Loading...
HomeMy WebLinkAboutC2007-479 - 12/11/2007 - Approved' - 2007-479 12/11/07 M2007-312 Epoxy Design Systems S P E C I A L P R 0 V I S 1 0 N S S P E C I F I C A T 1 0 N S A N D F 0 R M S 0 F C 0 N T R A C T S A N D B 0 N D S F O.N. STEVENS W.T.P. CLEARWELL. NO 2 REPAIR FOR WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: . X61/826-1881 y Fax: 361/826 -1889 D � DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS OF Z! v Phone: 361/880-3500 ���.•....,�� Fax: 361/880-3501 -�. or JOHN S. WOLFH P io PROJECT ISO: 8546 82128 ID iPCLr [;. *' DRAWING N: TR- 3 8 7 �► M - S P E C I A L P R 0 V I S 1 0 N S S PECI F I C A T IONS A N D } F 0 R M S F C 0 N T R A C T S A N D B 0 N D S 1 F 0 R O.N. STEVENS W.T.P. CLEARWELL NO 2 REPAIR FOR WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone:_ 361/8-26-1881 Fax: 1-1889 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 --3500 Fax: 361/880 -3501 PROJECT N: 8546 f RAIN NO: WTR --387 I j JOHN S. WlFPE jo io 82128 A, 7hr � � •• L AL 0 -7 F (Revised 7/5/00) 0.1, STEVENS W. T. P . CDEARWELD NO, 2 REPAIR Table of Contents NOTICE TO BIDDER (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Sept . 200 0) Insurance Requirements NOTICE TO CONTRACTORS B (Revised 7 5 o ) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISION N -1 Time and Place of Receiving Proposals /Pre --Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project -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 Proposal, 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 ■ (NOT USED) --1 Construction Equipment Spillage and Tracking 4' ■ - BAr C 1 a& vatien a /" # l R i"ti#4Af \y l ■ti (NOT USED) A-16 Disposal/Salvage of Materials A i7 Gffiee (NOT USED) A-18 Schedule and Sequence of Construction Ar 19 ( NOT USED A-20 Testing and Certification (NOT USED) A-22 Minority/ Minority Business Enterprise Participation Policy (Revised 10/98) y ■ r r (NOS USED) A-24 Surety Bonds A 25 Sales-Tax Brxemptien LL NO LONGER APPLICABLE (6/11/98) { A-26 Supplemental Insurance Requirements Damage Glaifna A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A--1 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) +. the Git= (NOT USED) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 r ■ ■ ptanee (NOT USED) A-40 Amendment to Section B-8-6: Partial. Estimates X A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) NOT USED A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Gua ranter " (8/24/00) ATTACHMENT l O.N. Stevens Water Treatment Plant Visitor/Contractor On-Site Permit PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART T - TECHNICAL SPECIFICATION DIVISION l - GENERAL REQUIREMENTS 01005 Definitions and Terminology 01010 Summary of Work 01040 Project Administration 01041 Job Management 01400 Quality Control 01656 Disinfection of Potable Water Facilities 01800 Forms DIVISION 02219 02254 02255 02258 02267 02270 025.9 SITE WORD Excavation Compacted Earth Fill Earth Fill Classifications Geotetile Geomeml ra ne -HDPE Seeding for Erosion Cont rol Gravel Paving DIVISIONS - T USED) DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07900 Elastomeric and Ikon- Elastomeric Joint Sealers DIVISION 8 - 1 (NOT USED) LIST OF DRAWINGS 1.. Title Sheet 2. Dotes, Legend, and Abbreviations 3. Site Plan 4. Plan view and Details 5. Grading Plans and Details 6. Reference NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE B 1D NOTICE TO BIDDERS r x .. r NOTICE TO BIDDERS t Sealed proposals, addressed to the City of Corpus Christi, Texas for: 011q, . . . CLEARWELL NO. 2 REPAIR consists of two base bids. The first consists of installing 2,040 linear feet of cor bi lex . sheeting, attached to the concrete floor and side galls at all interior joints of the clerl.l with epoxy resin adhesive, to minimize e leakage out of the clearwell.. The contractor must comply with all applicable OSHA re quirements including those relating to confined-space entry. The second base bid consists of 'improvements to 492 feet of the clearwell perimeter to prevent storm water runoff - - from adjacent grounds and the clear ell! roof from eroding the adjacent downward slope, including excavation of existing soil, backf,ill with select materials, compaction, and grading. Bidders can submit bids for either or both of the base bads, 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, November 2 07, and then publicly opened and rea #: Any. d received atter c osing time will be returned unopened. A pre -bid meeting is scheduled for 10:00 a.m., Wednesday, October - 2007 and will be conducted by the City. e c t im n of t mee ing :r w be the O.N. Stevens Water Treatment Plant, 13101 Leo and Street Corpus Christi, TX. A site visit will follow. 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 onsive proposal which will not be considered. Failure to provide required performance and payment bonds for :. f 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 F! f and no /100 Dollars $ as a guarantee of their return in good core it , 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 gage 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," flworkman, " or "mechanic" employed red on this project. The City reserves the right to reject an or al.l. bids to waive e 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 r public. CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engineering Services Isl Armando Chapa City Secretary Revised 700 NOTICE TO CONTRACTORS -A V NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCF, COVERAGE 0 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage Commercial General Liability including; $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Fora 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations 6. Hazard 7. Contractaal Insurance 8. Broad Form property Damage 9. Independent Contractors 10. Personal Injury AUTOMOBILE LIABILITY--OWNED NON -OWNED $ 1 000,000 COMBINED SINGLE LIMIT DR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' ERS' COMPENSATION CDNTENS TIDN ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS" LIABILITY 100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ❑ REQUIRED Not limited to sudden & accidental discharge; to include long -tern environmental impact for the disposal of NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ❑ REQUIRED 0 NOT REQUIRED INSTALLATION FLOATER See Section B - -11 and Supplemental Insurance Requirements ❑ REQUIRED IL NOT REQUIRED Page I of 2 The City of Corpus Christi and Freese and Nichols, Inc. rust he named as n additional insured on all coverages except worker's er's compensation liability coverage. _ s ()The name of the project must be listed under "description of operations" on each erti fi apt F insurance. Tor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty 30 days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-1 I or Special Provisions section of the contract. completed "Disclosure of Interest's mast be subr fitted 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 6 NOTICE TO-.CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR C NSTRU T ON PROJECTS FOR GCS ANT EINCTEWCUMS Texas law requires that ;cst contractors, subccn ractors, and .; others providing work or serv�ces for a City ]wilding cr construction pro-:. ect: must be covered by worker ' s compensation insurance + authorized se - insurance, , or are approved worker's ' s compen a �. i : coverage • agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services including deliveries to the job site zo provide I of the 3 forms of worker's compensation coverage, the City will require such coverage for all indi i t S. INSURAN CE Part H. TEXAS NVORKERSt COMPENSATION C MSS , Chapter 1* R Q lIRED NOTICES OF COVERAGE Subchprr . P.ER *'ICS %, i L7 e a L2 i i1 o.110 Reo rrina x a uirem en rs for Building or Construction Projects for Grovernmental Entities (a) �' The toUo win words -n rm tes, hen used in this r i . sha.0 have the followina mea n s, unless # es oL� er rise. '�: not �e� t.tus rule shall have the mean in e e the context c'e�.rlI tnorcat the Texas Labor Code, a so defined. '} t A f "f ; .. # � �► �` a : ate u an e L x,M m cat r 1 L## ri " i CertL .w of ov :ate cer .Lnc..#. c) =' Issued b rr the c a='sslo , c r a worker sa cot ensaucn coverage anreement (TWCC-8 t o sea insure �� T��, or ��� -�, shown statutory workers' cornensauon insurance co��erae Tw : person's or e:�ti s e: o e i.nciudn those su'oJec�t to coverage as reement pro xnr for the p � services on a Droect, for the duration of the project. n�- as the rnea^ � ' defined in the Texas Labor Cody, � 40 .o9 e (3) (2) Building or cor�struc� o . • for or awarded a building or constru ion project by a governmental Contrac�or --�:. person bidding �. entity. 1W --�` cornersator irus-anc.e rneeti the statutory requirements of the "eas (4) Coverage ores # Labor Code, § 401.011(44). (5) -� n 2=e :::ent on form T CC- 1, form T vC -3 , form TWCC- 3, �overase agreement —A � wx�.tt .� e Texas � orb ers' Comr)ensation omission w e establishes a or Corm TIC -, fled o ` # between the par-nes for purposes of the Texas rvor ers Compensation Act, p relationship _ � to ee and Labor Code Chapter 40 5, Subchapters and G, as one of employerle the 'e,.s � nsaton coverage for persons estabishes 'o wiI be respo asib le for providing workers' camp proving services on the project. (6) time firo the bey of vori -on the project until t.e Duration of the prect�lr�clude the � worm on the croiect has been complereCi -and accepted bv the goverrunental entity. e r i e ("subcontractor" LL, `' 406,096 of the *pct) -- rlth e (7) Persons roan se:*..s on t.. J exce tnon of oe r n e luded under subsections and (i) f this e ti r� includes all persons or .. . services the contractor has undertaken to performs on the ro�ec�� ent�ns p:�r a�i or part o f the sew f nether w ether that person contracted directly with the contractor and regardless o reard�ess o� � 'but is not to deoendet contractory subcontractors. that person has rr� l �.. Ms # ;o e° of 'e motor carriers owner - operators, employees of am such er�trry, or errrp leasing o rnparu • � + '' the ro ems. ��e�ice" 'includes but is not ire a. entnty f-1 *stun per to p rtor� s maces on � NOT ICE TO CONTRACTORS Revised 1/13/98) 817/98 hat) www,scs. state. r .0 to I 10. l l .htz Page 2 of 7 w ae + +- i� r uipr,e or *,.... . �.s .. Sabor co ca. or of LJ ILL.. at..... ....# en t, a...4�.r� �} se:- %c : °: tiw� o a ro ect.:4 e rice :� does not -::: ° acti t:es :::elated to the pr 1ec � b as f *_%'-) .r+e1-z,-e venco , o ° supply d Uveri , n" ceavery or -ors-able toners. .::crude e fro #�i i or e: vices e:a:ed to u� : vx or nstr do cm act for i (b) PA1 ov *,di*r.� or causing to ce provided a cer 'Rate of covers e pursuant to this rule is 2. re r e:::.a" o 4. by the insure that aU employees of " e insured who are providing services on the project are co•.,ered by woryzers compensation coveraize, that the coverage is based on nroa r tiM i reporting of c1assm"cation codes and payroll amounts, and that aL coverage agreements have been fed with L e appropriate insurance carrier or, in the case of a scif= insured, with the conurr ssion's Division c Seel - Insurance. Reguiation,. Providing false or Mislead*m c :�:� . res or coverage, or ralling to provide or rna stain required coverage, or faffing to re0sort y c :mss that maten' U ar'ic the provision of coverage rnav sT�oject the contractor r other person providing services n the project to d iM's —e.`ve penalties, c.ri al penalties, civil p :La des, or other civil actions. (c) A szove=Cntal entir -at enters into a buildkm or cons=ction contract on a project. shy: g _� `+ (1) include in the bi . `.0 1 1 .11 Page 3 ot" 6 - - i . 1 contractor shaH. provide coverage for its emoio -ees crovioixrg services a project r- *oration the prof : wised on proper repor m of class ca::on codes and pa o�i amounts :c : of any coverage agreements; * pro rid a rt rcare cover ge showins workers' comnen ation .a t the govenunental !nury prior to b "nn .~: work on :,e cr o e :t; provide the gove: mental en6 ,•, pr,or to the end of the coverage peiod, a new cerdLcate of coverage showing extension of coverage, if the coverage period shown ors contractor's current weruhcate of coverage ends durinsz th.e duration or the project (4) obtain from each person pr vidin services on a prof ct� and provide to the governmental entity: . certificate of coverage, prior to that person berg work on the proiect., so the gover=ental ZMMY will have on fie r cates or coverage showing coverage for all persons providing services on ..:e project; an . (B) n later than seven days ae: r :ir by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current cer=0 -c to of coverage ends during the duration of the project; (5) retain ail required crdficates of coverage on file for the duration of the project and for one year thereafter, (6) notify the go a ental entity in writing by cert ed mail or person elivery, within ten days der the contractor knew or should have Y-nown, of any change that materiaUy fi'ects the provision of coverage of any persona providing services on the project; (7) post a notice on each project :Le =orming aid persons provid g services on the project that they are required to be covered,, and statiniz how a person mav verify current cover=e and report faUure to provide coverage. This notice does not satisfy other posting requirements =posed by the Act or other commission rules. This notice must be printed nth a title in at least 30 point bold type and text rn at least 19 point normal type, and shad be %n both En gsh and Spanish and any other language common to the worker population. The text for the notices shall be the fo owing text provided by the commission on the sample notice, t�rithout any additional words or changes: RE QUMED W0R=,S'C0Y2FNSATI0N COVERAGE "The law requires that each person worn on � site or providing services related to this p g P g construction prote mast be covered b workers' compensation insurance, ::.snciudes persons ct Wing, haulm r delivering equipment r materials, r provid g labor r transportation r other g g .. service related to the project, regardless the identity o heir employer or si nos .s are employee- F Mp "Call the Texas Workers! Compensation Con nission at - 440 -3789 to r°c°:ve information ation on the leizal requirement for coverage, to ven* whether your employer has provided the required coverage, o r to report an employees failure to provide coverage." NOTIC"EC TO CONTRACTORS I:n : ww w.sos.state,t .us t 11 11 110,110. htrnRevised 1/13/991 8/7198 pace 4 Of Face 4 of %. .,S T "C is .1 ' " '^ "rt '3 Sex cro)e to: (8) co::t:ac t: Iv :� n ^ rs n % :41 � ��'� i�'::� contr :.� .�. ... ' ` r o cIas cadon c -odes and oavroii �..�.:ounts and � (A) orovi co rera e r „� -�* ror the duration . ,� X 04 oft e1"i'.G'io�' ° pr vl l�*:� r :'ices ri Ile prole.. , of any coverage agree. . of the role ; • ,. - c, Co the con" actor prior to that per son b ,6nn"nLy woo on the (13) pres ide a certlfic, -t or . eras proe races ~. the ro "e e !im age in sub e % cn (e)(3) this (C) inciu e in � conga `o pro %Ice se P section: • -- the end of� coverage : god, new rti ca'.," or coverage (D) proM th ',o itrac ,poor • ' " cover ge a is shorn on the current er= :e o coverage showing extension or coverage the .. ends during the duration of the projet; ' �' other person with Sri iz contracts, and pi ovi to a cor�.rrac�or: (E) obtain �rorn each user e: sor be OIL g work o the prof Ci) a ce:scate ofcover�age, prior o use o ... ce�cate of coverage shoe ee^.sion o the Cd) prior t the end o the coverage period, a ��e , ,. e - coe�-ae period, i the coverage period shown on the current. ce:u►cate of coverage eras during durauoa o i the project- covera a on fie for the d radon of the proje and for one year (F) retain a required ce. sates there: ; �- ' ' oeru ed w aif o r personal d l�ver , Within ten days (G) r�otL�y the gvenrnrnertai entity' �vrtt�ng y - �e vrisin of w or should have o� cf change that ter��I affects after the person e coverage ofa.n person pr vi in services on the project; and y person with whom it contrac"S t perform as requi�`ed by (H) conx aUy require mach other + 0 d o the person = hs (A)-(11) of this �o with the certificate of coverage to provide p suhp ara ~ g for whore they are providing s me s. person providing services on a proms other than contractor, shad: • • Providing services n ro *ems for the durauon of the project provide coverage for' empioees p .. ) n proper reporting of c assir` ation coaes and payroU amounts and Ming r an coverage based o p _ agree nn *ents; t of coverage as re dare b its contract provide services n the project, (2) provide certoa �. ' prior to bei2jnni rage � of ;�, �- :. tie c; • *•e; a wi be leased on proper revortLri of lass xcatton nor r:.° c;.,ator... protect.,# be fed with the appropriate e a�a o oil a:�:onts, and that a coy e: arse arreee...Ps t co �• with the co�ssion Di svtr or pelf - insurance us . :c a corn r r, ;�: the case of a elf trs n, administrative ... a or rniseadin ".�oro rrar sube� �erttractor to e. :aeon. rovto to . "d s. rr a e. antes, civil penalties, or other CIVU aeons. pena . rovidin services on the pro ms prior to the e d of the x (4) provide the person for vnn , .ft " rC.ix. ate shown extension of coverage period shoes on its current cerucate of coverage, a new � `� • - shown on the cs�ete f cove: ale ends d� the duration of the coverae, Lr the coverage peod proje ,, - 'dam e: vices o a r 'e under contract o i , � provide as (5) obtain rro each Verson prove g required by its contract: (A) a e prior t the osier person be,� work on the proi9 ecE; and ces-uf date of doer p • coverage period. a near ce==e coverage shoes extension of the (B) prior r to the ens o f e o ends Burin the coverage period, ` the covers eriod shown on the current cer d cate of coverage duration of the prole; • required ` � to of covera a on fie for the duration the project and for one year (6) retain a rt thereafter; • in vrn= b coed mail or person delivery, of any change that (7) nottxy the vrreni er�tt' .. ' project as�d send the provision coverage c any person proving services the prod n�aterxally `ects p change' and within tend aver the person "Mew or should have known- of the .. the r�otte � (8) contractually require each other person with whorn it contracts to: • proper re of classification codes and payroll amounts and fin (A) provide coverage used on r reporting 0 � . - duration e� ents for ah of emolo ees providing services on the protect, for the of and coverage afire _ ofthe project-, coverage to it prior to that other person be�� work on the pro�ect� (B) provide a certificate of c p e�ct the fart ix� aragmph of (C) include a contracts to provide services on the pr ��a subsection; end of �e coverage eTlod, a never ce�cate of coverage show extension (D) provide, prior to the %W • i the covers a e:i d shown on the current cer cate o covera a ends of the coverage perm p dur*msz the duration cf the project; (E) obtain n-orn each other person ender contract to it to provide services on the project, and provide as re aired by its contract: (i) a certificate of coverage, prior to the other per son beginning work on the project; and (H) coverage eriod near certificate of coverage showing extension of the poor to the end of the f - v period shown on the current certificate of coverage eras dung the cave; ale period, �` the coverage p n � oI 1 . l l .htnx� NOTICE or�► i � � http: 1wvww.sos.state- r .us tac 1VI Revised page 6 of 7 Page duration c he contract: retain a . recu ed °ru,n —es of covera e on e for the duration e# �1Ae project and for one year (F) ter.a_tte: ; the overn ne *ai ^. in Ming by ce��ed rnail r personal delivery, within ten days (G) nufv ... o -� � provision 0 after the e: k new ne v or mould have kno � , of any change that mzte..auy affects the coverage of any person provi= services on the projea; and µ contractual�v reau re eac:i person with whom it contracts. to perlOmn a required by this ar ra and sub ara r ans (A)-(G) of this p��p14 with the ce: u tcate o coverage t he ubp , 1. provided to the person for -� h nrn they are provi ing services. . 0 If any provision vision o this rule or its ate cation to any person or cirmnis=cc is held invafid, the invahity does not affect other urovisioas or applications of this rule that can be given effect without va d provision r a lica or and t this end the provisions this rule are declared e the �n p � severable. - 's rule is au ficabl for buu"din or construction contracts adve:. sed for by a governmental (g) endry on or aver September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not reuired by law to be advertised for bid. e uire:ne: L this rule does not l t motor a,r�-iers who are required pursuant (h) The coverage r apply ..: to Texas civil statutes Article 667 c, t register With the 'exa lDart ent of Transportation and rho p rovide accidental insurance coverage pursuant to Texas Civ Statutes, Article 6675c, 4G • (i) The coverasze requirement in -this rule does not apply to sole proprietors, partners, and corporate officers who meet the r uirements of the Act, § 406.097(c), and who are explicitly excluded front overage in acr ord nce Frith the Act, 406.097(a) (ass added by House 1089, 74th Legislaturc, 1995, 1.20). This subsection applies only stile proprietors., partners, corporate executive officers who are excluded from coverage in are * e poky or certificate of authority to self -sure that is delivered, issued for de very r renewed on r after January IT 1996. Source: 'he p ro isions of thi 110.110 adopted to be effective September 1, 19941 19 TexReg 5715; mended to be effective November 6, 1995, 20 Te Reg 8609. Return to Section Index http -.//vrvvw. s os . tate.tx.usita 81W I I 1 10.11 -htn Revised 37 7 9 s• r PART A SPECIAL PROVISIONS 0*N. SETS W.T.P. ALL NO. 2 REPAIR SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receivip Proposals /Pre -Bid etir +l ■ .�ww�w - i - - - n.mm�._._w Sealed proposals will be received in conformity wi The City intends to award the lowest comb]" - nation of Total Base Bid 1 and Total Base B.id 2 to one or two contractors. The C-.ty reserves the right to e ect 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. THE CITY STAFF AND CITY COUNCIL SHALL EXERCISE ABSOLUTE DISCRETION I EVALUATING THE ACCEPTABILITY OF THE PROPOSERFS QUALIFICATIONS. Explanation of Proposal Base Bid 1 consists of installing approximately 2,040 LF of combiflex sheeting, attached to the concrete floor and side walls at all interior j olnts of the cl :arwell with epoxy resin adhesive. Base Bid 2 consists of improvement of approximately 492 LF of the clear el l perimeter including excavation of approximately 1,320 CY of existing soil; compaction of approximately 1,100 CY of bac fill with select material installation of approximately 110 CY of crushed stone; installation of approximately 715 SY of geotextile; ,installation of approximately 71 Y of geomembrane; and installation of approximately 986 wall anchors. Item be Submitted Frith Pro oral The following items awe required to be submitted with the proposal: ].. Bid Bond (Must reference 0. N. STEVENS W. T. P. CLEAR WELL NO. 2 REPAIR, PROJECT NO. 8546 as identified in the Proposal) . (A. Cashier's Check, certlfied check, money order or bank draft from any State or National Bank will also be acceptable. 2. Disclosure of Interests Statement 3. Qualification Statement provided with Bid Form. A-6. Time of C2MIetion/L19BIdated D2Mpaes The Contractor(s) will be required to follow tight scheduling for construction and will be required to meet deadlines for completion of each phase of construction shown below. The project has been divided into two phases. The Contractor(s) is (are} r .red to o n late each phase ex t where ,noted before proceedin on other ____p Wo, unless written authorl ation is iven by the City En -sneer to devxi ate from the sequence of construction. Time duration for construction is allocated for each phase, and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day that the work is delayed. The time duration for each phase is transferable between phases. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and verified by the City ., The working time for completion of the Project if Phases are completed in sequential order will be 120 Calendar Da . Each Phase of the Project shall be completed within the number of calendar days allocated below: Section A - SP (Reprised 12/15/04) Page 2 of From D ore* i Phase I (Base Bid 2) 30 Calendar Days *Start of the Phase I is delineated by the Notice to Proceed. Completion of Phase I shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and verified by the City. From Day Thi r - one Phase 1I (Base Baal 1 ) 90 Calendar ]days * *Start of the Phase II is delineated the substantia oom late Phase I as determined the Engineer. Completion of Phase II shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and verified by the City. If Base Bid l & Base Bid 2 are awarded to single contractor total to e will be 120 Calendar Days. Days Allocation for Rater The Contractor shall anticipate the fallowing number of work days lost due to rain in determining the contract schedule and for each stage of the contract. rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Corpus Christi. International Airport is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that thence was are impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction Contract for a period of 120 Calendar Days, as detailed elsewhere in the contract documents. After contract award and pre - construction meeting is ►eld, the Contractor shall commence work within ten ('10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer ") to proceed. For each calendar day that any work remains incomplete, for each Base Bid, or for completion of any Phase of the work, or after such time extended pursuant to other provisions of this Contract, 1.100 calendar da 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 frori� delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. . A--7 workers Co s tion 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 Section Revised 12/15/04) Page 3 of cancellation of the workers' compensation .insurance coverage to be replaced, then any Contractor employee not covered by the required workers compensation insurance coverage must not perform any work on the Project. - - Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 lFaxed fro Bala 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 Acknowledgp!eint of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wase Rates (Revised 7/5/00) Labor preference and wade rates for Hq±v n. -� e ef- ee:,�l�, M r, i mt Prevailing Wage des The Corpus Christi City C:omcil has determined the general prevailing rai diem hourly wade rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and nechanics employed by them in the execution of the Contract. The Contractr or suboontractor shall forfeit sixty dollars ($ 60. oo) per calendar day, or portion thereof, for each laborer, workman,, or mechanic cloyed, if such person is pain less than the specified rates for the classification, of work perfonTed. The Contractor and each subcontractor Must keep an accurate record showing the names and classifications f all laborers, workmn, and nechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will poke bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. Thee documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional areg„i xe nt omoemirng the proper form and oant .nt of the payroll submittals.) Section lei - SP (Revised 12/15/04) Page 4 of 2 One and one-half (1') tomes the specified hourly wage n st be paid for all hours worked in e oe s of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section 1--1, Definition of Terms, and Section B-7-6., Working Hours. ) A-11 with Public - 0 (used 715/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the 13-MI ts of the Project. The Contractor shall provide a forty-eight 48 hour notice to any applicable agency when work is anticipated to proceed in the vic jxai ty of any facility by using the Dig -less System 1- 800 - 344 -8377, the Lane Star" Notification COmpany at 1-800-669-8344, and the Southwestern Belk. late Croup at 1- 800 -- 828 -5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer" 880 -3500 Project Engineer 512 -- 451 -7955 John Wolhope, P.E. Traffic Engineering -3540 Police Department 882 -1911 Water Department 857 -1880 (88 --3140 after hours) Wastewater Department 857 -1818 (880-3140 after hours) r Gas Deparbmnt 885 -6900 ( 885 --6900 after hours) Stem Water Department 857 -1881 (880.3140 after hours) Parks & Recreation Department 880-3461 Streets & Solid Waste Services 857 -1970 B 299 --4833 ( 693 -9444 after hours) S B C 881-2511 (1 -800- 824 -4 24,after hours) City Street Div. for Traffic Signal/Fiber Optic Locate 857 -1946 857 -1960 C blevision 857 -5000 (857-5060 after hours) ACS1 (Fiber Optic) 887-9200 (Pager 800-724-3624) KM (Fiber tic) 813 -1124 Pager 888- 204 -1679) CZoiceCarn Fiber Optic) 881 --5767 ( Pager 850-2981) CAPROCK Fiber Optic) 512/935-0958 ft bile) Brooks Fiber optic (AN) 972 -- 753-4355 A -12 Maintenance of Services The Contractor shall tape 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 reaps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of ct with regard to the location and ..pro3 nature underground utilities, etc. However, the ,and completeness -accuracy 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 y own expense. " In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall Blake the necessary repairs to place the utilities back in service to construct the work as ]Lntended 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 rust 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. Section A -- SP (Revised 12%15%04) Paqe 5 of 2 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 The Geftti=aileter will be r-e-qui-red sehedale- 41-s epei=atieRs 5e as-- a • Faay . ne i r drriveway5 half 1b. %J, net _,-I A- J 16 _L_A a %J fi widths-F le struetle.n.-1 ramps, • A--14 Construction ESHIpment illy a and Track �ar� The Contractor shall ]pop the adjoining streets free of tracked and/or spilled materials going to r 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 serer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals NOT USED The eiteavated f i # r w ■ #. r � r � r �. & rr a. f III 4K A--14 Construction ESHIpment illy a and Track �ar� The Contractor shall ]pop the adjoining streets free of tracked and/or spilled materials going to r 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 serer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals NOT USED The eiteavated * ---1 , ., B*eavatien"t w!14 be F&ade te • Section A — S$ (Revised 12/15/04) Page 6 of 3 A-16 Di spos l Barrage of M to is l 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 Offoe NOT USED ■ J­ repr a i• ■ leae-t 3-9" ista. --6.011 and tinie 123 -.The Gefttrmaet r she-11 the- field y the F . t * r # G-Jty- Engineer- r r • eff_L_%e%e en t4he S- as r r ■ ■ + a item fer the field f • A-18 Schedule and SffMence of Cons truot3On The Contractor shall submit to the City Engineer a work plan based only on _K CAMNDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three ( ) working days prior to the pre- construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three ( ) 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: : Indica.te submittal dates required for all submittals. 4. Fie- Submission: Reprise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Constructi i 111111111 w 1111''! f �•} +V y■ .0 wr ' W-F r 3 MI IN Wa SEEM W- r r w • W-v k ILW i � III I 1 111, + w w # f M *i r wr f +► wr C* .. e- All 3++ l 4 3n tirr. -� wry en r A-20 Testincr amd 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 tasting will be borne by the City. In the event that any test fails, that test rust be done over after corrective measures have been taken, and the cost of retesting will be bonne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable ce tifications to the City Engineer. section A - SP (Revised 12/15/04) Page 9 of 23 r r I the. 1.I i er deviat4en- if the We Ller t.hKI # * of valves * -- and at r the e e.I I AMA + # e R -I t h gb • • t-he i i 111111111 w 1111''! f �•} +V y■ .0 wr ' W-F r 3 MI IN Wa SEEM W- r r w • W-v k ILW i � III I 1 111, + w w # f M *i r wr f +► wr C* .. e- All 3++ l 4 3n tirr. -� wry en r A-20 Testincr amd 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 tasting will be borne by the City. In the event that any test fails, that test rust be done over after corrective measures have been taken, and the cost of retesting will be bonne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable ce tifications to the City Engineer. section A - SP (Revised 12/15/04) Page 9 of 23 A-21 Project Si s NOT USED 1 4,14 , ■ e0ft5tr_Het_jen A"l a., EJ, Ahns aad -the • A-22 Mnority/minority BusIness Ente p is arti i s#.ion Poloey IL (Revised 10/98) 1. Poic 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. 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. Minor. Business Enter rise: 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 datives,, and Asians or Pacific i 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 shave 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 ) . { For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). Section A - (Revised 12/15/04) Page 9 of 23 3. 4. 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in a ent Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 1.o 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: b. The Contractor shall make bi-weekly payroll submittals to the City =ri Engineer. The Contractor is to indicate the percent of minority and female partici i # w a ■ a • rk W i i i # a A W A a r 104 MI r ! • • y/ art +�+ i r J�Jiii�ill 11111ill r ! 0 WAM Ell 1 # F-44 0 M H i t F�'# 14i�� *�1�!■"1�1��i'iiYLy■i! *if�iliis : : ! ON ! r • ti r r ",Ible Ever- - sales tam a ; i ■ , The Gen-t=raet-e-� meet lss;bie a alse * T - - -- - - 1117 __^_S _7 _ f1 _ /'7� 11 y■_T _� A /'ti +'a 7� !1 '_� 4� K� 7r 7'ti 7e .1 f� �.+ A-26 Supplemental Insurance Pueguirements 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 chap to: Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 9 -9277 3. Dumber of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty ( o ) 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. Section A - sp (Revised 12/16/04) Pace 12 of 23 A a r �. r ■i f t w i ■ ; r r J�Jiii�ill 11111ill r MMIF _11-1 f • : ! ON ! r ti r r ",Ible Ever- - sales tam a ; i ■ , The Gen-t=raet-e-� meet lss;bie a alse * T - - -- - - 1117 __^_S _7 _ f1 _ /'7� 11 y■_T _� A /'ti +'a 7� !1 '_� 4� K� 7r 7'ti 7e .1 f� �.+ A-26 Supplemental Insurance Pueguirements 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 chap to: Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 9 -9277 3. Dumber of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty ( o ) 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. Section A - sp (Revised 12/16/04) Pace 12 of 23 For each insurance coverage provided in accordance with Section - -11 of the Contract, the Contractor shall obtain an n ment 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 ompensat.ion 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. A-27 ResL>qnsibillty for Da,aa Claims NOT USED MIT i A r + 0 N alim i Nil! 11 IF y a A- OWSP I= i # ! !' ! T ! ! Y Y' ! W BROM VVEMPRIPM P ON i a ,Y •4 ra we a r F A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract,, then prior to award, the City Engineer may require a bidder to provide documentation concerning: I. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two ( ) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the li contractor,q Field Administration Staff The Contractor shall employ for this Pro3ect, 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 resent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state ,rage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job situ at all tames that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years reoent experience in silar wort and b subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval frorn the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City - Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such ritten of t l.d adninis tr tti n staff 31-9 a pry site to the City neer's obligation to MMte a oontract for tjils Project. If such approval is not obtained, the award-may be rescinded. Further, such written approval is also necessary prior to change in field administration staff during the term of this Contract. if the Contractor fail. s to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Poeet during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section - -1. Amended "conside a i n of contract "' E2Mirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text The Contractor, subcontractors, and suppliers shall be qualified and experienced in the performance of the work required by the Contract Documents. In evaluatin g the bidder's qualifications to perform the work specified in the bid, the following factors will be considered: a) whether the firm performing the combiflex ling has previous experience successfully completing similar protects; b) whether the farm performing the grading has previous experience with ear hwrok on similar structures; c) whether the Contractor has adequate personnel, plant, and equipment to perform the work properly and expeditiously, and d) the Contractor " s approach to performing the Work. At the time of bid, the contractor shall submit qualifications and experience information to demonstrate that the Contractor and its subcontractors meet or exceed the following specific requirements A. The contractor and subcontractor shall submit a list with a minimum of three ) projects completed within the last five ) years, where the Contractor subcontractor has installed combiflex sheeting* Section lei - SP (Revised 12/15/04) Page 14 of B. The contractor and earthwork subcontractor shall submit a list with a minimum of three ( projects completed within the last fire ) years, where the Contractor /subcontractor has done similar earthwork; brief description for each project shall be included for each project { listed. Each project description shall contain the name, address, and telephone number of the owner's agent. The projects submitted for experience qualifications shall demonstrate the qualifications of the proposed staff. For each project description submitted, the project description shall identify the name of the Contractorfs installation superintendent, key technical staff, and quality control personnel to assist in evaluating the qualifications of the contractorf s proposed staff. The bidder shall submit current resumes for the proposed key staff demonstrating compliance with the qualifications and experience requirements. The Owner will approve or reject the Contractor's qualifications prior to Award f the Contract . owner tar request are interview with the bidder as part of the bid evaluation. Within. five ( working days following the public opening and reading of the proposals, the three ( ) apparent lowest bidders (based on the Base Bid only) Must submit to the City Engineer the following information: 1. A list of the major components of the work, 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 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 firs meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. if the responses do not f clearly show that MBE partIcipat,ion 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. . 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, Mien 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 B Section A - SP (Revised 12/15104) Page 15o subcontractor will result in an increase in the Contract price, Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; - 7. A preliminary progress schedule indicating relationships between the major components of the word. The final progress schedule rust be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A -2 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five ) days following bid opening, submit in letter forgo, information identifying type of entity and state, -i.e., Texas or other tae Corporation or Partners 1p, and names and Title(s) o of individual (s) authorized to execute contracts on behalf of said entity. A-31 2mended 221ja on Extra Mork and Orders Cinder "General Provisions and Requirements for Municipal Construction Contracts ;.. B -- Policy on Extra Work and Change orders the present tit 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 ix n amount in excess of $25,000.00 must also be approved by the City Council. A�32 An=~Uui ITOMCUtion of Contract" Pimpi its Under "'General Provisions and Requirements for Municipal Construction Contracts "' B-3-5 E ecuti.on of Contract add the following The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bide of his attend to carry out the provisions of this Contract. Contractor i reminded to attend Pre-Bid referred § .q ro is * on-- A-1. .!AM A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during ng the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the 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 Se tIon A - SP (Revised 12/15/04) Page 16 of 23 Transportation Standard Specifications for Highways, Streets and Bridges, AST i specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 city Water Faellities S 2cial Requ:Lxvuents A. Visitor/Contractor Orientation Prior to performing work at any City water facility. the Contractor, his subcontractors, and each of their employees must ... have on their person a valid card certifying their prior attendance at a Visitor/Contractor Safety orientation Program conducted by the City Water Department Personnel. A Visitor /Contractor Safety Orientation Program will be offered by authorized City Water Department personnel for those persons who do not have such a card, and who desire to perform any work within any City grater facility. For additional information refer to Attachment 1. B. Operation of CiLtz-Owned t 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. Protection of Water la. 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 Grater Department to protect the quality of the water. D. Conforwi w:Lth ANSIINSF tand rd 61 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any ether items, which could come into contact with potable water, rust conform to American National Standards Institute National Sanitation Foundation (ANSI/NSF) Standard 61 as described in the Standard Specifications. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds,, coatings , or hydraulic equipment. These items must not be used unless they conform with ANSI NSA` Standard 61 and unless such iteags are inspected on the site by authorized City personnel. � M%A6& e . 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. Handl:LpA. 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 section A - SP (Revised 12/15/04) Page 17 of 3 shall deep work areas clean at all times and remove all trash daily. CONTRACTOR' ON-SITE PRE RAT ON F. Contractor's personnel must wear colored uniform overalls other than orange, blue, or white . Each employee unjLforz must provide company name and individual employee ident float -ion . G. Contractor shall provide telephones for Contractor personnel. City telephones are not available for Contractor use. H. Working hours will be 7:00 A. M. to 5:00 P.M., , Monday thrau 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 2Mloype vehicles are allowed at 0. N. Stevens Water Treatment Plant. All personnel must be in company vehicles. During working hour's, 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. Anw- :;Pfer-Irr te the eemputern-based rt r a r a s ■ nieal and ■ r r supe pers rt k ■ * ■ 4 • r ■ r ■ we s'! _ r7 #ti le ra t i rti _ furnishing, _ _ _ 4. ri r+ f ` . 7 ..1ir rr _ r, r. rt t i e a r a n e e ■ efflp a ■ -Engineer? er Y1 f1 7A Y 7�*7Yr ^ _ *!'t 7N* c% _ 7fi lY �� i%.7 .s 4 1 l_eS * i7_ \.7A i'■ A'lf iA A 1 an r 7 7/• /'► .en _ this ■ Engineer # f �� a1�T�'S�`�# -his P :r A 1. /A f'1 these ' speei ■ ■ s i pY IMIAMn te d +"` ris -'a i "' .-. t 6. • and eentr-143.1. s.4gatem business, r r preferably f -based as applied meniter-i" to—the., r • wernk T __ i�a f'i _ 1w !'ti Z \ p 7/_a e Z fl i= j= CII a en iY el r J in this In , at rt fied e 7[+ lrt f e7/* _ at least a lie I e A iis B in t r/'4 +'7 7Fa A ■ r ■ efflp a ■ -Engineer? er Y1 f1 7A Y 7�*7Yr ^ _ *!'t 7N* c% _ 7fi lY �� i%.7 .s 4 1 l_eS * i7_ \.7A i'■ A'lf iA A 1 an r 7 7/• /'► .en _ this ■ Engineer # f �� a1�T�'S�`�# -his P :r A 1. /A f'1 a ■ � •l Jti !tea T 7 n a . T _ Y1 l\ have e"a + 7 7 lti JA C'r L7 t i ll! Y pY IMIAMn te d +"` ris -'a i "' .-. t 6. a 7/a /'ti 0 .r 3.- rt • s r • w ■ e a u Er %s, %e *,Ln e r s ■ . ^'R f_7 7 _ Z r 7 f. rod t * =1 i /� ■ � _ 2 l\ f'■ _ _ /A a the �. � Y te Section SP (Revised 12/15/04) Page 18 of rt -r { r . r in ■ ea44brratej • ■ ea 1 e*tent Whe-re t r a • i ■ w!4 I i Pta...br-fle-r-manee a tr- t= h e • � T4 ■ 7 7 } 7 J ...� Y� t_= f f � i^1 a e'+ e i'R � fr'\ l'Y TT ~t + Z r • ■ f s s :tLen- raRMIREJ needed- and a s # ;. ,rt s r A-36 Other. s r • r %J - L. I A %,, E. I -Jr i # J h all eha.Hi.Effe.S. M Lade--duF *Fkg r ■ W.".1.0-AE r la-tended ■ %� L, s -t-s IT h ■ ■ f ■ r ■ • N. r ■ ■ Submittals r 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below and in Section 01440 when processing Shop Drawing t - submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. ieproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop { x 4 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. I esubmittals 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), an d 4 specification Section number, as appropriate, on each submittal form. d. Contractor Is Stamp: Contractor must apply ContractorTs 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 Section A - SP (Revised 12/15/04) page 19 of 2 Marking: Contractor rust mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this - Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitati A-40 Amendment to Secti0r, B-8-6: Part6al Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials ri.als delivered to the Project work site unless the contractor provides the city Engineer with documents, satisfactory to the city Engineer, that shover that the material supplier has been paid for the materials delivered to the Project worksite . A-41 Ozone a Advi ss NOT USE A- OSHA Rules � l l s It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all city- - related projects and or jobs. A -43 Amended Indemnificatlon & Hold Harmless Under "'General contracts" B-6-23 entirety and the Provisions and i equi rements for Municipal Construction Indemnification & Mold Harmless, text is deleted in its 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 dome 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 offi<clals, 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 at rialman. A -44 o d rs 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 charge order (unit prices, hourly mates, 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. Section A -- SP (Revised 12/13/04) Page 21 of 3 A -45 As-Built Wimensions and Drawlpas (7/5/00) 1. Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 2. Upon completion of each facility, the Contractor shall furnish owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a min]_ MUM,, the final drawings shall include the following . Horizontal and vertical dimensions due to substitutions field chances. b. Chances in equipment and dimensions due to substitutions . C. "Nameplate" data on all .installed equipment. d. Deletions, additions, and changes to scope of work. e . Any other changes made. A-46 ]his sal o i IX-ChlorInated ate ('7/5/00) The Contractor shall be responsible for the disposal, of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the Mater, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible Limi A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSRA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There - are many overhead wires crossing the construction route and along the -- construction route. contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP CP &L and inform AEP P L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plan so, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. { A-49 .Amended "Maintenance ua an " (8/24/00) Under "General. Provisions and Requirements for Municipal. Construction Contracts", B - -11 Maintenance ua.rant , 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 er relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other .individual or entity." Section A -- SP (Revised 12/15/04) Page 23 of 2 A G R E E M E N T THE STATE OF TEXAS COUNTY OF UEES - THIS AG RE NT is entered into this 11TH day of DECE ME 2007, by and between the CITY OF CORPUS CHRISTI of the County of luees. State of Texas, acting through its duly authorized City Manager, termed in the Contrast Documents as "City," and E Design Systems, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County. Texas: - In consideration of the payment of $162,000.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: O.N.STEVENS W.T.P. CLEARWELL NO .2 REPAIR AI PROJECT N . S 4 ( TOTAL EASE BID N0.1: $ 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 requi 11/16/2007 19.05 3618263501 ENGINEERING BAS BID I PAGE 10/23 ,w= TT I n Un Price Tam Mobilization ion anc I -A Demobilization • L, S. iA accordance with-the specificationsr complete and e>00 in place per U SUM • + Expansion Joint Sealer ... system compl6te aad in place I ) 4 2J.0 1>4 141yq L,So per LUMP SUM . � • zxta dens aurum ccnAitwueCt:Lan, 0 4 000 $10,0 000. 00 camlete and inplace -T -1.0. -0-0 L,S, low SUM TOTAL BASE 331D I &W (Bid Items 1-1 ID Tc M 4FILTERNATZ I XXX A v v DQD=iption Total Deduct to DA-1 ice oral - nin o e e calendar days al 30 calendar days per S.V00. v, LUMP SUM F ;;:ddendum No. 2 Aachmant 2 11/16/2007 13:05 3618263501 ENGINEERING PAGE 11/23 EAU DID TOTAL BASZ BID ( Bid Its 2A-2H) Addendum Na. a AtMchmant 2 1V V �C Descr* pion IMobilization unit price • and De m .ill a ion in accordance 2-A with the specifications, complete and ]. n place per LUMP SUM ��• - - * 1jr 320 Excavation complete and in �� C, Y, place per CUBIC YARD If 100 COmpac i ompl ' 74C laces per CUBIC ., Well rounded a C fete 2 -D C.; and in place C YA" � 1 '1 c ate n 2�� lace r YARD n.` and �, 'r 'E 2-F S,YM p a er pNak 04 a SQUARE YJARD 986 11 Anchors complete and in F,A la per EACH for ME I # =ti ie 2-H � ns� � • 1 tO P1&CM 2gr 4UM Stu $100000,00 $10,000.00 TOTAL BASZ BID ( Bid Its 2A-2H) Addendum Na. a AtMchmant 2 111600 19:05 3610263501 S L Total. base Did 1 ENGINEERING BID SMMY TOt 1 Base Bid I -- Deductive Alternate 1 Toil Base Bid ' otea B Si �. laid of l Base Bid I �- ed ct vs Alt&xnats I " + Total Bass Sfd 2 PAGE 12/23 i poll Oro E F Mndu r� Non *M The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 45 CALENDAR DAYS after construct ion is begun. Should Contractor default, Contractor may be liable le for liquidated damages e as set forth in the Contract 1 o um nt , city Sri l l pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in parts at Corpus Christi, 'Texas on the date shown above. ATT - �-Vmm� NEW i Seeretary CITY OF CORPUS CHRISTI 04W 4�0 y: Angel Escobar, Interim t • it Mgr. f Public Works and Utilities AP I �D T AL • B 11 h 0 By: 4 d Asst. City Attorney even Stowers, Interim Director of Engineering Services ATTEST: Corpo I !i' M4� 1 ( SeAt'Be�o f (Note: Xf Person signing or corporation is not Rresident, attach copy of authorization to sign) . x CONTRACTOR EpoKy Dsi ,,Systems , Inc. By. 0096A I I VW Title: Peceperr P.O. Box - -19485 (Address) HOUSTON, , Tx 77224 (City) (State) (ZIP) 713/461 -8733 281/856 -9909 (Phone) Fax Agreement Page 2 of L00q---9t2' �1F�� Rai SEOWAA r i r. - ., 's - } , .+ i ' 11/16/2007 19: 05 3618263501 ENGINEERING PAGE 08/2 O, N. STEVENS W. T. P. NO . 2 REPAIR DI;PMTW,NT OF ENGINEERING SERVICES Addendum No. 3 Attachment S A L F M O, N. STEVENS W. T. P. NO . 2 REPAIR DI;PMTW,NT OF ENGINEERING SERVICES Addendum No. 3 Attachment 11/16/2007 19:05 3618263501 ENGINEERING PAGE 09/ 1% S A L F a Place: Date: 0011e+ ze 2 007 Proposal of � OF Corporation organized ni zed and existing under the laws of the State of ERAS OR a Partnership or Individual doing usi e as TO: The City of Corpus Chri t. , Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipmentf and to perform the work required for: 0. N 4 STEVIMS ,T.. 190 2 RXPAIR at the locations set out by the plans and s ecifioa do a and in strict accordance with the contract documents for the following prices, to- wit: Addendum No. 3 Attnehment 2 I1f 1OI �rJ r i s YJ .bbl zOiD ?l PAGE 10 ' BM 3L X 1XI IV Unit 'Price v Total Mobilization are - �, � Drn .L a i • - - in accordance i + h 4. a ion f Complete n in place per LUMP M * Expansion joint sealer . i-B system cornplite and in place � � � 141, pop, . L , S . per LUMP SUM I # 0 0 *10 , t" and lac ..�t �oq .�. XAM Sum TOTAL SASE SId 1: .. (Bid Items 1A-1C) . . DEDIIG"rIVL JL v Total QTT Deduct f o .a 0 ode 1 D -- ice nab.. nine calendar days al 30 calendar days) per LUMP SUM FAddlendum No. a hnont 2 11/1612007 1: 05 3618263501 ENGINEERING " 4 PACE 11/23 I VE F QTY 4 unit Price � mobilization and Demobilization in accordance 2-A with the specifications r' complete and in place per F LUMP SLAM . � 1,320 Excavation complete and in �� cly. place per OBIC YARD 1,100 Compaction complete d place per CUBIC YW .1 o Well rounded a let 2- C' Y' place � 17 oo . t' le ete and n 2- $;,Y, place sr E YARD 715 n complete and in . a BARE YARD 986 11 Anchors complete and in 2-G EA lace per EACH N for im tied ' 2-H �ti 7 Xete in placm per LUM S O. jr 000 M o MoppopowdMUMN M DID 2 . (Bid Its 2A-2H) F ndam wo, a hment 2 I I r L Or 400 r 1:3: iZ) Jbi d ba l l ENGINEERING BID Shy .. I Bagis Bid To a1 d[e Bid i � Deftctive Alto= �. 34 TO a . Dame Did 'o - � � a o 1 ]Base Sid Deductive ]. r a 1 ' 'dotal Base Sid PAGE 1 C F den u No, tache 11/16/2007 1900 2518263501 ENGINEERING- PAGE 13/23 DESMUPTION Or PAY ITS. BA DID IBS 1. 'i item shall consi t of the mobilization of personnel, ate lz� preparation for equipment and supplies t the pro] eCt p items and the demobilization of beginning work on other contract e A equipment and supplies from the project sites at ti completion of the prof ect m Mobs. i ation �. the movement f eq ip ent, p n►n l r material . � �` toy supplies, etc. to the pro? eat sites; establishment of Office i' minar engineering or r and other facilities necessary; an pre the work; and r � � � ' r performed prior to beginning ' Demobilization s ai-L i Ju , u I mat 14nito o, permitting, - sonnl material, suppli , _ from the removal 0 e u �per�t � r the project sitesp or both 'mobilization and detmobili atiQn shall be Compensation �.tet� ���ob�.�.o. and included under the lump sum bid �o bili ationf` 0. �, The amount bid f r i obili atio and i r rr shall not exceed tent percent lot o the total ob�l�zat�on maxims of one- half o the SSE BID exclusive o this item. the 1� sum cost four mobilization/demobilization hall e half � em�x��x�c� ha. shall paid upon completion o mobilization. aid o n complete demobilization front the job site. 2, i3.s ]ten consist of pansio Joint ealer ste ins lled nside the clear-well o all to r and ll ans on .nt . This item s .l.l include r but i not imite to-, . l * labor, matey , e l ent t �a.n►sp tat1 n submittal, , and incidentals necessary � � to provide the items ; 3, This item shall. consist of the mobilization of persox el , e�px� ' t and su pp lies at the prof ct sites in preparation for beginning work n other contract items and the demob li ation of pe on l l m nt and suppl ies from the pro f e t sites at the t . obil�. ion shall include, but is not o etlon o lie pro] e ' d to the �noeex�t o eul.pment , pe�rsonne�., ate�.al, 1 to , ' eot sites ; the establ ishme �t o office spp� etc . � to the � ad of r �.�.it�.e Feces and a�er�ar encein or rative o k sr orm rio t be inning the err ? axed ad�n�n�.st p ttin . emob l i ation hall i nclud , ut i, not limite d t o p t e e�oa e � ment r so nel r material, supplies, etc . from the prof ect sites . Corp en tion for both iii ation ,arid �demobil.ization shall be p under the lump sun bid .tea "" obili art .on and lc�l.uded �� ation . The amoun bid for " o i li ate. ar�d �mol,�, �� eex�t �. o the tai emobilizatio shall not exceed ten amount of the BASE BID a clusive of this ite . ,�ma �.mu o ore the l sum cost for' m bilizatio dew o ill tion s ial�l k half o � ia��. ha hal. be paid ,po coy pl tion f� mobil a on . � o �n F a1.d upon complete d mobilization fror the o site. 4 _ This item shall cons ist of a cavating the ,�st-in ail. down to bt tom o disturbed soil.. The depth o e, cavatio i to lie est�,�a ated at feet . The actual a ca' a�tio � depth ill be dot e ins d ire the field. The quant .t will be adjusted the ctual ex v tion. This item - stealif clude, but i not limited o f all labor ma e i s, - e a.pr ent f -transpo to ion, submittals p and incidental necessary to excavate and stockpile the soil _ This item shall. consist o m tin the soil.. The thick ess of compaction is to be estimated at feet. The n u 0.1facl-ILT.0 m a 0 ftchmeM 2 11/16/2007 19:05 18263501 ENGINEERING PAGE 14 4 3 4 hic will c� xMin in h ills The nti ri.�.. ] adjusted t the actu al compaction placed. This item sha l i but W got limited to, all labor, - materials, equipment, transportationr sulbmittals, and incidentals necessary to place and compact the oil e 6. This item shall consist of crushed stone. This item shall includer but - 1s not limited to, all labor, materials, equ pment r l transportation,, m-itt is r and incidentals necessary to u runs - the crushed stone* 7. This item consist of geotextile fa} -i . This shall item shall �ncludetbut is not limited t , all labor, materials, equip r� , the geotextile f ab is # a 9. This -i em shall consist of geomerabrane, This item shall_ include, L.. is not limited to, all l.aboT. materialso equipmentf transportation, sub ..t al , und incidentals nacessary to furniSb the geomembrane d 9. This item shall consist of wall anchors. This items shall include all hardware including the stainless steel batten to secure the geomembrane and geotextile to the concrete wall, This item shall but 'is c all labor, materials, equipmentr transportation, submittals, and incidentals necessary to furnish The wall anchors ■ Addendum No. 3� Attachment Z 11/16/2007 19:05 8618268501 ENGINEERING PAGE 15/23 STATEMENT OF QUALIFICATIONS The Contractor I subwntr ctors, and suppliers shall be qUeldled and experienced in the performance of the wart as #es feed ire_ the Special Provisions, Item A the fclf ing s�eme shall be fitted �� �n order to demonstrate compliance with the qual ica ons and eVerlence requirements. questions must be answered and the data given must be clear and comprehensive. I ne�mr , � q advertising and questions may b answered on separate ached sheets. D -not attach general ads markeUng literature; noo-related materials Wit not be considered as part of the proposal. corn le Qualftations Statement cornpletely and accurately shall be sole canes for the proposal to be coneldered non-maponalven Proposals with an IncemmPlOft QU8111flcliftms Statement will not be evoluated and w11I be relecWd- COMPANY INFORMATION 1. Name of PropoQer. � PIXY �� ST�SN S16 TE PP6 ,� "C 40 2. Permanent meln office address and telephone number. P� &>7c I 9 if $ S No %.1' fooi A 7)( 4 11.3 4 L41 0-& 733 %W_00 3. When organized: Z Do 6 If a corporation, where incniporated: A ^ XA $ 4. Contmcts on hand: (Provide a schedule of these, sho #ng name and address of Owner, amount of each con and the approximate anticipated dates of ompMio ) Rave y - completed e.1I contracts awarded to you? yes Igo. If n, submit details. Have u ever defaulted an a contact? If so, where, whir, name of project, name and address of the owner, and name of Bond carrier? '. is your firm prewntty engaged in litigation Frith respect to any daim warding contract p rforrnanOO? Yes woo No. If yes, submit dm rl tion and site case number, style of case and court i n which pending or in which judgment was entered. 8. Has your firm ever been assessed Liquidated Damages on any pr jeW ,, lies � No. If yes, submit details, including the name and address of the owner of the project. 9. Bank Gredit available: Flame of Banff Amrqq Bjipik %No 1 . Attach a copy of your most recent detailed financial statement submhted to a bank for credit and current detailed financial statement. 11, Have the n ipals of your firm been engaged In the construction contacting bush es under any other name within the past tine years? if so, pl4asa provide the nacre of such principals and the name and address of the former buslnes . Addendum Nn. 3 Attachment 2 11/16/2007 19.05 3618263501 ENGINEERING PAGE 16/23 WORK PLAN Provide below or attach to this sheet a brief statement describing the bidders sWoach to cornplefing the Work within the sped ed completion tire. include a bar chart schedule of the major work adWities to demon a e the feaeibiilt r of the bidder's approach. Bar chart may be hand written on this sheet or provided on an attached prInted page. LIST OF SU13CONTRACTORS In conformanoe with the Contract Documents, fisted below are the names, addreseas, and phone numbers of the suboo dora, and to whet extent they wf11 be Used If awarftd this contact. This list shall not be modWed except a requested and appmved in wdUng by the Owner. State If work is to be salt performed; Name and Adder Susrrar ly pansion Joint Sealer Pystem - - Earthwork Char Other FAdd.andum No. 3 hmsnt 2 11/16/2007 19:05 3610263501 ENGINEERING PAGE 1 LISA' of SUPPLIERS In ooryformance with the Contract Dooum n ,. it is required that the names, addr"s, and phone number t , of the m nufadurer and supplier shall E in erted below. Only named an'ufscWrers shall be allowed In the list below. Any manufacturer listed which Is not named are grounds for bid rejection. - Item &aRtrbauregffladel r 1 KC, A. Expansion Joint Sealer SyBtem 5; 1 A L 9T B. Geembrane C. Other D. Other SUPERINTENDENT 1 FOREMAN Name of Superrrnd # :Tkv�Sev R;ot� % Names of three preg cts the superintendent has been on of imilar size and compleft, In a canoe vfth Special Provisions Se ion A-29 WAS PtA mom& SJS ft$3: OAK----- -- -- . ---Tog cov-r - - l f Foremen �4e r Names of #hre projet s the foremen has been on of similar size and complexity, in eoaor n with Spmal v len S ado -2 i�Asr g1k 10 sFr..QL&1C- ft Addendum No. 3 Attachment 2 11/16/2007 19:05 3618263501 ENGINEERING PAGE 13 EXEC n confo . ance with the contract documents, provide Information de onstratng compliance Ath the experience requirements: Expunslon Joint Sealer Systam ExRgLe - - - o. AT Wi Tj5 R Fpro w et �� Location: C. L #% 004o,�_ h� c-ev e. chmxr: f 14o V 1 4-a ii e Contact Person: I Epi riG Curmt Phom Numba., q I A A M=&Te:ar,SubsftfiaUy Complete,. --A 4% S OD ProjectDmer4daq: C ,r R-epa'4- j:'."61 rfel. 6 rot c k ?o 00 Prjt St: project Manager. Site Sup et: T; 0_4�1 Other Relevant Ste: Ko 8 A k. Fc4 �► - _ � 41, Attach addidonal sheets as Necessary. to'ect N e: Po ��` OA . Looafion f s der; Cow Fuson: a Cun t Phone . Number MOn&/Y ear Substantially Cam lei: ' 00 1 Pro ect De on" ► s �►c own 1'J*d - eject sty: ++ y$ {# iCR i ism Project Mmager. ��� 11i+++ # ■ ■■ 4 Site - J�& Attach a&ftonal sheets as necessapy B immim o. 3 Pro etName ',!e4- Re r Location: Ownen-1/g, I cow person: _AA Ark Cur=t Patna Number; - i Addendum No. Armen 11/16/2007 19:05 361 3501 ENGINEERING EERING PAGE 1 MonliNcr Su a � Complete.- loo L Project Description: _ . 1A Pr et Sty: Project Manager. ► , Site Supefintendenve Other Relevant Ste`: . K Fa 4.ee we* ys A44eLvoll Attach additional sheets as necessmy MWERIENCE (corffinued) In conformance fth the co riot documents, provide Inforr abon demonstrating compliance w9h the experience requirements: Earthwork Project Tan: Loudon: Cow=; oontact Par: Phone Nmber: Hong= S sn W1 Cn 1ct : 'Project, D Sa4fion: Project ftff." Proi C t Maxmwr: Offia Rc cvant SUE- Attach adftonal sheets as necessary. -c�. 2 Project Name-, Locadon: . Owner; eta F'su; C=wt Phone Nmbff; MoftlNear Sub Comply: PrDject s ri u; Addendum Flo. -#ace 11/16/2007 19:05 618263501 ENGINEERING PAGE 20/23 Pmj w Staff: Site Supedntendent: der ReIevwt Staff: Aftach additional sheets as necessary RUetience No. eject N, Location: vmer. Contact mon: Current Phom Nter; Most S tanfiaUy Complete: Project De ripdon Project Staff`: Project Manager: site - Other Relevant oaf. Attach additional sheets s necessary Addendum No. 3 Attachment 2 11/16/2007 19:05 3618263501 ENGINEERING PAGE 1 The undersigned hereby and has carefully examined h documents relating to the work agrees to do the work, and that in any sense a warranty but are Contractor. ` declares that he has visited the site plans, specif ications and contract covered ed bar his bid or bids, that he no representations made by the City are mere estimates for the guidance of the Upon notaLf ioation - of award of contract, we will within- ten 1 calendar days exec to the formal contract and will deliver a Performance Bond s required) for the faithful performance of this contract and a Payment Bond as required) to J.n ure payment f or all labor and materials. The bid bond 'attached to this proposal, in the amount 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 lair and additional work caused thereby. in r y /Minority usxne a Enterprise Participation: The cLpppick[. 1QW W.dde -t ILC111, Y1riLhi11 fl day t b! Q, S t- 41,AxiL 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. der of Signed Sets v a : The contract and 'all bonds will be prepared ire - not less than four counterpart (original signed sets. Tim of compl ion: The undersigned agrees to complete the work walthIn 90 calendar from the date designated b a Work Orden The undersigned f urther declares that he will provide all necessary tools and apparatus, do all the 'work and furnish all materials rid do everything required to carry out the above mentioned wo rk covered by this proposal, in strict accordance ance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt- o the following addenda is acknowledged addenda -- number - Respectf i t submitted: Name � lr AC By: f:l..�? a(VAIPJ4 SEAL -- IF BIDDER I T� a Corporation) A ss : .o. Bo (Street) 4 (City) (State) (zip) Telephone: 6 1 WOME. Do not detach bid fram other papers. Fill in with ink and aubmit complete xth a faCh d papers. (revised August 2DDD) Addendum No, 3 AttaChmnt 2 STATE OF TEXAS COUNTY OF NUE E S P E R F 0 R M A N C E B O N D Bond No, 5007368 KNOW ALL BY THESE PRESENTS: THAT Epoxy Design Systems, Inc. of HARRIS county, Texas, hereinafter called "Principal", and S r to Ins rance QQmpany a corporation organized under the laws of the State of T... �I and duly authorized to business in the State of Texas, hereinafter called "Surety", are held and firmly ]pound unto the City of Corpus Christi, a municipal corporation of Nueces county,, Texas, hereinafter called "City", in the penal sum of ONE HUNDRED SIXTY -TWO THOUSAND AND N01 - ($162,000.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sure well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the city of Corpus Christi, dated the 11TH of DECFM ER, 2007, a copy of which is hereto attached and made a part hereof, for the construction of: D . N . STEVENS W.T.P. DEARWEDL INTO.2 REPAIR PROJECT ISO . 4 ( TOTAL BASE SID N0.1: $162f000,00) r F f'- ,2 v +. .. NOW THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract i' documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to fault materials and/or workmanship that appear within a period of one (1 E: year from the to o completion and ac e tans of improvements by - the city, then this obligation shall. be Void; .otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this f. bond, venue shall lie in Nueces Count Texas. y 4 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 anywi ti This bond is given to meet the requirements of Article 5160, Ver�on' 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. V-19-1, e n n ' Texas Insurance Code . IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 14th day of -january 1 20 08 PRINCIPAL Epoxy Di sign Systems, Inc. I now (Print Name & 'title) � (Print Name) SURETY Suretec Insurance Company B}}' --'yam�y K � tto ne -in -fact 7 Ell nk Print N The Resident Agent the Surety in Nueces C'o n � - a e i o delivezy of notice and service of process is: Agency: eth & Associates Insurance Contact Person: Kevin Keet h Address: 1718 Santa Fe Street Corpus Christi, 'X 78404 Phone Number: : ( 361) 883 -3803 (NOTE: Date of Performance Bond must not be prior Lo date of conLracL) (Rev -1sed 9102) Performance Woad Page 2 of i t s + M E N T B 0 N D Bond No, 5007368 STATE OF TEXAS KNOW ALL BY fiESE PRESENTS COUNTY IUE�� � THAT EpoxX Design_ Systems, Inc. of HARRIS County, Texas, hereinafter called "Principal". and Suretec Tnsuran corporation organized under the la' ws of the State of and dull authorized to d ] Texas urine in the state of Teas hereinafter called "Surety", are held and firmly found unto the City of corpus Christi, a municipal corporation of Nueces county, Texas, hereinafter called "City ", and unto all err ns, firms and corporations supplying labor and materials in prosecution of wort - referred to in threferred the attached contract, in the penal sure of ONE HUNDRED SIXTY -TWO THOUSAND AND O/100 1 000 . ILLS, laful money of the United States, to e paid in Nueces County, Texas, for the payment of which sure well and truly ourselves y e made we � jointly , our i,1. , ecut 1 , mini L.. 1. ors and L. ssor J and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the e city of corpus Christi, dated the 11TH day DECEMBER 2007 � �-, a copy of which is hereto attached an made a part hereof, for the construction of: D . N . TEVENS W.T.P. CLEARWELL NO.2 NO. REPAIR PROJECT TOTAL BASE BID N0.1: $ NOW., THEREFORE, if the principal shall faithfully perform rm its duties and make prompt payment to all 'persons, firms, subcontractors, corporations and claimants u l ' material in the �� labor -and prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived them t ' his obligation shall be void; otherwise to remain in full force an effect. PROVIDED FURTHER, that if any legal action be filed u ` upon thy. bond, venue shall lie in Nueces count y. Texas. {. And that said surety for value received here stipulates �. -. � ter that no change, extension of time, alteration or addition to the tetras +_ of the contract, or t the work performed t specifications, r`eunder'{ o.r the plans, drawing, etc., accompanying the same shall. in :. anywise affect its obligation ors t , ,� bond, and �t does hereby waive notice of any such change, extension of time alteration addition to the terms o the coat or tact, or to the word to he performed thereunder. Payment Bond Page 1 of 4 This bond is given Vernon's Civil Statutes the State of Texas. T as used herein are in Article. 7 to meet the requirements ents o Article 5160, of Texas, and other applicable statutes of e terms "Claimant". "Labor" and "Material ", a cordance with and as defined in said 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 whorn 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 14th day of January. 20 0 . PRINCIPAL u s Epoxy Design Systems,, Inc. r.' e /P4eV61P9jW(r }} (Print Name & Title) ( Print Name) SURETY _Surtec_Insurance company a 7cl Attorne -in fact r + Justin Iii in ( Print Narfte ) r The Resident Agent of the Surety In Nueces County,, Texas for deli ez of notice and service of process i Agency: Ketch & Associates Insurance Contact e ors : Kevin Keetch Address: 1718 Santa Fe Street Capps Christi TX 78404 Phone 1Vumbe 361 883-3803 (NOTE: Date of Payment Bond must not be prior to cute of contract) (Revised 9102) Payment Bond ', Page 2 of P : 4221102 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by ' ese Presents, That SURET C INSURANCE COMPANY (the "Company"), a corporation duly -organized and existing ender the laws of the State of Texas, and having its principal office air Houston, Farris County, 'Texas, does by these presents mak , constitute and appoint Kevin Mcl uain, Debra 1 to uain, Justin Mc wain, Erin Mc wain, Susan Pavli h of spring, Texas its true and lawful Attorney(s)-in-fact, with full power ajid authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, rec gni ances, undertakings -or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Two Million Five Hundred Thousand and no/l 00 Dollars ($2,500,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary; hereby ratifying and cuffing all that the said Attorneys) - -Fact may do in the premises. Said appointment shall continue in force until December 31, 2008 and is made under and by authority of the following resolutions of the Board of Directors of the SureTee Insurance Company: Be it Resolved, that the President, any Vice - President, any Assistant Vice- President, any Seer Lary or any Assistant Secretary shad be and is hereby vested with full power and authority to appoint any one or more suitable Persons as Attomey(s )-in -Pact to represent and act for and on behalf of the 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, recognizances, 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 it 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 facsirmile 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 20 of `April, 1999 In Witness lie; URETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. T C INS C COMPANY 4 0 )k 1 *11.0 By: (W 1 Bill Kiang, r nt State of Texas SS: LU C cc ounty of Harris On this 20th day of June, A.D. 2005 before me personally carne Bill King, to me known, who, being by me duly sworn, did depose and say, that he asides 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. Nakrf Pubb Ode of Um w cammhft IS Michelle Denny, rotary Pubic &gust A 2008 M commission expires August 27, 2008 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE NTA , do hereby edify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in ful I force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full fame and effect. Given under my band and the seal of said Company at Houston, Texas this 1 4th clay of January � 20 0 8 , A.D. son LM- Brent Beaty, Assistant Se re ry Any Instrument Issued In excess of the penalty stated above Is totally gold and without any validity. For veritioa #ion of the authority of this power you may ca 11 (71 3) 812 48 0 any business day between g: 00 am and 5:00 pm CST, SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make e a complaint; You may cell the surety's toll free telephone number for information or to make a complaint at; - 866 - 732 -0099. You may also write to the Surety at. SureTeo 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 - 800 - 252 -8439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714 -9104 Fax#: 512-475-1771 PREMIUM CLAIM DISPUTES: should you have aE 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 Exclusion 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, Myc t xins, 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 mycoto ins, or their related products or parts, nor for any environmental hazards, bio -hazards, hazardous materials: environmental spills, contamination, or cleanup, nor the rernediati n thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Texas Rider 01010 CITY OF CORPUS CHRISTI D PA TME1 of ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 E: Certification of Poorer of lA tozmay for Ferfo e and ]Payment Bonds Pr'o J e t lame o .: O. N, Stevem W.T.P. Clearmll. No. 2 Repa,.i ` Project No., 8546 Surety Company. Suretec i Gentlemen: i ."".ft wit Beaty ( name of Qffiger of surety) , hereby certify. that the facsimile power of attorney submitted by Justin MqQNAn tto=eyw In- Fact ) for = LMSJ cm S=b= - (Co tractor ) a copy of which is attached to this certificate, is a true and Cortect copy of the original power of attorney on file in the records of the surety company in its hone office., has not been amended or abridged, is t ll in full-force and effect, and said designated agent is currently in good standing with -the surety.. In the 'event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven - (7)--days thereof at the following address., City of Corpus Christi Department of Eng neering rvices Attn: Con ra►ct dmini.strator . P.O. Box 9277 - Corpus Christi, Texas 78469-9277 Signed this 14th day of it l : Assistant lgecretarY Sworn and subscribed to -. be-fore, one on this 14th. day of January , 2 . KELLY NI. COLEMAN * NOTARY PLSlIC STATE QR 7'EXA8 � Y11 COW. D(R t1452008 ( ReVi s ed ) o airy PdbIi State of T6JMS My Commission Expires: ATTACFIAIENT 1 1OF1 P A. Y M E ITT T H O N D STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF NUECES THAT Epoxy Design Systems, Inc. of HARRIS County, Texas, hereinafter called "Principal ", and f - a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Su rety",, are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nuec s 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 ONE HUNDRED SIXTY -TWO THOUSAND AND NO 100 ( $162 , 000. DOLLARS, S, Lawful money of the United States, to be paid in I ueces County, Texas, for the payment of which sum well and truly to e 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 11TH day DECEMBER, 2007, a copy of which is hereto attached and made a part hereof, for the construction of: O . N . STEVENS W.T.P. CLEAR ELL NO.2 REPAIR PROJECT NO.8546 (TOTAL BASE DILL NO A : $162,000.00) NOW/ THEREFORE, i the princi F' pal. shall faithfully perform its duties and rake prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no chance, 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 charge, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given Vernon's Civil Statutes the State of Texas. Th as used herein are in Article. to meet the requirements of Afticle 5160, of Texas, and other applicable statutes of e terms "Claimant", "Labor" and "Material". accordance with and as defined in said The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces Counter to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such curet y hi , as provided by Art. - - 7.19-1, Vernon r Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original., this the day of 2 PRINCIPAL By: (Print Name & Title) ATTEST Secretary (Print Name) SURETY By: Attorney-in-fact (Print Name) The Resident Agrent of the Surety In Nueces County,. Te as, for deliverer of notice and sere-ice of process is Agency: Contact Pers on Address Phone Number (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of r P E R E 0 R M A N C E B 0 N I STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF NTEES THAT Epoxy sign Systems, Inc. of HARRIS County, 'texas, - he reinafter called "Principal", and _ corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas',, hereinafter called "Surety ". are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County,, 'texas, hereinafter called "City", in the penal sum of ONE HUNDRED SIXTY -TWO THOUSAND AND N01100 DOLLARS, lawful money of the United States, to e 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 11TH of DECEMBER, 2007, a copy of which is hereto attached and mace a part hereof, for the eonstiuotion of D . N . STEVENS W.T.P. CLEARWELL N .2 REPAIR PROJECT INTO.854 (TOTAL BASE BID NO. 1 : $162f000.00) TOW, 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 clue to faulty materials and/or workmanship that appear within a period of one 1 year from the date of completion and acceptance of improvements y the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER! that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, e, alteration or addition to the terns 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 I of h This bored is given to meet the requirements of Artielme 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 Nuees County to whom any requisite notices may be delivered and on whom service of process may he had in natters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. - - IN WITN SS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of 20 PRINCIPAL By. (Print Name & Title) ATTEST Secretary (Print Name) SURETY By: Attorney-in-fact (Print Name) The Resident Agent of the Surety In Nueces Coin , Texas, for delivery of notice and service of process is Agency: Contact Person: Address Phone Number: (NOTE Date of Performance Bond must not be prior to date of contract) Revised 9102) Performance Bond Page 2 of _1 1 r 1 b/ UU 1 j tJ: a!j 3b182b3b0l ENGINEERING PAGE 22/23 � CITY OF CARPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Chi ordinate. 17112,1 as amnded, mclulme all peftons or ffnne seeking to do buslnm with the CIty to provide the folknWng Infomrtion, ENjary question mmt be are. womd. It the ques on Is not appltcto, answer with ". 'S -'V 6 pi s T46 40, 1C. FIRMNAME EP(5y%Y t2r J. STREET: 0-7 10 1 z 5125LA Cerif rod rvvsi aw. i4otO6r 5 14 Zips. FIRM is: I. Corporation 2. pertnera ip A Sola owner 4k Association 5, Other DISCLOSURE QUESTIONS It additional space In mN659irY, p1e0" use the rave a side of thfe page or att oh *spare sheet, -State the names of e=h "ernployeem of the Ctty of Corpus Chdsfi h vin an 11ownenhip intmsf consftHn or more of the ownership in the above nab "firm ". Nbrw .fob TMe and Pity M& r nst�# if Irft o NA 2. mate tyre names of each 'g clal* f the City of Corpus Chriefi having are "ownershlp InWmW consftHnq 3% or W. more f the owne h1p III the above named "ITrm*, Name Title JJ A 3. Sato the names of ewh "ward member" of the CKy of Corpus ChHsU having are "o rnershlp In constituting ° or mom of the mn r hip in the above named Ian*, Name Board, Commission or Coi Ides NA NA 4. State the names of each employee or offIcer of a acon ultan " *w ffm City of Corpus Christi who worked on any mfr reed to the subject of thIs corm and has m "ownership inter t" oonstt tin o or more of the ownemhlp in the a ura named " rrn Name Consultant CERWIC T I cores that all Infomagon provided Is buo and correct as of the data of this ststen n . that I have not k ow ly withhold dWtosure of mW 1nfbon requested; and tit supplemental st emea# will be p sub �sd t the My o Corpus Christi, Toe as thane o cur. peon. '"' P64rft Ttlle. i° , (Type or Prat) SligRgftm of Codifying peon: jLA% Addendum No 3 Attachment