, or C -S4 , shoring statutory workers' cc.::pe satior insurance coverage for the persons or entity's empleyees (including thos.e subject to a coverage agreement) p services on a project, for the d u..ation of the project. Building or cortstraczion--Has the mearang der3ned in the i i.as Labor Code, . (3) Contractor—A person id .:g for or a gars d a building or construction project by a governmental entity. (4) C vera2e—Workers' cornpeasation insurance meeting the statutory requirements of'the Texas Labor Code, 401.011(44). • Cover= c a tee ez t--- A writter. : =ee ::e t on forte T CC 1, fcrn TWCC S2, form ACC-S3, or form TWCC44, fled with to Texas Workers' Compensation Commission which establishes a relationship between the parties for puzpossps of the Texas Workers' Compensation Act, pursuant to the Te,ca Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compthsation coverage for persons providing services on the project. (6) of the o ect rc!u es the time from the bezinning of work on the project until the work on the project has been cc. eted ,?..-:d accepted by the eovemmental entity. Persons providing services zn the project ("subcontractor" ir. .406.096 of the Act)—With the exception of persons excluded under subsections and (i) of this section, includes ail persons or entitles performing all or part cf the services the contractor has undertaken to perform on the project, regardless of whether that pet scn contracted directly with the contractor and regardless of whether that person has employees, T-ds includes but is not limited to indevericient contractors, sub ont actor leasing comptnies, motor czr er s, owner - operators, employees o an y such entity, or employees. any entity ::-shin persons ;a perform services on the project. "e: vices" includes but is not kmiteci NOTICE TO ON T �- a Revised 1/13/981 Psq 2 of 7 http://v.ww.scs.stzte.ctusitaci2S.11/110/Bil 10.110. htra 8/7/98 • V :s TA±A • • i i ,,vie!.... hauling, or el ...t in equipment or ::.c =�.:: : r di labor, :r a. r i , or other � i i r i i i . 4 • � # i � service i ,a.ed to a projcc:. a' Services" does not ,.*:w.. ,:i..iv actjvjt es ter.,: elate to the project, such as foodioiverazt i vendors, oEce supply deliveries, :� e:k'er # of portable to .:ets. Projet=—Includes the prc :-ision of all services reiated to a buildinz or construction contract for a over me:nz entity. (b) mooing or causing to be provided a certifiate of coverage pursuant to this rule is a representation by the insured that all pipe a the insured who are providing services ofi project 21e c ver d by workers' compensation coverage, that the coverage is based on proper report reporcinc of classification codes and payroll amounts, and that all coverage ag re meats have been fed with she appropriate insurance carrier or, Ln the case of a self-insured, with the commission's Division of Self-Insurance Regulation Providing false or misleading cerrlfic.ates of coverage, or failing to provide or rr.aintain required coverage, or failing to report any - n e that materially affects the provision of coverage may subject ect the contractor or other person providing services On the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A ver . entai entity that enters into a bui1dir2 or cow .: n contract on a project shad: include in the bid specifications, ail the provisions of paragraph (7) of this subsection, using the Ianuae required by paraffin (7) of this subsection; as-part of the contras using the language required by pararph (7) of this subsection, require the contractor to perform as required in subsection (d) °f ails section; obtain from the contractor a certificate of coverage for each person providing services on the projea, prior to that person big work on the project; obtain from the contra or a new certificate of coverage showing extension of coverage: the of c :r:ent coverage period, if the contx o s current ce�c t of coverage before ir�.�. cn � that the coverage period ends during the duration of the project; and 03) no later shows .� . seven days after the e. motion of the cverae for each other person proviaiag • certificate shows that the coverage period ends during the services on the project whose -rent duration of the project; (5) � project and for tree yew t.thereafterretain ce: � catcs of coverage on file for the duration o the • • r` coverage to the con�issiol upon request and to any person provide a copy �e ..es entitled to them by law; and i the following Figure 1 for bid s ec cations and contracts, without use the iruage corttas.r�e�. � document i ' . or changes, except those required to accommodate the species doe any additional words o which they are contained or to impose stricter standards of documentation: T2851 10. 0(c)(7) tbl httpliwww sos.state. .use to /:Sly! 110/B/1 1 O.110. hurl NOTICE TO CONTAACTORS Revised 1/13/91) Page 8/7/98 ..r TAC 1 i 0. 1 J A contractor shall; i) provide coverage for its em :oyees providing sc: vices on a project, f : r the duration of the project �' ' i L codes an payroll amounts ai c r*g or any coverage ' �'s on proper reporting or c;a�.�:.�.��:� eer eats: • 2 ) provide a certi a 8 f zactu aJ1 f cr a . a each r * +i * • * contract: e i i es r • j r ct to: provide coverage based on proper repor'.L.t of cla_ssificatier. codes and payroll amounts 3.nd filing of any coverage ment for .4;i of izs empioyees pr1dxn; services en the project. _`�r the duration of the project; prode c + z: A c f coverage t o the o * tra I r prior I person beginning pr j : • � r in or vi 'e er.:ces en the project he 'language in suss �� f this (C) tnc�ce ��-:_ . provide � sec:tioa: CD)* �� prior � � end � the coverage ��i #1.r �* * �L4 new �,+i 4;..t��:i� of �I T LrL provide e oon��a��.* � �,r�or � the rrf certificate of coverage showing extension of coverage, a coverage period shown on the current ends during, the duration of the project; � � (E) obtain from each other person *,nth : ' om cons ac s. ginTL-eg .;pork on the project; and 0) a cerfficate of coverage, prior to he other person be (li) � � Rio' � e�! �� f via showln ::° ^.lon prior to the ens of coverage period. .,. ��.i -� �' rage ends during the ;., .�cte � cove coverage period, if the coverage period shown on the current certificate .. duration of the project; (F) retzin all required cerdficates of coverage en Elle for the duration of the project and for one year tee . er personal delivery, �� ten days F the ovee n: entity in writing by coxed rr or (0) notify t i of �. � i teri ��s the provision of the person knew or should have ka o�, of any change that r a after t��e p coverage of any person providing services on the project; (1-1) contractually require each other person with whom it Ctr contracts, p rfon as required y subparagraphs -(1' ) of this paragraph, with the certificate s o- coverage to be provided to the person for whom they are providing s rv* c s. • project, other than a .nrctor, (e) person providing serves o� p � . #. project, the duration to project based r for its employees providing services or. a ;.r o ect * coverage (1) provide coverage �i amounts and 5iing o t any n roper reporting of classification codes and payro pr9vide a certificate cC coverage as. required by its contract :o pro(2) vide services on the project, 'or to eginnsng work en the project: • in provide services on the recta "By have the foo� lams its contract to the person i� � . #. a. certificate of coverage, or providing or �s� to be provided this contract .� � person is�� • - to r that all employee of p e or�trat is representing to the governmental � #�� compensation coverage who provide services on the project will be covered by �ror . contract rrrro � pco and provide to the cor #tractor: :,/ ww .stag. c. us ae 2 1 1 0113 / 11 ,11 . htmI NoTrce To O T T - 0 Revised 1/13/90) Page cf 7 8/7/98 .� . i_. • ♦ w.+ \ 1 I V � �"�$.a� � c�aSI1�cL�or] ... :ha the cv ra will za d on proper r ; �� ,';� ��� of �".� project, ��.�� �. tiled with "' � appropriate �� payroll amounts, and that coverage � Self-Insurance cotes :..� a se - .sUr d1 with the commission Division r. . ,. _ ding information may subject the cor actor to a tv :trr�. rov�a false or rrs� #, +* -� , , penalties, - penalties, or other civil ac-..on. d• crvices o project, prior to the :� ' the provide the person for whom it is rov�u� s #� ` of �-ae new certificate showing tr�in of period shown on its current certificate of cove; cover �, � i �- - � � � � coverage ends ran durtir� f the Lf±e rag e er`iod shown on the certcate of cover eve. project; from • on a role under contract to i d provide as obtain r each person providing required by its contract: (A) a work on the project; and certificate overae, or the over person � ,r.� � ' �' of coverage showing extension o the ' end the coverage period, a new c r Bate or (8) the =lift= ocvcre ends �� the if the cover period shown on the current ,. over.e period, �. duration of the project; ' �' �' vrae on file for the duration f the project and for n year retain r�c��re�. cravat or co three . , � personal very, of any change that notify entity in meting by certified mail or . ot� � governmental * # � � ,� , . services on � project and ens acts the provision of coverage of any person provi� ter�� the notice within ten after the person knew or should have e known. o the change; and contractually require each other person with whom it contracts to: provide oorrc based on p ro er reporting of classification c odes and payroll amounts and filing of any on the project, for the duration providing services coverage xee:r�e:tts for a xt employees p of the project; re a certificate of cove to it prior to that other person bezinning include to provide services on the project the language (C) cide�aconcrac subsection; cci) new ceracte of coverage shoes extension provide, the end of the coverage period, a ne rov��e, prior of coverage of the coverase if the coverage period shown on the current certificate during the duration of the project; obtain (E) from each other person under eontrt to it to provide services on the o ect, and provide as required by its contract: 0 crti t of co'ra, prior to the [ �: person bir.ni work on the project; and ,. (il) prior to the end of the � a new ce rt c to of coverage showing texsrot of the coverage period, , the period shown on the current cc � aten coverage ends Win the t• t.1 , so .state, : , tat 2 1 I 0/13/110.110.html NOTICE Re vised s �d 1 1 Pad 8/7/9 iF� is AL I 4 i i 4 M duration of :he contras. '* f cvra en Ede for the duration f the project and for one year (1) rctm�re�►�red�:�.�.:�.. there stem (0) . notify t writing by cc: tcd nail or perso ai delivery, within ten days the ovet n�e::t�a � �: r after the person knew or should have known, of a.ny change that materially ects the provision of coveraee of erson providing services on the project; and with whom it contracts, to perform as required by this • o��l require ...... person , �. (11) � ��t of coverage to be subparagraph and subparagraphs (A)-(G) of this Para r-aph with the cam.. provided to the person for whom they are providing .. o this rule or its application to any person or ci#r :tstance is held to # the (0 If any provision . , ions or applications o this rule that can be given effect without invalidity does not affect other �rovtst • the invalid provision or application, and to this end the provisions of this rule are declared to ke severable, This mi c is applicable for building or construction contracts advertised for bid by a government entity September 1994. This rule is also applicable for those building or construction o� r after dept ' cd contracts entered into on or after September 1, 1994, which are not required by law to be adverbs for bid. c does not apply to motor comers who are required pursuant The coverage requirement this rule • and r of ri�.ns .ot�n an4i to Texas Civil Statutes, Article 6675c, to register with the Texas Department . pursuant to Texas Civil Statutes, Article 6675c, 40). who provide accidental insurance coverage p (i) ' ' rye does not to sole roprietors partners, an ,orpor�ate The covcrae requirement m this apply p excluded from o ' the 406.09 c , and who are explicitly e � officers who meet the requirements Act, f in (as added Hot�se X089, �gt.latre, covers acoda�o � the pct, 06.o'a � by subsection applies only to sole proprietors, partners, and corporate executive 1995, � *�. � su .. ' thorn to sef� inure coverage in an c policy or certificate of authority odors who are excluded from , that is delivered, issued for delivery, or renewed on or after January 1, 1 996. � � effective September 1, 19 �e 5715; c urc : The provisions ' this 11 of adopted to � amended to be effective Novetnber 6, 1995, 20 TexReg 8609. Return to Section Index http://lwAv.sos.state.tx.usitaci2S/11/110/8/1 10.11 , tml NOT /CE TO ONTRACTOR - s Revised I ) Page 7 of 7 8E7/98 PART A SPECIAL PROVISIONS 0.N.STEVENS WATER TREATMENT PLANT HIGH SERVICE NOS. 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITATION - FY2007, PROJECT NO. 8570 SECTION A - SPECIAL PROVISIONS --1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2: 0 . n. , Wednesday, S pterr er 19,_ 2007. 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 - D•N. STEVENS WATER TREATMENT PLANT HIGH SERVICE INS. 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITATION - FY 2007, PROJECT NO. 8570 A pre -bid meeting will be held on Wednesday, September 12, 2007, beginning at 10:00 a.m.. The pre-bid meeting will convene at the .I . Stevens Water Treatment Plant, 13101 Leopard , Corpus Christi, Tx. and will include a tour of the facility. No additional or separate visitations will be conducted 117 the City. A-2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A-3 Description-of Project This project consists of the repair of the pump base, repair of the pump foundation, inspection and testing of the motor, re- certification and testing of the pump /motor assembly, and submittal of the required documentation in accordance with the plans, specifications, and contract documents. A- _Method of Award The bids will be evaluated based on the following priority order, subject to the availability of funds. 1. Total Base Bid plus Repair Items -or- 2. Total Base Bid plus Repair Items plus Additive Alternate No. AA-1. It is the intent of the City to award the best Combination above, within the available funding. The actual award of contract will include an allowance of $200,000.00 to execute repair items proposed with Contractor's BID. The Base Bid will include bid items P -1 and M-1 for HS-5 HS-6. The repair items H /H -12 THRU I, HS5 -P2 THRU P23, & HS6 -P2 THRU P22) listed on the PROPOSAL FORM are for pricing and bid evaluation purposes only. The need for those repair items will be determined by actual conditions, inspections and testing during construction and approved by the Engineer. If needed and approved in writing, those items will be paid for under the allowance established for that purpose. The Repair Item Allowance amount is $200,000. Section A - SP (Revised 12/15/04) Page 1 of 22 The award will be based on the following priority order; 1. Total Base Bid plus $200,000-or- 2. Total Base Bid plus $200,000 plus Additive Alternate AA -1. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. Bid Bond (Must reference O. N. STEPHENS WATER TREATMENT PLAT HIGH SERVICE NOS . 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITAION- FY20 07 , PROJECT NO. 8570, as identified in the Proposal) A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Cpmp;etion/Liquidated_Damages The working time for completion of the Project will be 100 calendar day s . The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee (lICity Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $100 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers.' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required 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. Section A - SP (Revised 12/15/04) Page 2 of 22 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 Faxe4_11E222EalE Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A-9 Acknowled• ' ent 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. ag.e Rates (Revised 7/5/00) Labor preference and wage rates for heavy construction. Minimum Prevailing Wage Scales The corpus Christi City Cbuncil has determined the general prevailing Orly wage rates for Nueces county, Te.xas as set out in Part C. The Contractor and ar y subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics in or subcontractor shall employed by them �n the execution of the Contract . The Contractor o � forfeit shy dollars ($60.00) per calendar day, or portion thereof, for each laborer, war an, or mechanic emtployed, 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 nechanics 1. oyedby them in connection with the Project and showing the actual wages paid to each worker. The Contractor will crake bi- weekly certified payroll submittals to the City Engir r . The Contractor will also Obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be sUbmitted to the City Engineer bi-weekly. (See section for MinorityMinority Business EYtexxlse Participation Policy for additional. requirements ca the proper form and content of the payroll s mittals . ) One and one -half 13) times the specified hourly wage nnust 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 ition of Terms, and Section B-7-6, Working Hours.) A -11 ex with Public ' es (Revised 7/5/00) The contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Prof ect . The Contractor shall provide a forty - eight (4 8) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess, 1-800 -344 -8327, the Lore Star Notification Company at 1-800- 669-8344, and the S uthw ten Bell Locate Group at 1-800-828-5127. For the C ntractor' s convenience, the following telephone numbers are listed. City Engineer Project Engineer Larry R. Patterson P. E. Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department 880 -3500 882 -0601 880 -3540 882 -1911 857 -1880 (880 -3140 after hours) 857 -1818 (880 -3140 after hours) 885 -6900 (885 -6900 after hours) 857 -1881 (880-3140 after hours) Section A - SP (Revised 12/15/04) Page 3 of Parks & Recreaticn Department Streets & Solid Waste Services A E P C City Street Div. for Traffic Signal /Fiber Optic Locate Cableisicn ACSI (Fiber Optic) EMC (Fiber Optic) Choi e •ti (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber optic OA NN) A-12 Maintenance of Services 880- -346. 857 -1970 299 -4833 (693 -9444 after hours) 881 -2511 (1- 800 - 824 -4424, after hours) 857 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972- 753 -4355 857 -1960 (857 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888 -204 -1679) (Pager 850 -2981) (Mobile) 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 and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. 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 flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control (Not Used) a„ f; a o...t traffic control c our - st be used to--- ansure - cafe condition and—a<inimum of inconvenience to tees- -and the public . Tlie—Gentractor will be- arc t shedule his—operations so as to causc ni um adverse im - ae essi i ity of the museum and public - - -Th -i a r de , but is not i ed e- working c i ~ ys- - in half widths, eenet.ruction of to nporary—v , Barricading Stax d Fd ., ff r ,t -...,t i op e - by the City. Copier -of- -phi s Section A - SP (Revised 12/15/04) Page 4 of 22 Engineering Department, A l ., . t 3 f ,r t-ra f f is control are cono idered - -suba id4 payment will be made-to Coffin t r., ct or - -- A- 14 Construction E • i •m nt S • ill.a a and Trackin The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job- related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the 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 sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals (Not Used) ,and-adjacent to rid w i.. f ; l -1-Emt-- it rr c ,a-W - i rt . "Clean" dir R � � —be-- f ro of debris, cal- i''... ,t eily-ethc-inat-c-rlal that de uding but not Emeavatien"-; therefore, no direct- A-16 Disposal /Sabra a of ter'iala Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the ' site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office NOT USED City ction site. ity Engineer ter' -- • A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on cmommAR days. This plan must detail the schedule of work and must be Section A - SP (Revised 12/15/04) Page 5 of 22 submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must indicate the schedule of the following work items: I. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day 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 Construction Project Layout - n , Control Mot Used) sections , -- measurements, bench mark ed by the City or Consultant Project . If, - during onotructio , ---- i-t---io— necessary t o Proj ec t Engineer-4- °h o . r r.. n iee -- o -- - CMG i Consultant eest- to the Contractor. Control points - -or the—Contractor's negligence will be--r roan propoed —1 in d elArtienaLty or Conoultant Project weuid —ne t-ate a revision. - to the dra 1 .D.L.. shall be appry Section A - SP (Revised 12/15/04) Page 6 of Streets: Wastewater- rQc r Water: • T f Stormwaterl- flow line . -flow line -- . 5e A,20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signerer NOT USED r r. . the-City Engineer, A-22 Minority/Minority Business Enterprise Partic RE ion Pol (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 participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Section A - SP (Revised 12/15/04) Page 7 of 22 b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, 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 Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.O% 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 Section A - SP (Revised 12/15/04) Page 8 of 22 be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45% OAS b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Conn • l fiance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) (Not Used) A-24 Surety Bonds Paragraph two of Section B - -4 of the General Provisions is changed to read as follows Section A - SP (Revised 12/15/04) Page 9 of 22 No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent 1 of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer (s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent 1 of the reinsurer ' s capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Sales Tax Exemptiv2 {NOT USED) € llewing oubL t; tut d in 14e t- cro Lno porated into the— roj ect . Z a value o materilo. Section A - SP (Revised 12/15/04) Page 10 of 22 A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (3 0) 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 B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an ,endorsement to this coverage stating: 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. Section A - SP (Revised 12/15/04) Page 11 of 22 A -27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide Xnstallation 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 {" fora. 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 onsiderations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen Who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five { } years recent experience in field management and oversight of projects of a similar size and complexity to this Prof ect . This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. 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. Section A - SP (Revised 12/15/04) Page 12 of 22 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. A-30 Amended "Consideration of Contract" R • irements 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 (3) apparent lowest bidders (based on the Base Bid only) rust 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 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 Section A - SP (Revised 12/15/04) Page 13 of 22 of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre- construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as requi red by Special Provision A-35-K, , if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Titles of individual (s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Poli on Extra Wort and Chan a 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. i- "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Ekecution 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. 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 Speciaa. 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 technical specifications, 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 Public Transportation Standard Specifications for Highways, Streets and Bridges, Section A - SP (Revised 12/15/04) Page 14 of 22 ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 Cit Water Facilities: s • ecial Re • irements Visitor/Contractor Orientation Prior to performing work at any City water facility, the Contractor, his subcontractors, and each of their employees must have on their person a valid card certifying their prior attendance at a Visitor/Contractor Safety Orientation Program conducted by the City Water Department Personnel. A Visitor/Contractor Safety Orientation Program will be offered by authorized City Water Department personnel for those persons who do not have such a card, and who desire to perform any work within any City water facility. For additional information refer to Attachment 1. B. .422 rat.7. n i ty 9wned Equipment The Contractor shall not start, operate, or stop any pump, motor, valve, equipment, switch, breaker, control, or any other item related to City water facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. C. Protection of Water Quality The City must deliver water of drinking quality to its customers at all times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water Department to protect the quality of the water. D. Conformity with ANSI /NSF Standard 61 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to American National Standards Institute /National Sanitation Foundation (ANSI/NSF) Standard 61 as described in the Standard Specifications. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds, coatings, or hydraulic equipment. These items mist not be used unless they conform with ANSI NSF Standard 61 and unless such items are inspected on the site by authorized City personnel immediately prior to use. The Contractor shall provide the Engineer with copies of written proof of ANSI/NSF Standard 61 approval for all materials which could come into contact with potable water. E. Handling and Disposal of Trash All trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work areas clean at all times and remove all trash daily. Section A - SP (Revised 12/15/04) Page 15 of CONTRACTOR'S ON -SITE PREPARATION F. Contractor's personnel must wear colored uniform overalls other than orange, blue, or white. Each employee uniform must provide company name and individual employee identification. 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.M. , Monday thru Friday. I. Contractor must not use any City facility restrooms. 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 emp. yee vehicles are allowed at 0. N. 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. Cont raptor` - Qualif i cat ion ACUI r ti tallin those r ecl oats: a.a 2. herein for t ee r,t 5 * a-r-s died herein, Section A - SP (Revised 12/15/04) Page 16 of 22 manufaeturer-to the i rhea 1 extent. Where thio t- t c1 , - - 11 - equipment of - given - type will be-the product -o one-m u f t rer- . 8. Prior performance at the 0. N. St Plant will be used in cvaluating which Contractor--6 sub ontra for pro rams the new work P thh r -. c en r ctor .li produce all filled cut programmIag SCADA ryctem . Attached - ,io - -an- m inag - blocks which the City requireo- -to-be -il ...in and-given t o the -- City Engineer--with 11 c igee -ide -- - Contractor will provide all pro ra ks, u3e, L. Trenching- a ene All - trenc - n _ -j-ect at the 0. N. Steveno- a er :Alan be allowed an t ' A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. Section A - SP (Revised 12/15/04) Page 17 of 22 g. Variations: Contractor gust identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be a • •roved for use on the project. A-37 Amended "Arrangement and Gage for Water Furnished • the Cit " NOT USED 1 #The Contractor - mutt comply----wi e- -P: t A hroughout construction . " A-38 Worker's Co - ensation Covera e for Buildin • or Construction Pro ' ects for Government Entities The requirements of 'Notice to Contractors '131" are incorporated by reference in this Special Provision. A-39 Certificate of Occu # anc and Final Acce * tan a Not Used) A-40 Amendment to Section 3-8-6: Partial Estimates (Not Used) Yet Beet-ien---B--8--61—Pa--ia-1-----Estimates is amen net-Invoice value of-accept Pr -eject works deeuments, st±sfotory to the — - — Section A - SP (Revised 12/15/04) Page 18 of A-41 ozone Advicor-y NOT USED compenoated at the unit price indicated in the propoDai 41,-4_2 _OSHA Rules & Rlatins 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 -4 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the 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. A -44 Change orders Should a change order (s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub- contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As -Built Dimensions and Drawings (7/5/00) (Not used) a - ontrac ha, , ma conotructed and r �r iira reYT - _ ice. m n +�r'� .rnd ,� �4 _ � of loce•�- ������r vertical) of all facil -:- (b ) Upon compl i -o .,chfic lit# tho Contractor ohall fu r (-1) - - oiri-is `- - - - yam- yy fR7 7 iRA7� *Y T1 i t ♦/ O f 7 n ✓• Section A - SP (Revised 12/25/04) Page 19 of 22 stalled equipment, and - • 5) - Any other A-46 Disposal of _ is h1y Chlorinated water (7/5/00) NOT USED for diopooal ,entala ,., a t „ w. -.ter A-47 Pre - Construction Exploratory Excavations (7/5/00) NOT USED pipeline, r -eet-i1 xim n . C . report -, A-48 Overhead Electrical Wires (7/5/00) (Not used) Section A - SP (Revised 12/15/04) Page 20 of 22 coact uc F n schedule-wit aelc reponcibil A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaaran y, add the following "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Revised 12/15/04) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT: 0.N. . STNS WATER TREATMENT PLANT HIGH SERVICE NOS . 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITATION - FY 2007, PROJECT No. 8570 OWNER: CITY OF CORPUS CHRISTI ENGINEER: Larry R. Patterson, P.E. CONTRACTOR: SUBMITTAL DATE : SUBMITTAL NUMBER: APPLICABLE SCXFICATIO1 OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 22 of 22 1 1 PART C FEDERAL WAGE RATES AND REQUIREMENTS 'age 1 of General Decision Number: 1%070039 07/20/2007 TX39 Superseded General Decision Number: T =20030039 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 02/09/2007 1 07/20/2007 * UTX19 7 --001 12/01/1987 Rates Carpenter (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 Electrician $ 13.37 Laborers: Common $ 5.85 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 "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 http://www.wdol.goviwdoliscafilesidavisbacon/TX39.dvb 8/28/2007 be: Page 2 of * 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 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 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 requestor 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, W.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.goviwdoliscafilesidavisbacon/TX39.dvb 8/28/2007 AGREEMENT TIE STATE OF TEXAS COUNTY OF NUECES THIS AGREEMENT is entered into this 25TH day of SEPTEMBER 20 07, by and between the CITY OF CORPUS CHRISTI of the County of Nue es, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Excel Pump and Machine Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County. Texas: In consideration of the payment of $324,7O8OO by i ty and other obligations of City as set out herein, Contractor will construct and complete certain improvements ents described as follows: 0.N.Stevens Water Treatment Plant High Service Nos. 5 & 6 Pump and Motor Assembly a a. ilitation FY 2007 - Project No. 8570 (TOTAL AWARD: $324,708.00) 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 t bonds , addenda, and related documents all of which constitute the contract for this project and are made a part hereof, Agreement Page 1 of BASE BID FOR HIGH SERVICE NO. 5 MOTOR REHAB BID Q QTY E. D DESCRIPTION ITEM U UNIT iff HIGH SERVICE NO. 5 Item 1 1 P Perform Initial Site Inspect I No.HS5 L L . S . M Moto .ion, r To sect , tor, Test �e In BASE BID FOR HIGH SERVICE NO. 5 PUMP REHAB UNIT PRICE TOTAL PRICE (in figures) L inn figures) 16,097.00 DESCRIPTION HIGH SERVICE N. Remove Pump, Transport To Shop; Disassemble, Inspect; Record All Dimensions; Complete Repair Recommendations; Clean All Parts -- Complete; Complete Pump Data Sheets T-1/T-5; Replace External Fasteners; Reassemble Pump; Verify All Clearances - Provide New Bearings, provide New Shaft Sleeves, Lubricants; Provide New Packing /Seal, Provide New Gaskets; Clean, sand blast, measure metal thickness at all heavily rusted locations including cone to base weld, measure thickness of discharge line at corroded areas inside the housing, review data with engineer, weld closed small holes used to measure metal thickness, and Paint Pump And Base including prime base bottom, patch old grout, and reinstall all guards; Transport To City Facility; Install Pump; Clean And Lubricate Shaft /Motor Coupling; Perform Test With Data Sheets; Complete In Place Per Lump Sum. TOTAL PRICE (in figures) SUB-TOTAL BASE BID FOR HIGH SERVICE NO. 5 PUMP AND MOTOR A SY . REHAB (Bid Items HS -- i1_ + Bid items 5-- 1 ) $ 62,354.00 PROPOSAL FORM PAGE 3 OF 14 REPAIR ITEMS FOR HIGH SERVICE NO . 5 MOTOR REHAB The following repair items ( -M2 thru M6) are included for pricing purposes only. The need for these items will be determined by actual conditions, inspections and testing during construction and authorized by the Engineer. These i teems I will be paid for under the allowance established for this purpose (see SP - 4) I BID QTY & ITEM UNIT DESCRIPTION UNIT PRICE (in figures) TOTAL PRICE I (in figures) Item No.H 5 -M2 15,840.00 Item No.HSS -M3 Additional Cost To Machine Endbell For Drive End Bearing, Complete In Place Per Lump Sum. 750.00 Item No.HS5 -M4 Additional Cost To Machine Endbell For Opposite Drive End Bearing. Complete In Place Per Lurrnp rn . 750.00 Item No.H -M Additional Cost To Provide New Sleeve Bearing As Applicable. Complete In Place Per Lump Sum Item No.HSS -M6 Additional Cost To Machine Shaft, Complete In Place Per Lu I4m. 750,00 i SUB -TOTAL REPAIR ITEMS FOR HIGH SERVICE NO. 5 MOTOR ,. REHAB (Bid Items HS -M2 thru M6) PROPOSAL FORM PAGE 4 OF 14 $ 18,090.00 Additional Cost To Machine Wear Ring, each, Complete In Place Per each. Additional Cost To Provide New Wear Ring, each, Complete In Place Per each Provide Splash Guards, Complete In Place Per Lump Sum. PROPOSAL FORM PAGE 5 OF 14 Item No.HS5 -P14 4 EA Provide New Vertical Pump Shaft Coupling, each, Complete In Place Per each. 400.00 !:,&?PsOO Item No.HS5 -PI 1 Provide Repairs To Pump/Motor Coupling, Complete In Place Per Lum um. - - - T�.. • 100.00 Item Provide new pump /motor coupling, Complete In Place Per Lump urn. Igo. . H -P17 1 L L.S. Provide patching of existing grout, chase threads on anchors, provision of new grout and shims, Complete In Place Per Lump Sum. 1 Item No.HS5 -P18 1 Provide repairs of base to cone corrosion by welding to the outside of the cone, Complete In Place Per Lump Sum. 4,000.00 }Item No.HS5 H -P19 I L.S. Provide repairs to steel cone to base plate connection with I "x" wide steel strip and painting, Complete In Place Per Lump . $ 5,. _qu Item o . HS5 -P20 1 L.S. Provide repairs to structure and discharge line inside base cone, with two 3/8" thick steel plates, welded in place, Complete I n Place Per Lump Sum. 10,000.00 I . HS f1.7 -P21 1 L F i Provide removal of existing grout, repair of anchors, provision of new grout per selected Option A or B, Complete In Place Per Lurn_um . Item No.HSS -222 Provide setup and verify trueness of top motor flange and bottom and side discharge flanges and reface as required, Complete Ire Place Per Lump Sum. , 000.00_ jItem 1V Ll . -P23 Provide machining of top and side discharge flanges as required to complete Item H- P22, Complete In Place Per Lump um . 5,000.00 SUB -TOTAL REPAIR ITEMS FOR HIGH SERVICE NO. 5 PUMP REHAB: (Bid Items HS5-P2 thru P23) $ 103,810.00 SUB-TOTAL REPAIR ITEMS FOR HIGH SERVICE NO. PUMP AND MOTOR A S ; REHAB: (Bid Items HS -M2 thru M + HS5-P2 hru P23) $__121,900.00 __1 1,9 . PROPOSAL FORM PAGE 6 OF 14 BAS BID FOR HIGH SERVICE N. 6 MOTOR REHAB BID ITEM QTY & UNIT Item No.HS6 -M1 DESCRIPTION UNIT PRICE figures) Perform Initial Site Inspection, Remove And Transport Motor To Shop, Open And Inspect, Recondition And Test Motor, Transport To City Facility, Test And Provide Report, Complete In Place Per Lump Sun TOTAL PRICE (in figures) BASE BID FOR HIGH SERVICE NO. 6 PUMP REHAB BID ITEM QTY UNIT Item No.HS -P1 L 1 r S. DESCRIPTION UNIT PRICE (in figures) Remove Pump, Transport To Shop; Disassemble, Inspect; Record All Dimensions; Complete Repair Recommendations; Clean All Parts - Complete; Complete Pump Data Sheets T-1/T-5; Replace External Fasteners; Reassemble Pump; Verify All Clearances - Provide New shaft couplings, Provide new Bearings, Provide New Shaft Sleeves, Lubricants; Provide New Packing /Seal, Provide New Gaskets; Clean, sand blast, measure metal thickness at all heavily rusted locations including cone to base weld, measure thickness of discharge line at corroded areas inside the housing, review data with engineer, weld closed small holes used to measure metal thickness, and Paint Pump And Base including prime base bottom, remove old grout, repair anchors, regrout as per selected Option A or B, Straighten, And Reinstall All Guards; Transport To City Facility; Install Pump; Clean And Lubricate Shaft /Motor Coupling; Perform Test With Data Sheets; Complete In Place Per Lump um, TOTAL PRICE (in figures) 46,257.00 SUB-TOTAL BASE BID FOR HIGH SERVICE NO. 6 PUMP AND MOTOR A S Y . REHAB (Bid Items HS -M1 4. Bid items H -- 1 $ 62,354.00 PROPOSAL FORM PAGE 7 OF 14 REPAIR ITEMS FOR HIGH SERVICE NO. 6 MOTOR REHAB The following repair items HS6-M2 thru M6 are included for pricing purposes only. The need for these items will be determined by actual conditions, inspections and testing during construction and authorized by the Engineer. These items will be paid for under the allowance established for this purpose (see SP A-4) BID ITEM Item No.HS6 -M2 Item No.HS6 -M3 Item Ne.HS6 -M4 Item No . H S 6 -MS Item No.HS6 -M6 QTY 'NIT 1 L.S. 1 L. S. DESCRIPTION Additional Cost To Rewind Motor, Complete In Place Per Lump Sum. 1 L.S. Additional Cost To Machine Endbell For Drive End Bearing, Complete In Place Per Lump_ Sum. UNIT PRICE (in figures) Additional Cost To Machine Endbell For Opposite Drive End Bearing. Complete In Place Per Lump Sum. Additional Cost To Provide New Sleeve Bearing As Applicable. Complete In Place Per Lump Sum Additional Cost To Machine Shaft, Complete In Place Per Lump Sum. TOTAL PRICE (in figures) 1-8.00 750.00 na 10 SUB-TOTAL REPAIR ITEMS FOR HIGH SERVICE NO. 6 MOTOR REHAB: (Bid Items HS6 M2 thru M6) $ 18 ,090.00 PROPOSAL AL FOR M PAGE 8 OF 14 REPAIR 'E '$ FoR HIM SERVICE NO . - ' REHAB AB The following repair items; • H6 -P thru P23 are jc1ded for pricing purposes only. The need for these items will be determined by actual conditions, inspections and testing during 'construction ane.authori ed by the Engineer. These items will be paid for under the allowance established for this purpose (see SP A-4) Item No.HS6 -P2 Item No.HS6 -P3 Item No.HS6 -P4 Item No. HS5 -P5 Item No.HS6 -P6 Item No.HS6 -P7 1 L.S. 5 EA. 2 EA. Item No.HS6 -P8 2 A. I L.S. Additional Cost To Straighten Shaft, each, Complete In Place Per Eu Surn. Additional Cost To, Provide New Shaft, each,' Complete In Place Per Each, 1 L.S. 2 EA. Item No.HS6 -P9 Additional Cost To Machine . wear Ring, each,-Complete In Place Per Each. Addt onal Cost to Provide new Wear •Ring, each,•,' Complete. In Place Per Each. 47_14 Additional Cost To Machine Seal Chambers, Complete In Place Per pump Sum. Item No.HS6 -P10 Xtem No.HS6 -P1 Item No.HS6 -P12 1 L.S. Additional Cost To Provide New Packing Follower, Complete In Place Per ' pump Sump. 500.00 1. Add tional Cost To Machine and Repair Re- Useable Impeller, Complete In Place Per Each. Item No.HS6 -P13 Item No.HS6 -P14 3 EA. Provide New Impeller, Complete In Place Per Each. $ 500.00 $ 6,070.00 $ 1,000.00 $ 1,500.00 640.00 40_.00 Provide New Shaft Guard, Complete In Place Per Sum. 3 EA. Provide Splash Guards, Complete In Place Per Lump Sum. Provide Repair Of Vertical Pump Columns, each, Flange And Spyder, Complete In Place Per Each.• 4 EA. Provide New Vertical Pump Column, each, Complete- In Place Per Each. 15,99PP9 • T $ 300.00 $ 4,800,00 $ 30,000.00 2 800.0 0 Provide New Vertical Pump Shaft Coupling, each, Complete In Place Per Ear 4,000.00 100.00 $i- 200.00 $ 8,400.00 400.00 $ 1,600.00 PROPOSAL FORM PAGE . 9 OP 14 Item No.HS6 -P15 Item No.HS6 -P16 Item No.HS6 -1317 Item No.HS6 -P18 1 L.S. Provide Repairs To Pump /Motor Coupling, Complete In Place Per L'14112_111 i ■ • Item No.HS6 -P19 1 L.S. Item No.HS6 -P20 Item No.HS6 -P1 Provide new pump /motor coupling, Complete In Place Per Lump Sum. Provide removal of existing grout, repair of anchors, provision of new grout per selected Option A or B, Complete In Place Per Lump . Provide repairs of base to cone corrosion by welding to the outside of the cone, Complete In Place Per Lum p Surma. Provide repairs to steel cone to base plate connection with 5/16"x5" wide steel strip and painting, Complete In Place Per Curve Sum. 1 L.S. Item .H55 Provide machining of top and -P22 side discharge flanges as required to complete Item HS6- P22, Complete In Place Per Lump Sum. Provide repairs to structure and discharge line inside base cone, with two 3/8" thick steel plates, welded in place, Complete In Place Per Lump Sum. Provide setup and verify trueness of top motor flange and bottom and side discharge flanges and reface as required, Complete In Place Per Lump Sum. 100.00 S 2.500.00 QOM .. $ 4,000.00 $ 5,000.00 $ 10,000.00 $ 5,000.00 $ 5,000.00 SUB-TOTAL REPAIR ITEMS FOR HIGH SERVICE NO. 6 POMP REHAB: (Bid Items HS6 P2 thru P22) 1 X0.00 SUB-TOTAL REPAIR ITEMS FOR HIGH SERVICE NO. 6 PUMP AND MOTOR ASSY. REHAB: (Bid Items HS6 M2 thru M6 + HS6 P2 thru P22) 121 ,800.00 PROPOSAL FORM PAGE 10 OF 14 ADDITIVE ALTERNATE AA-1 ________________________ BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE l in figures) (in figures) Item Igo . AA- 1 Extended Warranty in accordance with Technical Specification T- 1 —The Contractor shall provide a written warranty for all materials provided and all labor associated with the repairs for three (3) full years, from the date of final acceptance by the City, complete and in place per Lump Sum. 30, 000.00 NVIT ON ALLOWANCE Award of contract will include an allowance of $200,000.00 to execute repair items proposed with Contractor's BID. The repair items HS HS 6 - M2 THRU M6, HS5-P2 THRU P23, & HS6-P2 THRU P22) listed on the PROPOSAL FORM are for pricing purposes only. The need for those repair items will be determined by actual conditions, inspections and testing during construction and approved by the Engineer. If needed and approved in writing, those items will be paid for under the allowance established for that purpose. BID SUMMARY TOTAL BASE BID PLUS REPAIR ITEMS (BID ITEMS HS5 -M1 + HS5 -P1 + HS -M1 + HS6-P1 + H55-M2 THRU M 6 HS5-P2 THRU P23 + HS6-M2 THRU M6 + HS6-P2 THRU P22) TOTAL BASE BID PLUS REPAIR ITEMS PLUS ADDITIVE ALTERNATE AA -1 (BID ITEMS HS5-M1 + HS 5 -- P1 + HS -M1 + HS6-P1 + HS5-M2 THRU M6 + HS5-P2 THRU P23 + HS6-M2 THRU M6 + HS6-P2 THRU P22) AA-1) 168.40 398,408.00 PROPOSAL FORM PACE 11 OF 14 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 100 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 APPRD AS TO LE FORM• By: = 1 r!! Asst. City Attorne ATTEST: (If Corporation) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) • • CITY OF CORPUS CHRISTI By: filk 41.0,44„ e/4/07 of P blic Works and Utilities Cilti\9e11C•Escobal#, XftrePirA 4Sst ClAy lifts r. /f/C5/07 Director of Engineering Services CONTRACTOR Excel P By: Title: and Machine Inc. pe Si Sx/r- P.O. BOX 10039 (Address) CORPUS CHRISTI, TX 78460-0039 (City) (State) (ZIP) 361/387-4508 * 361/387-450 (Phone) (Fax) Agreement Page 2 of 2 11121aLl.L. AUT►wRILrI, BY COIL 0`7 S B .1/ PROPOSAL FORM F O R 0.N.STEVENS WATER TREATMENT PLANT HIGH SERVICE NOS. 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITATION - FY 2007 PROJECT NO. 8570 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS P R O P O S A L Proposal of EXCEL PUMP & MACHINE INC. OR Place : O. N. STEVENS WATER TREATMENT PLANT Date: 9.12 -2007 , Corporation organized and existing under the laws of the State of TEXAS a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen The undersigned hereby proposes to furnish all labor and materials, terial tools, and necessary equipment, and to perform the work required for: 0.N.STEVENS WATER TREATMENT PLANT HIGH SERVICE NOS. 5 & 6 PUMP AND MOTOR ASSEMBLY REHABILITATION - FY 2007 PROJECT NO. 8570 location set out the plans and specifications and in strict at the i by accordance with the contract documents for the following prices, to- wit: PROPOSAL FORM PAGE 2 OF 14 BASE BID FOR HIGH SERVICE NO. 5 MOTOR REHAB BID QTY & ITEM UNIT L_____ HIGH SERVICE _o. Item 1 Perform Initial Site Inspection No.HS5 L.S. Remove And Transport Motor To -M1 ; Shop, Open And Inspect, Recondition And Test Motor, Transport To City Facility, Test And Provide Report, Complete In Place Per Lump Sum DESCRIPTION BASE BID FOR HIGH SERVICE N . 5 PUMP REHAB BID ITEM QTY UNIT Item No . S 5 -P1 1 L.S. DESCRIPTION UNIT PRICE TOTAL PRICE (in figures) (in figures) UNIT PRICE (in figures) HIGH SERVICE NO. 5 Remove Pump, Transport To Shop; Disassemble, Inspect; Record All Dimensions; Complete Repair Recommendations; Clean All Parts -- Complete; Complete Pump Data Sheets T-1/T-5; Replace External Fasteners; Reassemble Pump; Verify All Clearances - Provide New Bearings, Provide New Shaft Sleeves, Lubricants; Provide New Packing /Seal, Provide New Gaskets; Clean, sand blast, measure metal thickness at all heavily rusted locations including cone to base weld, measure thickness of discharge line at corroded areas inside the housing, review data with engineer, weld closed small holes used to measure metal thickness, and Paint Pump And Base including prime base bottom, patch old grout, and reinstall all guards; Transport To City Facility; Install Pump; Clean And Lubricate Shaft /Motor Coupling; Perform Test With Data Sheets; Complete In Place Per Lur[ • Sum. TOTAL PRICE (in figures) 46,257.00 SUB-TOTAL BASE BID FOR HIGH SERVICE NO. 5 PUMP AND MOTOR AS . REHAB (Bid Items HS - 1 + Bid items HS5 -- P1 $ 62, 354.00 PROPOSAL FORM PAGE 3 OF 14 REPAIR ITEMS F R HIGH SERVICE N . 5 MOTOR REHAB The following repair items (HB5 -- 2 thru M6) are included for pricing purposes only. The need for these items will be determined by actual conditions, inspect ; ons and testing during construction and authorized by the Engineer. These items will be paid for under the allowance established for this purpose (see SP -4) BID ITEM Item No.HS - M2 Item No.HS - M3 QTY & UNIT 1 L.S. DESCRIPTION Additional Cost To Rewind Motor, Complete In Place Per Lump Sum. 1 I.S. Item No.HS5 - M4 1 L.S. Additional Cost To Machine End ell For Drive End Bearing, Complete In Place Per Lump Sum. Additional Cost To Machine ndell For Opposite Drive End Bearing. Complete In Place Per Lunt Sum. Additional Cost To Provide New Sleeve Bearing As Applicable. Complete In Place Per Lump Sum Additional Cost To Machine Shaft, Complete In Place Per Lump Sum. CHIT PRICE (in figures) TOTAL PRICE (in figures) 15,840.00 �- - -T 750.00 750.00 750.00 1 sE SUB -TOTAL REPAIR ITEMS FOR HIGH SERVICE NO . 5 MOTOR REHAB: (Bid Items 1155-M2 thr'u M6) 18090.00 PROPOSAL FORM PAGE 4 OF 14 REPAIR ITEMS FOR HIGH SERVICE II . 5 PUMP REHAB The following repair items H5-P2 thru P23 are included for pricing purposes only. The need for these items will be determined by actual conditions, inspections and testing during construction and authorized by the Engineer. These items will be paid for under the allowance established for this purpose (see SP A-4) BID ITEM Item No.HS5 -P2 QTY tTNIT Item No.HS5 -P3 Item No.HS5 -P4 Item No.HS5 -P5 1 L.S. Item No.HS5 -P Item No.HS5 -P7 5 EA 2 EA Item No.HS5 -P8 2 EA DESCRIPTION Additional Cost To Straighten Shaft, each, Complete In Place Per Lump Surd 1 L.S. Item No.HS5 -P9 Item No.HS5 - P10 Additional Cost To Provide New Shaft, each, Complete In Place Per each. Additional Cost To Machine Wear Ring, each, Complete In Place Per each Item No.HS5 - P11 Additional Cost To Provide New Wear Ring, each, Complete In Place Per each UNIT PRICE (in figures) 1,214.00., Additional Cost To Machine Seal Chambers, Complete In Place Per Lump Sum. 2 EA Item No.HS5 - P12 2 EA Item No.HS5 - P13 1 L.S. 1 L.S. Additional Cost To Provide New Packing Follower, Complete In Place Per Lump Sum. 59A,80- TOTAL PRICE (in figures) $ 500.00 - 75 Additional Cost To Machine and Repair Re- Useable Impeller, Complete In Place Per each. 3 EA Provide New Impeller, Complete In Place Per each Provide New Shaft Guard, Complete In Place Per Lump Suer►. 3 EA Provide Splash Guards, Complete In Place Per Lump Sum_, Provide Repair Of Vertical Pump Columns, Flange And Spyder, Complete In Place Per each. $ 6,070.00 $ 1 000.00 $ 1,500.00 $ 640.00 2,400.00 Provide New Vertical Pump Column, each, Complete In Place Per each. PROPOSAL FORM PAGE 5 OF 14 15,000.00 2,800.00 $ $ 4,800.00 $ 30,000.00 100_,00 200.00 4,000.00 8,400.00 $ 12,000.00 Item No.HS5 -P14 Provide IIew Vertical PL.mp Shaft ea i omp e 6� • 400.00 1,600.00 Item } . S 5 -P15 i ' +'7 • Provide Repairs ' ' Pu�rnpMotor upl.a ng, ornplete In Place Per Ll mp m. -- Item No.HS5 -P16 i ., Provide new pump /motor coupling, Complete In Place Per Lump Sum. _____ T____,___ - - -- }1 - P1'7 I , . ^Provide patching of e isting gro .it , chase threads n anchors, pr vl ien f new grout and. slrn, Complete In Place Per Lump Sure 1. N o } I - L . , Provide repairs f lase tV cone c o r V V i 7 war l i L o t h e outside ore, e�nplete in Place Per Lump Sun . • 4 0.00 item -P1 1 Provide repa rs t steel cone to base plate connection with 51'x" wide steel strip atnd painting. Complete In Place Pei' L� 4i41L + 5,000.00 -- - -- I ern - P 0 - - -- Provid .+ repairs o strL ctu and 1 scharge l lne fns ide k ase c ne , with t +�Jo V" thick r -el plates. welded in place, or plet In Place Per Lunn Sum. 10,000.00 - teCC� I CIO, I�SS -P21 ,, Pride removal of existing rout re air Of anchors , g p provision o new grout per selected Option . or B, Complete n P l a Pe r` Lu.rnp Surd . 5,000.00 No H i - P2 1 + Pro ide setup an verify trueness of top Trot r flan and 1 ott_ m a�nc side di char e flanges and reface s it •d, Complete In Pl.a.ce Per` Lurnp um • } I • Item H -P23 machining Provide top and side discharge flanges as required to complete Item HS P22, Complete In Place Per Lump 00. 0 f sun. T"^`- SUB-TOTAL REPAIR ITEMS FOR HIGH SERVICE NO. 5 PUMP REHAB (Bid Items HS -P2 thru P23) 13,1. SUB-TOTAL REPAIR ITEMS FOR HIGH H SERVICE NO. PUMP All MOTOR ASSY. REHAB: (Bid Items HS5-M2 .ru M6 - S -- P2 thru P23) jj,9OO.O0 PROPOSAL FORM PAGE 6 OF 14 BiSE BID FOR HIGH SERVICE NO. 6 MOTOR REHAB BID QTY & ITEM UNIT Item 1 No.HS6 L.S. -M1 DESCRIPTION Perform Initial Site Inspection, Remove And Transport Motor To Shop, Open And Inspect, Recondition And Test Motor, Transport To City Facility, Test And Provide Report, Complete In Place Per L4Imp Sum UNIT PRICE (in figures) BASE BID FOR HIGH SERVICE NO. 6 PUMP REHAB BID ITEM QTY & 'SNIT Item No.HS6 -P1 1 L.S. DESCRIPTION UNIT PRICE (in figures) Remove Pump, Transport To Shop; Disassemble, Inspect; Record All Dimensions; Complete Repair Recommendations; Clean All Parts - Complete; Complete Pump Data Sheets T- 1/T -5; Replace External Fasteners; Reassemble Pump; Verify All Clearances- Provide New shaft couplings, Provide new Bearings, Provide New Shaft Sleeves, Lubricants; Provide New Packing /Seal, Provide New Gaskets; Clean, sand blast, measure metal thickness at all heavily rusted locations including cone to base weld, measure thickness of discharge line at corroded areas inside the housing, review data with engineer, weld closed small holes used to measure metal thickness, and Paint Pump And Base including prime base bottom, remove old grout, repair anchors, regrout as per selected Option A or B, Straighten, And Reinstall All Guards; Transport To City Facility; Install Pump; Clean And Lubricate Shaft /Motor Coupling; Perform Test With Data Sheets; Complete In Place Per 16,097.00 TOTAL PRICE (in figures) 46,257.00 538 TOTAL BASE BID FOR HIGH SERVICE NO. 6 PUMP AND MOTOR ASSY. REHAB (Bid Items HS6-M1 + Bid items HS6 - P1 $ 62,354.00 PROPOSAL FORM PAGE 7 OF 14 REPAIR ITEKS FOR HIGH SERVICE N . 6 MOTOR REHAB The following repair items HS6-M2 thru M6 are included for pricing purposes only. The need for these items will be determined by actual conditions, inspections and testing during construction and authorized by the Engineer. These items will be paid for under the allowance established for this purpose (see SP A-4) BID ITEM QTY UNIT DESCRIPTION UNIT PRICE (in figures) TOTAL PRICE (in figures) Item No . S -M5 Additional Cost To Provide New Sleeve Bearing As Applicable. Complete In Place Per Lump Sum Item No.HS6 -M6 SUB-TOTAL REPAIR ITEMS FOR HIGH SERVICE N . 6 MOTOR REHAB: (Bid Items HS6 M2 thru M6) 18,090.00 PROPOSAL FORM PAGE 8 OF 14 Item No.HS6 -P2 Item, No.HS6 -P3 Item No.HS6 -P4 Item No. HS5-P5 Item No.HS6 -P6 Item No.HS6 -P7 Item No.HS6 - P8 Additional Cost To Machi ne and Repair Re- Useable Impeller, Complete In Place Per ► c . Item No.HS6 - P9 Item No.HS6 --P1.0 Item No.HS6 -P11 Item No.HS6 -P12 Provide New Impeller, Complete In Place Per Each. Item No.HS6 -P13 PROPOSAL FORM PAGE .9 OP 14 1,600.00 ter No.HS6 - P15 Item No.HS6 - P16 Item No.HS6 -P17 1 L.S. Provide Repairs To Purap /Motor Coupling, Complete In Place Per Lump Sum. Provide new pump /motor coupling, Complete In Place Per Lump Sum. Provide removal of existing grout, repair of anchors, provision of new grout per selected Option A or B, Complete In Place Per Lump = Sum. Item No.HS6 - P18 Item No.HS6 -P19 Provide repairs of base to cone corrosion by welding to the outside of the cone, Complete In Place Per Lure• Sum. Provide repairs to steel cone to base plate connection with 5/16"x5" wide steel strip and painting, Complete In Place Per Liam • Sum. Item No.HS6 -P20 Item No.HS6 -P21 Item No.HS6 -P22 1 L.S. Provide repairs to structure and discharge line inside base cone, with two 3/8" thick steel plates, welded in place, Complete In Place Per Lump Sum. Provide setup and verify trueness of top motor flange and bottom and side discharge flanges and reface as required, Complete In Place Per Lump Sum. 1 L. S Provide machining of top and side discharge flanges as required to complete Item HS6 -- P2, Complete In Place Per Lump Sum. 100.00 $ 2,500.00 $ 5,000.00 4,000.00 $ 5,000.00 $ 10,000.00 $ 5,000.00 5,000.00 SUB-TOTAL REPAIR T i HIGH SERVICE NO. 6 PUMP RED (Bid Items HS6 P2 thru P22) $ 103.710.00 SUB-TOTAL REPAIR ITEMS FOR HIGH SERVICE NO. 6 PUMP AND MOTOR ASS Y. REHAB: (Bid Items HS6 M2 thru ME + HS6 P2 thru P22) 121,800.00 PROPOSAL FORM PAGE 10 OF 14 ADDITIVE ALTERNATE AA--1 BID QTY c i .. NIT t TOTAL PRICE ITEM UNIT DESCRIPTION (in figures) Item N . AA L.S. Extended Warranty in accordance with Technical Specification T- 1 1 —The Contractor shall provide a written warranty for all materials provided and all labor associated with the repairs for three (3) full years, from the date of final acceptance by the City, complete and in place per 30,000.00 Lump Sum. _ ... -- t�_.__. _� NOTE cm ALLOWANCE Award of contract will include an allowance of $200,000.00 to execute repair items proposed with Contractor's BID. The repair items HS HS6 -M2 THRU M6, HS5-P2 THRU P23, & HS6 - P2 THRU P22) listed on the PROPOSAL FORM are for pricing purposes only. The need for those repair items will be determined by actual conditions, inspections and testing during construction and approved by the Engineer. If needed and approved in writing, those items will be paid for under the allowance established for that purpose. BID SUMMARY TOTAL BASE BID PLUS REPAIR ITEMS (BID ITEMS HS5-M1 + HS - P1 + HS6-M1 + HS 6 - P1 + HS -M2 THRU M6 + HS5-P2 THRU P23 + HS6- -M2 THRU M6 + HS6 -P2 THRU P22) TOTAL BASE BID PLUS REPAIR ITEMS PLUS ADDITIVE ALTERNATE AA-1 (BID ITEMS HS5-M1 + HS -- P1 + HS6-M1 + HS6 - P1 + HS -M2 THRU M6 + HS5-P2 THRU P23 + HS 6 - M2 THRU M6 + HS -- P2 THRU P22) + AA-1) $ 398,408.00 PROPOSAL FORM PAGE 11 OF 14 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of St of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Neer of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. - Time of Completion: The undersigned agrees to complete the work within 100 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): ONE AND VA) (SEAL - IF BIDDER IS a Corporation) NOTE : Do not detach bid from other papers, Fill in with ink and submit complete with attached papers, Respectfully submitted: Name: ' ` P. LL HOUGHTON BY: AeririneMEE. (SIGNATURE) TU7RE Address: P. O. BOX 10039 (p.o . Box) (Street) CORPUS CHRISTI TEXAS 78460-0039 (City) (State) (Zip) Telephone: 361-387-4508 - - PROPOSAL FORM PAGE 12 of 14 (Revised August coo) P E R F O R M A N C E BOND BOND NO. 5004284 STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF NNECES THAT Excel Pump and Machine, Inc . of NUEES County, Texas, hereinafter called "Principal ", and SURETEC INSURANCE COMP NY , a corporation organized under the laws of the State of SEX - 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 TTCity", in the penal sum of THREE HUNDRED TWENTY-FOUR U THOUSAND SEVEN HUNDRED EIGHT AND NO/100 $ 2 , 708.00) DOLLARS, 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 25TH of SEPTEMBER , 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of: 0.N.Stevens Water Treatment Plant High Service Nos. 5 & 6 Pump and Motor Assembly Rehabilitation FY 2007 - Project No. 8570 (TOTAL AWARD: $324,70800) NOW, THEREFORE, if 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 FUI T ER, 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 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, ernon' 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 4TH day of OCTOBER 20 07 PRINCIPAL EXCEL PUMP AND MACHINE, INC. By: ��d-f--ee d e #7-0,k/ ` /OF EA) 7- (Print Name & Title) ATTEST tary 1 0 a jb ii tib (Print arne ) STY SURETEC INSURANCE COMP ANY By: Attorneys -fact MARY ELLE� OGRE • (Print Name) eJ 2 The Resident Agent of the Surety u Nueces Count , Texas, for delivery of notice and service of process is: Agency Contact Person: Address: Phone Number: SWANTNER & CORDON INSURANCE AGENCY IA ELLEN MOO'. P -n. - -- = aiRalg_CRRTMTT, TRYAS 7240 361-a837171 (NOTE: Date of Performance Bond must not be prior to date of contract) (Revi sect 9/02) Performance Bond Page 2 of 2 P A Y M E N T B O N D STATE OF TEXAS BOND NO. 5004284 KNOW ALL BY THESE PRESENTS: COUNTY OF NUE E THAT Excel Pump and Machine, Inc. of NUECES County, Texas, hereinafter called "Principal ", and SURETEC INSURANCE MPAN { a corporation organized under the laws of the State of TEXAS 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 THREE HUNDRED TWENTY-FOUR THOUSAND, SEVEN HUNDRED EIGHT AND NO /100 x$324, 708. DOLLARS, lawful money of the United States, to he paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, admi 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 4TH day of OCTOBER r 20 7 • PRINCIPAL EXCEL PUMP AND MACHINE, INC. By: /43,Attizz Ar vG,sEro.J eTT (Print Nacre & Title) ATTEST SURETY MUM: INSITRANCE COMPANY - Attorne -fact MARY ELL 1 MOORE (Print Name) 6.011.4 i • The Resident Agent of the Surety in Nues_g_totyf Texas, for delivery of notice and service of process is: Agency: -. cORNIN INSURANCE AGENCY Contact Person: mApy ELLEN MOORE Addres s : F_ - Big' -- ■ r ,441111P. Phone Number: - - - (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 POA #: 5004284 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Mary Ellen Moore of Corpus Christi , Texas its true and lawful Attoyin -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Principal: EXCEL PIMP & MACHINE, INC. Obligee: CITY OF CORPUS CHRISTI Amount: $324,708.00 and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice - President, any Assistant Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys- in-Fact to represent and act for and on behalf ofthe Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, reeogniances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary Be . Resolved, . that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of t ril, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto axed this 20th day of June, A.D. 2005. State of Texas County of Harris SURETEC INS ' . ► C ME By: B.J. King sident On this 20th day of June, A.D. 2005 before the personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he i resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Miele Denny Notary Public State ot Tex Pity Commies Ems Auger 27, 2008 464An Michelle Denny, Notary P lie My commission expires August 27, 2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy aPower of Attorney, executed by said Company, which is still in full force and effect; and furthermore, P the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 4TH day of OCTOBER 20 07 , A.D. M. Brent Be . t, Assistant Secretary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812 -0800 any business day between :00 am and 6:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1 -866- 732 -0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1 - 800-252 -3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714 -9104 Fay #: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks s Ex lusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or my oto tins, or their related products or parts, nor for any environmental hazards, bio- hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. f � r CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME: EXCEL PUMP & MACHINE INC . ....... STREET: P. O. BOX 10039 CITY: CORPUS CHRISTI zip. 78460-0039 FIRM is: 1. Corporation XX 2. Partnership 3. Sole Owner 5. Other . Association.. DISCLOSURE E QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. t State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) NA 2. State the names of each "official" of the City of Corpus Christi having an `ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Title IA 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Consultant N/A CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: RANDALL HOUGHTON (Type or Pit) Signature of Certifying Person: PROPOSAL FORM PAGE 13 OF 14 PRESIDENT Title: Date: 9-12-2007 a. "Board Member". 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. c. "Firm ". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce joint uce or deal with a product or service, includng but not limited tot entities operated in the form of sole proprietorship, as self - mpl red person, partnership, corporation, joint stock company, 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 Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest ". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. . f. "Consultant'. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PROPOSAL FORM PAGE 14 OF 14 ACQRD. CERTIFICATE OF LIABILJTYINSURANCE EXCEL- P . „_ 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. DATE 4MMIDDNYYY) 09126/07 PRODUCER Swantner Gordon ox Ins . Agcy -CC P. 0. Box 870 Corpus Christi TX 784-0870 Phone :361- 883-1711 :361- 844- -0101 INSURED — Excel Pump Machine, Inc. P 0 Box 1 039 Corpus Christi TX 78460-0039 COVERAGES THE PO1.ICIFS OF INSURANCE LISTED BELOW IUWE BEEN ISSUED TO THE INSURED NAMED ALIOVF FOR THE POLICY PERIOD INDICATE!) NO1WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT O -ri l =R DOCUMENT WITH RESPECT TO 1 MMIC1•I THIS GERI IEICATI MAY OF ISSUED D }R MAY PERTAIN, THE INSURANCE AFFORDED RY THE POLICIES DESCRIBED HEREIN IS SUBJECT To ALL TIM TERMS, EXCLUSIONS AND CONDITIONS Or, SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY F AII) CLAIMS - -PtiLicY-EPECTI r POLICY NUMBER DATE MMIOWY i DATE MM 1DD Y INSURERS AFFORDING COVERAGE INSURER A- Feat l .c Underwriters Ins INSURER t : Texas Mutual Insurance Co INSURER.....__ INSI.11U1:1U 0: INSURER E: INSRDI LTR NS A i TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIA .111.1 Y 1 CLAIMS MADE [ }I OCCUR GENT AGGREGATE LIMIT APPLIES PER: POLICY r , -r 1.0(1 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON—OWNED AUTOS CHP5 4787901 10/01/07 10/01/08 ,1 NA1C 22945 LIMITS EACH OCCURRENCE U1 IMAGE'. -TO HFN3'ECr - - - -- pRelvi1 L (Ea u sence) MOD CXI' (Any onu I r or) PERSONAL & ADV INJURY GENERAL AGGREGATE PROI0UCTS - COMP /OP AGC $1,000,000 100,000. .�. ,000,000 ,.,... $2,000 000 $2,000,000 10/01/07 GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY 10/01/07 DEDUCTIBLE X RETFNTION $10 00 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Of F ICER/M1,MB R T= CCLUI. E I }? I yes` describe under SPECIAL PROV/SIONS bn ow OTHER Ins ta].1.a ±on CERTIFICATE HOLDER City of Corpus Christi Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi TX 70469 -9277 J ACCRD 25 (2001108) ICC-CC CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL. 30 DAYS 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. ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, ED, the poll y ies 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, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 ai iir mativ iy or negatively amend, extend or alter tie coverage afforded by the policies listed thereon. ACORD 25 (20011013) Swantner&Gordon October 8, 2007 Ms. Teresa Miller Republic Insurance Group PO Box 809061 Dallas, TX 75380 excel Pump et Machine, Inc. Package Policy #TXP5647879 Auto Policy #TXP5647880 Dear Teresa, Effective 10/1/07 please add to each of above captioned policies 30 bays Notice of Cancellation endorsement in favor of: City of Corpus Christi Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, Texas 78469 Thai you very much, Sandie Power, ACSR Account Manager Houston 1500 Cityws.st Blvd Suite 403 TX 77042 T 713 ! W:I0 Corpus Christi 500 N Shoreline PO Box 870 TX 78403 0870 T 301 883 1711 Kingsville 203 South Tenth PO Box 392 Tx 78364 0392 T 361 921232 Portland 601 Moore Ave PO Box 1267 TX 78374 T 361 643 6596 Victoria 3902 John Stockb .0 r D Suite A TX 77904 T 361 573 9151 Excel Pump & Machine, Inc. Policy #CMP564787901 Effective 1011/2007 - 10/112008 Republic Genera LubWity 3,40.w ....it. :nowt a. r •ar -• aw l Commercial General Liability - Enhancement Endorsement This tndor em nt changes the policy. Please read it carefully. This endorsement modifies ifies ins;r r nce provided under the following: : Commercial General Liability ility :ov r• Form WiIir respect 10 coverage ge pr•ovid d by (his endorsement, the i 1c.)Visions of the fov r{ gc Fowl npply unless modified by the endorsement. '. Medical Payments Subject to the larms of Section 111 " Limits 01 Insurance, the Medical Expense. limit is the higher er cif: a_ $10,000; o; h. The amount shown ii the Declarations fot Medical Expanse L..,irnit. Under Section 1 - Coverages, Coverrtge C -- Medical Payments, paragraph 1.a. (3), subparagraph 2, is rtmendd to read as follow The expenses aro incurred and repotted to us within two years of the date of accident 2. Supplementary Payments nts It cre d Limits Paragraph 1 of Section 1 - Coverages, Supplementary Payments - Coverages .1 mid 1 is amended d s follows: b. Up to $2,00 for the cost of fail bonds required because of 11c.:oicionts or traffic law violations arising out of the use of any vehicle to which the Bodily ily Injr.,r y Liability Coverage applies. We do not have to furnish those bonds. 3. Additional Insured by Contract, A gre t nt or- Permit ; Section 11 - Who c'o i an Insured, e , is amended to include as an insured any person or organization your are required by a written contract, agreement, or port -tit to name e as an insured, but only with respect to "bodily injury " or. "property damage" e" arisin out of such person or organization's vicarious liability for your negligent acts or OnliSSIOnS committed in the coarse of your ongoing operations performed for such person ot- organization, and excluding any negligent act ; c � omissions ssicon of such person or organization. This insurance (loos not apply to such presort or- organization unless the contract, a jr•oor ont or permit is made prior to when the „bodily injury" or "property d r u g e" occurs. 4, onOwrred Watercraft Exchisiort 9, of Socti0f - Coverages, Coverage A Bodily Iniur•y oncl Property r anmge does not apply to any watercraft under 51 feet long that is neither: ::r•: • 1). Being used to carry y ers rns or properly er'ly for charge. This additional insurance is excess over any other valid and collectible ctible it s ur nce ilvailable to the insured whether primary, excess, or contingent. 5, Broad Notice of Occurrence Paragraph pih . . of Sedtion IV „ ;or -urytercic l (3et }e1• _1I J.i bility Conditions is deleted and r +. l c: ':d by the following: a. You most- see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. Knowledge of an "occurrence" or an offense e by your "employees" s" shall not, in itself, constitute titute l no wedge to you unleus your partners, "executive officers", directors, insurance manager or ride manager shall have actually rc ccived notice. To the extent possible, notice should include: 1 How, wheil and where the "occurrence" or offense took place; The names and addresses of any insured persons and witnesses; and -rhe nature and location of any injury or damage _ .i sin OW of the "occurrence" or offerise. The following is added to 1 rag aph 2. of Section IV - Cot ntner ci I General Liability Conditions: 0. If you fail 10 give us notice of an "occurrence ", offense, claim or "suit", solely due o your reasonable and documented belief that the "bodily injury" or "property damage" is not covered under this policy, w ; will not deny coverage under this policy licy olely because of such 'failure. G. Unintentional Failure to Diuclose Hazards rds The following is cicd ct to Paragraph 6. of Section J - Commercial General liability :otiilitions: If you should unintentionally fail to disclose all existing hazards t the inception data of this policy, we wi r not deny coverage under this policy solely because of st.r i failure 7. Additional Insured Bl nk :t Vendors Section I I .. Ito is an Insured is amended lo include as ern insured any person or i 'g rti ati ri ("vendor") with whorn you agreed under a written wwrattar1 l.i i�, :l �lLdI� ILI 1)1oviti : insurance, but only with respect to "1; c)ciily injury" or "property damage" arising out of "your " which are distributed or sold in the regular course of the "vendor's" business, subject to the following additional exclusions: . The insurar Ice afforded the "vendor" 1or." lc of not t a p l y to: 1. "Bodily injury" or "property damage" for the which th "vendor" k obligated to pay damages ages b y reason of 1110 assumption p tion 8. of liability in a contract or agrement. This elusion Ides not apply to liability for c.I; rnages that tire: "vendor" would have in the absence of the contract or agreement; 2. Any express warranty unauthorized by you; 3. Any physical or chemical change in the product t macde intentionally by the "vendor; "; 4. Repackaging, unl unpacked ed s lely for tire. purpose of inspection, demonstration, tion, testing or Iho substitution of parts under instruction frorn the manufacturer, and then repackaged in tho original container; inert 5. Arty failure to make such it 1spe tiori, adjustments, tests or servicing as the "vendor" has agreed to make or normally undertakes to ale in the c1SLI it course of business s in connection with the sale of the product, 6. Demonstration, installation, servicing or repair operations, except such operations performed at the "vendor's" premises in connection with the sale of t c: prc)ciuc:t (this exception does not apply to the extant that subparagraph 9. is applicable); or P'r'oducts which, miter distribution or sari: by you, have been labeled or- rel bled or- used as Ft Container, part or ingredient of any other thing or substance by or for the "vendor_ r ", l-1_ This provision, Additional Insured - Blanket ndors, does not app y to arty person or organization from whom you have acquired any products, including any ingredient, part or container entering into, accompanying or containing "your products ". c;. This provision, Additional Insured .■ UI ffcet does not apply to any "vendor" included OS an insured by an endorsement iSSUOtI by us and made a part of this policy. d. This provision, Additional Inured Blanket does not apply if "bodily injury" or "property damage" included within the „pr ducts -co Doted operations h ard" is otherwise excluded under the policy, including this or any other endorsement. Fire, Lightning, Explosion and Sprinkler Leakage If Damages to Premises Rented to You under Soction 1- Coverages, Cover,a e A Bodily Injury and Property Damage is not otherwise excluded under the policy, including this or any other en r er er1t, the following applies: . The lest subparagraph of paragraph 2. Exclusions of Section 1 Coverages, Coverage A Bodily Injury and Property Damage e is amended to red: Exclusions c. thr-cc.lgh n. too not apply to damage by fire, lightning, explosion or- sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner. A separate limit of insurance applies to this coverage as described in Section 111 - Limits of Insurance. b. Paragraph 6. Of Section 111 Insurance is at nended to read: 6. Subject to 5. above, the Damages to Premises Rented to You Limit is the most we_ ill pay under Coverage A for- damages because of "property you or temporarily occupied ied by you with permissior.1 of the owner, arising out of damage" to premises, while rented to any one Tire, lightning, explosion or sprinkler leakage "occurrence". Subject to all the terms of Section Ill Limits of Insurance, tlee Damages to Premises e Rented to You Limit is the greater i a. $250,000; or b. The amount shown in the Declarations larations fir Damages ages o Premises Rented to You Limit. C. Paragraph 4.1:).1.b. of Section W - ;or•rmrrmerc.iar General Liability Conditions is amended to road (1)) That is Fire, Lightning, Explosion. r rinklc r LeaKage or any similar insurance coverage for premises rented to your or temporarily occupied by you with permission of the owner; or 9. Extended Property Damage Exclusion 2.a. of Section # Coverages, Coverage A f3odily Injury and Properly erty Darmrage is replaced by the following: "Bodily oc ily ir-rjrurly" or "property damage" expected or intended from the standpoint 01 the insured. This exclusion does not apply to"bodily injury" or "property rty damage" resulting from the use of reasonable le force to protect persons or property. ty. 10. Newly Formed oc# or Acquired Organizations Paragraph ph -. of Section 11 - Who is art Insured, is replaced by the following: 4. Any organization i ation you newly acquire or form, other than a partnership, joint venture or limited liability company, f:pan-ny, an over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: R. M. Lee, Managing Partner .(; 1'409 64)4 . Coverage and r- #� is provision is afforded only until the -1 0 day after you acquire or form the organization or the end of the policy period, whichever is earlier; r; 1). Coverage A does not apply to "bodily injury" or "property c am•r ge" that occurred before you acquired or formed the organization; tion; and c. Coverage tB does not apply to "personol and advertising injury" arisinc j out ()t 1r offense committed before you acquired or for m d the organization. 11. Blanket Waver- of Subrogation Section IV - Commercial General l_.i if1 #y Conditions, , Itc rr 8. is replaced with: 3. Transfer oft Rights of Recovery over�y Against Others yam } J + t f� . t s. if the ► insorµ d has rights to f- Co or all or part of arty payment we have cad under this Coverage Part, thoso rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring ' suir or transfer those rights to us ancl help 1p u.us enforce c them. r. b. if required hy a written "insured contract" signed fwic r• to an occurrence or offense, we waive any right or recovery we may y lvo against any person or. organization because ause of payments we tale for "bodily injury „, "property care” or "personal ate! advertising injury" arising our of your operations or work for that person or organization. t oidiii/12; (t!I V iUhIr ! M .it ri )1 with h:rivii : ; ;t oi1. in 3 of Excel Pump & Machine, Inc. Policy #BAP5647880 Effective 10/1/07 - 10/1/08 L3lanket Additional Insured This endorsement changes the policy. Please read it carefully. This endorsement modifies insurance provided under the following: Business Auto Coverage Form Garage Coverage Fr Truckers Coverage Form The provisions and exclusions that apply toLiability Covermje also apply to this endorsement - -.� � �y.:+tr�ti.s.�ati.•.�. ��rr •- r��..�t�r.......tw�.•a:. eft._ �f�.- wv�:.;bw�.Y�*►7a'r�yeM.+wa1�.. ya��ie�tti Where required by contract, the names and addresses of all additional insureds on file with the insurer or the agent is n insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Cover' is afforded under this policy. The rdrtionl insured is not required to pay for any premiums stated in the PoiiGy or earned from the poky. I-Viy t +eka6 Id ril ty .ti llJt I I i, IF applicable, declared by s shall be tail to you. R. M. Lee, Managing Partner You rtner- You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will vivo ten ys notice to the additional insured. The additional insured will retain any right of recovery as a claimant Linder tIris policy. Page 1 of 1 Excel Pump & Machine, Inc. Policy #BAP5647880 Effective 10/1/07 - 10/1/08 Blanket Waiver of Subro at Ins ]�r�- rtR._ :.�.,..ti..�,,,�yrr .i►, 'rills endorsement changes tho policy. Please read it carefully. -FIii s endorsement modifies insurance provided under r t }he following: Ehosinens auto Coverage Form 1 Garage C v r•a Form Tr•u ck ers Coverage Form Where e r•equ i t ed by contract, Loss Conditions A. r., "Transfer of Rights of Recovery . ain t Others to Us ", does not apply if the r n or organizations are on file with the insurer or the agent. A R0 007 Pam 1 of 1 POLICY UMt E: !? 5647879 01 COMMERCIAL GENERAL L.I O ILIT CG 02 5 12 04 THIS ENDORSEMENT CHANGES THE POLICY. L AS READ IT CAREFULLY. TE CHA;GES'l1 AMENDMENT OF C PRiVIS NS O COVE A E CH NOF This n r ement modifies insiiranee provided under the following: COMMERCIAL G RAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGF. PART OWNERS AND A CONTi ACT � PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE RAGE PART PRODUCT WITHDRAWAL CC A E PART PRODUCTS/COMPLETED C E ATIONS LIABILITY COVFRAGE. PART RAILROAD T CTIVE LIABILITY COVERAGE PART • N In the event of cancellation or material han e that reduces or restricts h insurance ffor ed by this Coverage Part, we agroe to mail prior written en ri ti(x of cancellation or material ch r c , to: 1. Warne: CITY OF CORPOS � 'C► '.'. SCHEDULE 2. A rfn n PO BOX 9277 CORPUS cIL T 'r.r , Tx /8469- 92 r1 4/ . Number of days advance notice: Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 92 05 12 04 OISO Properties, Inc., 2003 Pagel of 1 0 POLICY NUMBER: BAP 5647880 01 COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSER/1E14T C11ANGS TIW: POLICY. PLEASE READ IT CAREFULLY. TEXAS C NCELLATION PROVISION OR COVER GE CHANGE END • RSEMENT This endorsement modifies insurance provided tinder the following: 1 BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE- row MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coveraigo provided by this ondomonventi the provisions of tho Coverage Form apply LINOSS modis. find by the endorsement. This endorsement changes the policy effective on the inception dale of the policy unless another date is indicated below. r . Endorsement Effective: 1 0/0112007 ...wt. Named Insured: EXCEL PUMP 4, MACHINE INC - Countersigned By: SCFIEDULE .A.1...........•...........■.................1,....,....... ••.........■.,.. •1-,11.... • • .■-•...... 4N- Aitimbor of Days' Notice 30 Name Of Person Or Organization CITY OF CORPUS cnrurri Address ro BOX 9277 Corpus chri,31:.j, TX 713469 *EXCEPT 10 DAY IN •HE,: EVENT OF NON-PAYMENT OW PREMIUM •,••••• • Ibrized Remseniativq ••••• • •• • • • ••• - • • If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. iv) AA fl nA ICsorN r... A — • .4 Tee WORKERI UtU 1(.31CILIMTYPI;NN:3% tAJRTAIONI\lciiik.Nplio) LIFIVicly)LOYERS insurance Com a y TEXAS lOTIG MATERIAL CHANGE PHANGE ENDORSEMENT WC420601 This endorsement applies only to the insurance r vi .i : d by the polity hocauso Texas is shown in Rem 3.A. of t1tc: Information Page. In the event of cancellation or other material Shan of the poliGy, we will mail advance notice to the person or organization named in the Schedule. The number f days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule, , Schedule 1. Number of days advance notice; tic e; 2. Notice; will be mailed to: CITY OF CORPUS CHRISTI 1 \.1 I.f \JI1 i.141 1 CORPUS CHRISTI, TX 78469 -9277 This endorsement chances the policy to which it is attached effective on the inceptiori date of the polity unless a different date Is indicated below. (1iu. following "attaching clause" need lie completed only when this endorsement is isiatted s ubsequr nt to preparation of the policy.) This end 's anent, effective on 10-01-2007 at 1 2:01 A.M. standard time, forms a pad of Poky No, TSF- 0001129352 20971001 of the Texas Math, :ll insuremno Company Issued fo EXCEL PUMP & MACHINE INC Premium r 1 C 4 a o 1 (ED. 4) Endorsement No. AGENT'S COPY • Authorized Reprosetitative DSIIAGGER 10-01-2007