Loading...
HomeMy WebLinkAboutC2009-093 - 1/20/2009 - Approved~, . . ~,~ J. S. Haren Company ~: S P E C' I r~ L P R OM S ION 5 r r~ S P E C I F I CAT IO N S - i: A N D ~'~' FORD4S OI' COIVTRRCTS & BOtdD5 ~~ F O R r- ~. i; TT u r~ i, eR is r , l1 4' L E' V 1 LUUy-U93 M2009-013 ' 01/20/09 LIFT STATION IMPROVEMENTS-~ LAKES, KENNEDY CAUSEWAY, HUBLER (SUGAR TREE), GATEWAY PARK AND WEBER'S GLEN PREPARED FOR: avldNm~+ WASTEWATER D6IA~RTMCNT Wastewater Department City of Corpus Christi P. O. Box 9277 Corpus Christi, TX 78469-92.77 November, 2008 YRBAN ENGINEERING 2725 Swantner St, CORPUS CHRISTI, TX 78904-2832 (361) 859-3101 FAX (361) 859-6001 U.E.JOB NO. 26175.A8.01 PROJECT NO.: 7906 ~-;~'~: A :a DRAWING NO.: STL-.168 :P': S P E C I A L P R O V I S I O N S S P E C I F I CAT I O N S A N D F O R M S O F C O N T R A C T S & B O N D S F O R LIFT STATION IMPROVEMENTS- LAKES, KENNEDY CAUSEWAY, HUBLER (SUGAR TREE), GATEWAY PARK AND WEBER'S GLEN PREPARED FOR: ayaa~aa WASTEWATER vs rexrrexr Wastewater Department City of Corpus Christi P. O. Box 9277 Corpus Christi, TX 78469-9277 November, 2008 (~ (~ Y RBAN l~ ENGINEERING 2725 Swantner St. CORPUS CHRISTI, TX 78909-2832 (361) 854-3101 FAX (361) 854-6001 U.E.JOB NO. 26175.A8.01 PROJECT NO.: 7406 DRAWING NO.: STL-168 (Revised 7/5/00) LIFT STATION IMPROVEMENTS - LAKES, KENNEDY CAUSEWAY, HUBLER (SUGAR TREE), GATEWAY PARR AND WEBER'S GLEN PROJECT NO. 7406 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised May, 2006) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-9 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-la ^'~~ ""':^~z^ (NOT USED) A-18 Schedule and Sequence of Construction - _-,"- --•--- ---- '------- (NOT USED) A-20 Testing and Certification ~'3 P~ej= ^,--_=-~--~--- (NOT USED) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A--.'3 I-nsge~iea~#t'ed {Remised=~„'-o^r~(NOT USED) A-29 Surety Bonds -- oc °^'^^ '" NO LONGER APPLICABLE (6/21/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-39 Precedence of Contract Documents ___1 ..____ __________ _~_____ .._~____.__..__ (NOT USED) A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities _oo «<r: .._«„ ..r n,......~ .. ...... .. ....~ c _^i (NOT USED) A-90 Amendment to Section B-8-6: PartialnEStimates A-91 Ozone Advisory A-92 OSHA Rules & Regulations A-93 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) _ _ _____ -'^-_`^_--• °_____~_ ___ t2tctmt (NOT USED) A-48 Overhead~Electrical~Wires (7/5/00) A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Technical Special Provisions A-51 Contaminated Soils A-52 Fences A-53 Protection of Public and Private Property A-54 Security A-55 Access Roads A-56 Parking A-57 Noise Control A-58 Duat Control A-59 Temporary Drainage Provisions __ __ __..' -__-- (NOT USED) A-61 Amended `Prosecution and Progress' -TECHNICAL SPECIAL PROVISIONS PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMBNT3 PART S - STANDARD SPECIFICATIONS 026206 - Ductile Iron Pipe and Fittings 026210 - Polyvinyl Chloride Pipe 027604 - Disposal of waste from Sanitary Sewer Cleaning Operations 030020 - Portland Cement Concrete 038000 - Concrete Structures 099020 - Painting PART T - TECHNICAL SPECIFICATIONS 2J3[1] - Seeding 032020 - Reinforcing Steel 5A1 [1] - Structural Steel and Other Metals 11B5[1] - Submersible Pumps Accessories 13C1[1] - General Requirements 13C2 - Modifications/Rehabilitation for Lakes Lift Station 13C3 - Modifications/Rehabilitation for Kennedy Causeway Lift Station 13C4 - Modifications/Rehabilitation for Hubler (Sugar Tree) __ Lift Station 13C5 - Modifications/Rehabilitation for Gateway Park Lift Station 13C6 - Modifications/Rehabilitation for Weber's Glen Lift Station LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PSRFORNANCS BOND PAYMENT HOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: LIFT STATION INPROVRNHNTS - LAR88, &BNNEDY CAIISSivAY, HDBLER (SIIGAR TREH), GATEPIAY PARR AND WRHBR'S GLEN, PROJECT NO. 7406, consists of the rehabilitation Of five lift stations which requires bypass pumping, traffic control, the replacement of pump bases, pump guide rails, control panels, main disconnects, discharge piping in the wet well, gate valves, check valves, the grout fill under top slabs, site filling and miscellaneous items of work required to complete project in accordance with plane, specifications and Contract Documents, will be received at the office of the City Secretary until 2:00 p-. m. on December 17, 2008 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for Thursday, December 4, 2008 beginning at 10:00 a.m. The pre-bid meeting will convene at Departmeat of Sagiaeeriag Services Naia Conference Room, 3z° Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope, followed by a question and answer session. A site visit will follow after the meeting, if requested. A bid bond in the amount of 5$ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5~ bid bond to the City as liquidated damages. Pidder'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 Fifty aad ao/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Interim Director of Engrg. Services /s/ Armando Chaps -~ City Secretary Iteviaed '//5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006. A.Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPB OF INSURANCE ~ NININUM INSLIRANCS COVSRAGB 30-Day Notice of Caacellatioa required on Bodily Iajury aad Property Damage all certificates - PSR OCCORRBNCS / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations - 3. fixplosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. ~ Contractual Liability 7. Broad Form property Damage. e. Independent Contractors 9. Personal Injury ' AUTOMOBILE LIABILITY--OWNHD NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED , WORKBRS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF ' THIS EXHIBIT fiMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGES LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ~ .. Not limited to sudden & accidental ^ REQUIRED - discharge; to include long-term. R NOT REQUIRED environmental impact for the disposal of ' contaminants - BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED ' X NOT.REQUIRED INSTALLATION FLOATER ~ $100,000 Combined Single Limit - See Section B-6-11 and Supplemental Insurance Requirements _ QC REQUIRED ^ NOT REQUIRED Page 1 of 2 ^ The City of Corpus Christi must be named as an additional iaaured on all coverages except worker's compensation liability coverage. ^ The aame~of the Project must be listed under "description of operations" on each certificate of insurance. ^ For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have aay questions regarding insurance requirements, please contact the Contract Admiaietrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of ] 1 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER il0 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental-Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context cleazly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awazded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regazdless of whether that person contracted duectly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor tamers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such asfood/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division ofSelf-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the conunission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they aze contained or to impose stricter standards of documentation: Attached Graphic Page 3 of I 1 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duraton of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person Beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person begmning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of. this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subpazagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after 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 required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requvement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 Texl2eg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page 8 of 11 T28S 110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Defrnitions: Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a certificate of authority toself-insure issued by the commission, or a coverage agreement (7'WCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, whtch meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, fete a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days ajler receipt 6y the contractor, a new certificate of coverage - showing extension of coverage, if the coverage period shown on the current cent f cafe of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required cert~cates of coverage for the duration of the project and for one year thereafter. G. The contractor shall note the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain a[I required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ]0 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a cert~cate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper. reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case ofaseif-insured, with the commission's Division ofSelf- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to admittistrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with arty of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days ajler receipt of notice of breach from the governmental entity. Page 11 of 11 PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 2 General Decision Number: TX080037 07/25/2008 TX37 Superseded General Decision Number: TX20070039 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 02/08/2008 1 07/25/2008 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) .........................$ 9.05 Concrete Finisher ................$ 7.56 ELECTRICIAN ......................$ 13.37 2.58 Laborers: Common ......................$ 6.55 Utility .....................$ 7.66 Power equipment operators: Backhoe .....................$ 9.21 Motor Grader ................$ 8.72 ________________________________________________________________ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can http://www.wdol.gov/wdoUscafiles/davisbacon/TX37.dvb 11/18/2008 A G R E E M E N T THE STATE OF TEXP,S ~ COUNTY OF NUECES ~ THIS AGREBD~NT is entered into this 20TH day of JANUARY, 2009, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and J.3. Haren Company termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $234,050.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: LIFT STATION II~ROVEL+DrNTS- LAKES,. KENNEDY CAUSEWAY, HUBLER (SUGAR TREE), GATEWAY PARK AND WEBERS GLEN - PROJECT NO. 7406 (TOTAL BASE BID: $234,050.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 LIFT B')ATION IPBPROVRF88AM°8 - LAR86° K8NN8D9f CAU88NA1°, HU8L8i. (SUGAR TREED, GATSNAY PARK AND NE88R°S GLESd PROJECT NO. 7406 EASE 8ED s xs sac iv v aw Tr i oxsr Paxc:z sm xTax sazmssoN I~ UNI? DE$CESPTION (QTY i DllIT PRxCE i1i PSCORES) A. NODIPIGTIOE9/R8E)•EILIT7-TION P08 LAKE6 LSFT iTATIOHi (RASE EID) A-1 1 Replace 90^ send at Top of Z '~ ' ~~ LS Three Vertical Discharge Pipes, 4r~ ~~ ~ ~ _ ~ ~1~-q~ $ '' c lets in lace r LB ~..~J..S_.:4= =~-1-~6 A-2 1 Replace Three Pumps Vertical ~p (.,~ LS Discharge Pipe, Complete in / t~. ~ ~ ~~ lace er LB $ A-B 1 Replace Pump Cuide Rails for Z~, Z~., LS Three Pumps, complete in piece ~ ~~, - ;~ ~,~~ per LB $ a-4 1 Reeonnece Existing PVC 90° ~~L+ t'V LS send on Vent Pipe, complete in : ~. $ ~7~' loo! er LS A-5 1 Replace Through-Wall Pipe for Oda ~~i» L6 Three PLmpe, complete in place ~%fi'~ ~9.,. -" ~~ ~L~ r LB $ .. ri A-6 1 Replace WeighC on the swing ~; Bpi: LS Check V81ve Lever, COIBplete 1n ,?~ '- l $ 7yti,f~, ) l C lace per LS . A-7 1 Replace Pump cases for Three ~~ ('.C ~ ~ ~° ~YY- " ` " LS Pumps, complete in place per $ ~L :~ ~; ~~ ~ A-B 1 Replace Pump Control Panel, L ~` ~ LB c lets: is lace er LS $ ! ' A-9 1 Replace :Pain Service Disconnect, ~' ~' ' ~~ ~%~ \' LS C lets in lace r LS 6 ~ A-10 1 Provide Soil Fill and Seed, ~''_~~ - ~,'~~ ~ , LB eom let! in lace er LS ~ $ ' s A-il 1 L9 Bypaee F aping and Pumping, completr in place per LS jj~~~~ ~L'% C~ $ ~:~ _ 608-TOTAL RASE DID PART A $ : "~.~ ~T') ~~ (ZCgpe A-1 - A-11) ~ ADDEWDOd6 N0. Z PaOPOBAL roam ATTACmeIIrr No. 1 Paco ~ oz° la PABe 3 OP 17 LIFT STATION BNPROVHi~N'd'H - LAKHSa KHYi6TEDY CAIISHOPA9[, HuHLBC. (SIIOAR TAZH), OA.TENAl' BARK A19D 11HHHR~S OL1WN PROJECT NO. 7406 BASE 8ID % II IYI IV V HID ~1' ~i O11IT PHICH BID STHIt aTHNBIOII ITL'tt ONIS DHBCHIP'lIOF F H S (OT1[ a OMT P=ICH a( 126tlRH6) D. 1SODIFICATIOHS/RBHA!'iLITATION FOR LHNN®Y CAIISBWAY LIFT STATION (HA88 HID) ~ H-1 1 Replace ':woo Pumpe Vert. Discharge ~ LS B4 ca. late ifl lace LS S ~ e~ e, ~- B-2 1 Replace Entire Pipe Header, ~ t;r~; LS c late in lace er LS ~ $ D-3 1 Replace 9orth Pump O'vide Rails ~~} £~is LS and xard.ware, complete in r ~LS ~ ` $ ~ ~~-x -~ lace er L9 R-4 1 Replace Coupling, complete in f~c> ~'~ 8ii ~~L LS lace er LS & H-5 1 Clsan ouc Hottoa of Lift Station, C~ ti LS c late iD lace r LS $ ;Tl e-4 i Bypass Eiping and Bumping, ~'~' ~Z LS co late in lace er LS $ ~~ S-~ i Traffic Control, complete in ~ ~,-,,,~~ ~ ~ ~~ LS lace Er LS ~]j.! $ ~~~1 yX1 S4H-TOTAL HASH DID FART H S ~`i ~ Q(~tiV (Items H-1 - H-7) / I II IIZ IV V HID TY a D1RT !RICH HID ITHY HXTiHBIOB HsBCRUTIOI( (oTY s 91RT lHlcs zK rscnHSa) C. NODIlrCATSON6/RHHAI:ILITATION FOR HUHLHA (BDOAR T8a) LIFT STATION (HASH HID) C-i 1 Replace 90~ Rend at Top Of Two ~} LS Vertical Diecharge Bipee, ~~1 - 1 C late: in lace er LB S C-Z 1 LS Replace Two Pumps VerCical Discharf~e Pipe, complete in ~ t .~ J OE+ l '~ , ar LS lace S p p ADDHI®W I(O. R pROF09AL FORK ATTAC~IBNT NO. 1 pAGB 4 OF SS pM6 ! Op 3A LYFT $7:'ATSOP® Y95P$OVFTB e LA1CS6, $BrYliBDY' CA96BIPAY, FdDBLBF'. (HOOAR TRSID) , fdI1T'FbNAY PARR AND gBB$R' B GLB87 PROasCr xo. 7406 HAGS Bsa I II Yii IV V 8ID ~,Y i DNI'P YSICS BID ITat[ S7IT6t1lIOEI YT81i OBIT D88CRIPTION $ IQTY a OBIT PRIC6 zg lIOORSB) C-3 1 L8 Replace Two Pump Bases can lets in lace er L6 ~~~ ~} ~ ~~~ ~ ~- 4 - ~"C~ c-4 1 Fill S9kx6er Lift Station Slab l},~ ~ F~' `~ E'( LS with 6rcut, ca~lete in place , $ !X ar L6 C-5 1 LS Remove D~•.corative wall, Provide Soil Fil:. Around Area and Seed, ~l / -~t ~ ~l~ y,~ f 1 e late in lace r LS sal - ~ ` 1 1 / K c-6 1 Hypaes Fiping and Pumping, PLC OG LH com late in lace er LS $ 898-TOTAL BARB SID ZART C $ E~ F~ ~~ (Stems C-1 - C-6) I II III IV V am air a vszr~rss cs BID zT~ Bxss~tazoa taxi ouzr asecszPrzox IDi ll~i§ tC!1'Y a 0lISr RRZ~s zp asAVBra- D. ffiODSlICATE~B{SBHAt'~ILITATSOIf !OB QATBNAY PARK LEFT STATYOIf (SASS 8IA) D-1 1 Replace 90^ Bend at Top of Two (j` ~'' ~~ LS vertical Dischargs Pipee, C, ., -' ^ com late sa lace er LS $ D-2 1 Replace Two Pumps Vertical €~('E ~+ ~ LS Discharge Pipe, Complete in ` ~]~~1 -~ laoe er LS 7 ~-i=~- S ~ / ; D-3 1 Replace Two Pump Hanes, ~ ~~ I ~~~ LS c lets in lace per LS ~' f S ~ D-4 1 S Replace Pump Guide Rails Por P l t i l ce T r ~j ) - pp L umFa, comp e e n p wo a l~~ `~ ~ ~~ er L3 S_ D-5 1 Sandblast anfl Coat Pipe, E~Z~ t'O LS Valves a.nd Fittings, complete i-' ~ in lace er LH ` $ a~ ADD~DOIt ~• E PROPOSAL FORM A1TA 'LM~ST NO • $ RAPS 5 O!' 1! •A®8 or Y9 F,IFT 89'ATIOB' aBiPROVEB~'8 - &ARBS, RENfiEDSt CAt)BE10AlP, p(®BLSi'. (SUGAR TRBE)e GRTE(dAY PARS AND WEBER'S GLEN PROJECT NO. 7406 BA88 BYD Z I Y~I I 2YY ' aV Ba0 arx a OMIT PAIC6 Tat UpIT D~CRIPTIOW ®® D-6 1 Sypaea iipiag aad 8amplag, C~.~/y.,~'~ 8D9-TOTAL BARB HID DART D (Itsma D-1 - D-s) V ~~ ` ~. $ , a as aaa zr v 8ID ~ DNZT FBZCB BZD aTBlt BiTiN®aON ZTA( 9lRT DBBtBalTZOX (QTY a OYSS PBZCL' ZH FZOtlRBS) B. 1QODIFYCATYONBJRBB71l~•7S.ITATIOA FOR i1BBBR~B OLB1P LIFT BTATZOH (BaBB BID) 6-1 1 Replace 9D° Bead at Top of Two ~'"p fly LS Vertical Dischargs Pipe, ~ ~~~ $ CO letE in 18Ce ei LS E-2 1 Replace Txo Pumps Vortical _? ~~ ~`~ LS Diecharee Pip®, complete is J ' i "~ lace er LS ~ E-3 1 Replace Two Pump Basea, ~~ f t~s7~, ~) -l L9 c lots in lace er LS ' ~ $ ~'~`~ E-4 1 Install Sivo 90° Benda oa Vent ~1 P$~ L9 Pipe with S. S. 4cxeen, j ~~ ,+--~ ~ ~~ co late in lace r LS $ E-5 1 Replace Lever and weight on ? ~ ~7 LS Two Check Valves, complete in l~ ~ ~ lace er LS -~- _ $ E-6 1 Fill [Inter Lift Station Slab CL ~G~ LS with Grcut, complete in place ~ _ ~ 7~7~ fi ~ ~4 ~ ~~7~F1T, = L/(lll r L8 S._ ~ $ E-9 1 BroviM TOP Soil Fill Around f±(5 (7C LS wet well Slab aad Saed, ~-(~7~~ ~ T t '~~` c letE in lace r L6 .~- -- $ L &-B 1 Install New Pub Control Panel pG~ E LS and Supiorta, complete in lace E r LS ~'~ ' ~ ' ~ 1 ,~.® $ ADDBMDW[ ~` 3 PaOPOHAL @DHIM ATTACB7f8lFi' N0. 1 anaY s ov is lAOe HOP 1Z LIFT STATION ZKPROVEM8P1T6 - LARK®. R CAV®BNAY, NOBLEF; (SVGAR TRHE), GAT869A9f PARR AND i7EB8R'8 G&RN PAOJSCT NO. ?406 PASB BYD E EI YYI IV V 8ID ITBI ~ ONYT DlSC82PTZON CHIT PRICB SID ITm[ iYTO(SYON (QTY i QUIT PRIG Z~ PY69REi) 8-9 1 LS Replace Bnclosura for Hain Service Disconnect, complete in lace er LS ~(? ~ ~ ` 2?~ 9 ~~~~ fi-SO 1 Install Nev Baergency Pumping f~) ~'? LS Connection, complete in place er L8 ~° ~ `_ ~ ~}~i~~ ~- x 8-11 1 L6 Bypass Fiping sad Pumping, co lets in lace r L6 ~? ' L+O p ~+ 8-12 1 LS Traffic Control, complete in er LS lace iti'~ ~, ~.ryl $ 1~~ aE LL~~ p ~ ~~Vl~ SIIB-TOTAL 8A8B 8YD PART 8 S~~l._._'~ C.l.•' (items 8-1 - 8-1x- ~ Y YI IYI tV V 8ID T~Y i 9(fIT PRZCi 8YD ITn[ fiTBNSIMP ITiI( _ WiIT D83CRIPTIDN IA PIGORSS (PTY i D11YT PPSCS ZA lYOQRfS) P. OTILiTY aLf.OIIaNCi P-1 1 ptiiity RllovanCe (Mandatory LS Allevaaoa), complete iA place er Ls $x0,000 6xo,ooo.oo F-2 i Porte Nain Liquid management LS (1(andatory allowance), a late in lava er LS 510,000 57.0,000.00 V (~' 8oB-TOTAL BASa EYD PART iP ~ ~Ly ADD (Items P-l - P-x) 'r NOTfi: The above unit prices must include all labor, materials, bailing, removal, overh6ad, prolit, insurance, etc., t~+ cover the Finished work eE the several kinds called for and the oimer reserves the right to increase or decrease the quantity of any bid item. Ths above quaati~iea are approximate, include vi additional Sk in acme enaea, and may vary from the final quantities. Ao not order material baee9 on these approximate quantities. ADDffi1DWl N0. 2 paoaosw ~ volaf ATTACSffiiT ND. 1 HAOR ~ OX iZ PAOa 7 OY 11 SeIT"8' S7'A'$YOPA Si~PROV8968NT9 m LAE89o R8P1dQBDS° CAV88P1AY, R~Y.ffiF. (BYJCARR TREE) , OATBBPAY PAA1S A16D q&88R' 9 (3L8id PROJECT 1i0. 7906 EID 9V1®AARY 8ZD ~Ul~ARY ~', ~ BASS SID PAF':T A + ~ ~.~ 7 ~ SASE BID PAE:T B $ l o ~_ ; [Yc7 BASE SID PAY':T C _ $ ~L' ~ ~~~ BASS HID PAI:T D $ .-T~ HASH SID PAF'T E $ 7 6'~-' ~~ BASS BID PAF:T F $ ~ ~ ~Ly -- ~) TOTAL BASE BID $ ~,~ ~ 7.~ 410TE: The above unit prie:es must inelude all lobar, materials, bailing, removal, overhead, profit, insurance, etc., t:, cover the finished work of the several kinds called for and the Owner reserves the right to incx~ease or decrease the quantify of any bid item. The above guantitiee are approximate, include a:s additional 54 in some cases, and may vary from the final quantities. Po not order a:aterial based on these approximate guasstitiss. annstiumc so. a aT^1°AC~'r sto. z raoroaw ronro rase a or is rape a or ss The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 270 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTES~~::, City Secre- terry Q CITY OF CORPUS CHRISTI sy: 6,~17~~- Oscar Martinez Assistant City Manager APPRO D AS~TO L GAL FO Y By:!~~ ~ Asst. City Attorney mI.QO~~ (~'lu'alrl~ ow) ____ ~.,. ~..iT1OII 0f auChoriaattan 4Awm6~~,. By: '.2E~~ Pete Anaya, P.E. Director of Engineering Services CONTRACTOR J.S. Harem Compare ey: rry1~~ /~~~~ Title: PrC'C}~~NJ I.~. 1175 8Pi7C 11 NORTH (Address) ATHENS, TN 37303 (City) (State)(ZIP) 423/745-5000 * 423/745-5252 (Phone) (Fax) ~~~~ ~ ,,AU~T/H,OR~I2ED SECRETARY Agreement Page 2 of 2 PRO P O S A L F' O R M F O R T+IF'`Z' STATIOI~T IMPltO~TE~+lENTS LACES, KENNEDY CAUSEWAY, HUBI~ER (SUGAR TREE) , GATEWAY PARK AND WESER'S GLEN PROJECT NOm 7406 DSPARTMSNT OF BN6ZNE$RSNG SERVICS9 CSYY OF CORPUS CHRISTI, TBXAS naasrraves rao. a 48040881E FORM ~p-qp 41108 1 OP 11 ~.T~~M~°~n+ ~0• 1 PAO® 1 OP 11 P R A F O S A I, Place: Dat@: ~~~~mb~.r l~, ~~s Proposal of®, CJ 'y' L lV:l f-1 1 LI,JI 11~..1~ti ~ a Corporation organized and existing under the laws of the Mate off T~nr1o~~~- ®R a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: Trie v:ndereigned hereby proposes to ffurnish all labor and materials, tools, and necessary equipment, and to perform the work required ffor: LEFT STATION %M9ROV8M8NTS Lli1C88, 1CSNN8DY CAUSBIRAY, HVSLBR (SDBAR TRBE), 6AT8iPAY PARR AND WSSER'S (;LBN 3iROJ'SCT NO. 7406 at the locatiocia set out by the plans and specifications and in strict accordance with the contract documents for the ffollowing 11DD8LiDW[ NO. 2 PROPOSRL RORM PAOB 2 OP as ATTAC8I~NT DiO. 1 seas a or as &Y PT 87ATYON xP9Pa0VEMENTB - LARTB° R>£NNSDY CAO9EF7AY, $CBY,BE. !SIIGAR TaBE)o GATBWAX PARE AND W88ER°8 GLEN PR®,?ECS' iSO. 7406 aA98 8xD a xI sxI =~ '~ ~p ~ a mrsT lases sID xTaK sxzaxszoN I'l~t OaI4 DaBCixPTION QTY a 9lfxT PRICa ZN llGOaaS) A. 1lODIlICATIO68/R8al,8ILITATION !OR LARBH LIFT BTATIOZI (1A8a HID) A-1 1 Replace 9D• eend at Top of Z'T' LS Three Vertical Discharge pipes, <J~r r. ~ ~1 = $ ~ (~~ c lets in lace r LS '°- - -~ - A-2 1 Replace Three Pumge Vertical f0 {'ti,: LS Discharge Pipe, COmplet8 In e f Z^ $ ` ~ } lace er LS A-3 1 Replace Pump Guide Rails for Z~:~ TL% L9 Three Yampa, Complete in place ~ ~:'~~` $ `3 ';~,~'~ er Ls A-4 1 Reconnect Existing PVC 90• 2.~~ r~~'? LS Send on Vent Pipe, complete in ~]`~`i ~" $ /~''` lace ez LB ~-- A-S 1 Replace Through-Wall Pipe Eor (~~l? ~ Z, iv LS Three Rmps, complete: in place ~jfi;L; $ ~Z%~'~l z L6 ._ A-6 1 Replace Weight on the awing ~; CAA- LS Check Valve Lever, complete iD ~; $ ~ ~;~;~ lace per LS A.7 1 Replace Pump Bases for Three ~, ,? ~'~' % {"~~ S ~~ ~%~~% LS Pumps, complete in pleas pea l - LS Lip ~~ A-B 1 ReplBee Bump Control Paael, L ~ `~ LS c late: i.D lace er L9 ; ~ ~~ A-9 1 Rsplace :Main Service Disconnect, ~ ~, , ~,t, z, LS C late in lace r LS $ G'V C~~' ' A-10 1 Provide Soil Fill and seed, . `' , . ~ ~~~-~' L8 COm lete~ iD lace er LS 6 ~~ ~ ~~ A-11 1 eypase Liping and Pumping, LS i l ~~ ~f'~'~, J iY `~ a S~ L3 ace per n p complete a. - r 7 808-TOTAL RASE aID PAST A 3 °~~ a %~~ bL Ixtsms A-1 - A-11) -T~ ADD@IDOB! aD. a 4ROY06AL sauce aTTACBNIIeT NO. 1 PAGa a oa ax ease a or is LIFT S7"ATION BMPAOVEItBNTB - LA1C88. R817Ld8DY CADSiSB9AY. EDH?~EE. Q$IIOP±t all!!) 0 6ATH9IR~' PAS ~ 69>1H1&'R'H WLI1N PROJECT NO_ 74®6 BASE BID I YI III IV V HID pTY i DIRT PRIG SID IT®[ aTA1SI021 22!11 Wii? DSSCRiPYIOA TI (DT1[ a olliT !]ttCB ttl P ODRitS) H. lIODIFIC7ITIONB/R&~!'ILIT#TIOII 1OR Lffi~Y C71QSB9111Y LIFT STATIOIQ (H7-98 HID) ~';t`7 gs ~ B-1 1 Replace ::Wo Pumps Vert. Disellarge , . L8 M ca. fete in lace r LS ~ ~ E%~s B-2 1 Replace Entire Pipe HCadeY. ~ ~ y ~ fir $~"L1 t?r~., LS co late in lace er LS H-3 1 Replace laorth Pump 6vide Rails i;u ['ice LS and Nard.ware, complete in h ~ ' ~ ~~; = lace es l,s f L $ ~~ Eflz'` H-4 1 Replace Coupling, complete in ~~~-~~ ' ~~~ LS place er LS ~ ~~.~- 8 B-S 1 Clean out: Bottot6 of Lift Station, Ct', 'GL ~ LS c late in lace r LS ~ - ' H-6 1 Sypass Fipirig and Pumping, ('L` ~0 LS co late in lace er LS ' $ -~ B-7 1 Traffic Control, complete iD n ~,r.s-~t~ ~~ ~~ IS lace t r LS ~~11_ S ~ ( hh~-9~ Z+l.r 8D5-TOT11L WISE SID PART D S H' ~1~`1V (Items ^-f - e-7) I II I%I IV V HID ~~a '1 T DESCRIPTION DFST !RIGS SID ITOt S>:TSI1520A' (CTY i DIfIT PAICi IN FICDRSS) C. 1[ODIFZCATION9/A{7JIF~ILITATION POA FIDBLHA (BDOAA TAEa) LIFT BTATION (HaBH HID) C-1 1 LS Replace 90~ Sand aC Top of Tw0 Vertical Discharge Pipes, c late in lace er LS ~; L~'1 - ~? - 1 - $ C-2 1 Ls Replace Two Pumpe Vertical Dischazfe Pipe, complete in LS l fi ~, j L'~ 9 OL? $ `~ ace par p 71DDO~Wt 1i0. 2 9AOeosAa Fonw a2TACHIE~f1' SD. 1 SAGE d OP Sx sAaa a oa Is LYFT S9;'ATION IldPAOVSBlHNT® - LARaS. ff;H18P1iDY CA468MAY, 39tAHL~ Sff'. (64dRP- T16EE) , 031'SSff7T18A8 8lR~ A.ffAH B9SE~' 9 t+3L~ PROJECT PiO. 7406 SAftB BYD I EY YIZ IV V 8ID IT811 ~TY F ONiT DISCRYPTION 4lIIT YBICP ~ SID ITAI BXTTnMI011 RICE ZR 1'I6IIRS8) (OTff 4 @IIT P C-3 1 Replace Two Pump Hasea, n ~ ~„ ~ _ Le c late in lace er LS $ C-4 1 Fill finder Lift Stat iori Slab ,~~.T, ec~ n ~~ LS complete in place aith 6rcut _ LdJ L 11 $ ~ , . . - er LS C-4 1 LS Remove D,acorative Nall, Provide Soil Fil:. Around Area and Seed, ~l ~ -~Zt ~ ~ r('? '~ 1,~+ C late in lace r LS .~i $ ! ~ ~ C-6 i LS eypaes Fiping and Pumping, com late in lace ez LS fit? ~(' $ ~~, SDB-TOSAL HRSS BID lAST C $ ~~ ' (Itome C-1 - C-6) I II ZYZ IV v DZD ~ 4 OMiT PSICi 8YD ITIDf S7CT~1S209 ITm[ OaIIT DESCRIPTION Iti PI1 (CIS'1[ a SflIIT RRIC6 IN PI60RlS) D. NODIIIGTIONS/$SHA1'~ZLYTATION !OS GIITSMY PAWC LIPT STATION (BASS HIp) D-1 1 Replace 90^ Hend at Top of Two ~,~ ~:(~ LS Vertical Diecharge Pipee, `~"~j' r $ ~`~~~~ ' com late in lace er LS D-2 1 Replace Two Pumpe Vertical CC1 . ~ G LS Diecharg~e Pipe, complete in `~n~ . ~ -' laae er LS yJ $ D-3 1 Replace Two Pump Bases, rr ~~ - tih ~ L9 eo late in Lace r LS ' i ~ $ ~~ ~ ~ ' D-4 1 Replace Pump Guide Rails for ~, a0 LS Two PumFa, complete in place / j~ Lj~)ll~ er LS $ D-5 1 . Saadblast anfl Coat Pipe, C~~ L'C LS valves a.nd Fittings, complete i " ~ ~ • e 2~ ~ ~ in lace er LS = $ ° ' ' A~ ~~ ~ PNOPOSaL FORM ATIAC81~If1 NO. A PAOi 5 Oa 12 Pam s or is LZP'T 89'ATZOtP I)SPRe'VP.l~NTB - LARP:B~ A.ENN8DY CAUBS90AYo EL(761:5E'. (9V~RR A`RRS) a 6eSZ'BNAg BARAG A4B;1 10a8ER' B CLSN PROJSCT NO. 7406 BABB HID s ss xss iv ~ e~.a GZ1t a vpsT 87tICt sea sTn[ axTmlesaRi ZTa[ VNZT aEBCB2PTZOR s ~ a C1~ZS PItZCE IN PZOORE6) A-6 1 eypaao iipiaq aafl Pumpiag, (~ ~IV~~ ~~ L9 Com late iR lace Y LS _(1]([l 5 i BoH-Tarty BASa Bea PART a $ ~ r l/L~% (stems n-1 - a-s) I YZ IZZ ZV V BID 9 i DNST lltiCi BIa ITm[ B][7"SNBIOPi iTAt tillIT DEBCaIKZO1P (CTY a LBIT PBSC! ZM 1ZGVAl81 $. IHODYFZCA'rTONB/RBBR4~•YLYTATYOBH POR 1PSHBR'8 GLmQ LYPT BTATIO~ (BAS1 EIa) E-1 1 Replace 90° Bend at Top of Two ~~ - ~rj LS Vertical Aischaxge Pipa, ,~)~,-7>~, ~ - c late in lace er LS '~~=--- $ B-2 1 Replace Two Pumps V®rtical ~? ~~4 L9 Diechares Pipe, complete in / , ~ ~ Ines er LS $ ~~ ~) S-9 i Replace Two Pump Bases, ".tt~7~ LS C late iR lace ar LS ° + (.' C; S-4 1 Install Two 90° Henda oa Vent - ~~ (^,Ey LS Pipe with S. 8. ScreoR, y }, ,>" [1Z~ ~~~ co lete in lace r LS $ 8-5 1 Replace Lever anal Weighc on I~ ~ ~~1 LS Tao Check Valves, complete is ~ - laee er LS ~ L- $ B-6 1 Fill [Inter Lift Station Slab Q%L GD LS with Grcut, complete in place j~ ~r~~~ " ~ r LS $ 8-9 1 Provide Top 3oi1 Fill Around f'[' - (~~ LS met Well Slab and Seefl, _. Q -h~~ /~ ~, '- ~ com lete in lace r LB ,1,1~ $ b B-9 1 IR6ta11 mew Pump control Panel L!l~ ~ LS ari8 Sup1•orta, complete in 1 1 '~ $ !2 , ' -1 lace er LS ADD~It IID. Z neoposat roan ATTACB]IBDFr NO. 1 pAOa 6 Qp 12 pAOa 6 04 1a LYPT 87:'ATIOld IMPROVEMBNTS - LARS®, AHl1NSD1T CaU®EOPAY, ((DHL.+~. t9(i(~~, 3°E(fiH),. t~ATE6AP:7f PARR Aadlt 69)GBER~® 0& PRO~ecT No. Taos HASS HYD I II III IV V 8SD qq i PHI SID ZTm[ SITOTSIOS ITBY 0liIT DS8C82P'fION (QTY i W/IT PSICS ZK FIGDASS) 8-9 1 Replace Sncloaure for Haia ~~ LS Service Disconneee, Complete ~ ~~~~ in lace er LS L ~ $ 8-10 1 Install New 8mergency Purt~ping ~ ~!) LS Connection, complete in place ~ ~'} (~~%~ ez L8 ~ O $ ~9 ~±O 8-11 1 Hypaaa Piping and Pumping, p L6 c late is lace r L6 ~ S Ex~ b~ ~-12 1 Traffic control, complete in ]~ ~ " ~/ y~ ~(~ LS lace r LS " $ ~ VV sDe-TOTAL HABH ale PAttT R $ , ~1 „yi tst•mo H-1 - B-aa- 2 II III ZV V 8IO 1R 4 9gIT PICSCS 8SD ITaL B=T=MSIOIP IT1S WTIT DHSC&IPTION IA1 FIODRSS (QTY 6 DiliT ?RIGS IA PZOOR~S) F. DTILITY ALLONANCS i F-1 1 Otillty 913owance (riaadatory L$ Allearanoe), complete in place er Ls $ao,ooo $ao,ooo.oo F-2 i Force Nain Liquid Management LS (9[sndatory allowance) , tom lets in lace er LS $10,000 $10,000.00 ; SCH-TOTAL HARE HYD PART R C = L~ W'lJ (atsma P-1 - P-a) NOTR: The above unit prices moat include all labor, materials, bailing, remoeal, overli~afl, profit, ineuzance, etc., ec+ cover the finished work of the several kinds called for and the Olvner reaezvea the right to inczeaae ox decrease the quantity of any bid item. The shave quaaeifiee are approximate, include att additional St in acme aaeaa, and may vmry from Cho Final quantitioa. Do not order material based on these approximate guantltiea. ; aDDBSDUS iQO. a naososaa ~ gaw ATTac(oa~r TTO. 1 PAOa ~ or iz PAGE 9 08 11 aasr e7~Axao1¢ aearaovsessm~rs - s.Axss, asrmtsax cavsswAx, s~~sff. (sv seas) , o:ATSwAx PAxx ANn sasssa.~ s arsx 8Y® 8Y71®dARB 9YD BVI~ARY ~~ SASE BID PAI':T A $ ~, ~ 1 11 ~~ BA$E BID PAE:T 8 $ t o ~ i f~t7 BA98 88D PAf:T C S ~" ~ ~ p~) BASH HID PAF:T D S BA38 BID PAF':T 8 $ ~7 4'L-' ~ ~ BASE BID PAF:T F $ _ _ ~ ~ ~L, ~ Zil TOTAL BASE BID $ -~~~ ~V A70Ta: The above unit pric:ea must include all labor, materials, bailing, removal, avsrhead, profit, insurance, etc., t~, cover the finished work of the several kinds called for and the Owner Yeeervee the right to incseaae or decrease the quantity of any bid item. The above quantities are approximate, include n:i additional 4k in some cases, and may vary from the final quantities. Uo not order material based on these approximate auantitiea. A~8<7D0}6 xo. a ATTACIQ~iT NO. 1 4R0lOSAG lOa19 PJ6a ®e! 12 PA06 a or 13 The underf~igned hereby declares chat he has visited Che site and has eare[ully examined the pleas, specifioatioae and contraeY documents relating to the work covered by his oid or bide, that be agrees to flo the work, and that- »o rspresentationa made by the City are is any sense a warranty but are mere estimates foe the guidaaea of the CBP.traeeoY. Opon notification of award oP eoneraet, we will within ten (10) calendar days execuce the foima] contract and will deliver a Performaaee aond (aa required) for the PaiehPul perfoxman~:e of this contract sad a Payment Bond !ae required) to insure payment for ali labor a»d materiala. The bid bonfl attached to this proposal, in the amount aP St of the hicheat amount bid, is to become the property of the City of Corpus Chrlati in the event tte tOritreet and bonds are not executed within the time above set Forth as liquidated danagae for the delay and additional work caused thereby. minority/alacrity ®uaian• Baterprisa partieipatione The apparent low bidder shall, aithih five flays of receipt of bide, submit to the City Engineer, in writing, the names enc. addressee o! N8& Pirme participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. aunber o£ 9lgnad Bets of Documents: The contract and all bonds will be prepared in not less tt.an four counterpart (original eigned3 eats. Time of Coaipistioa: The undersigned agrees to complete the work within 150 Caleadsr Dave Iron the date deaigriated by a Work order. completion shall be br:esd on satisfactory work, completed, in accordance with she plan, apeeifications, and eoatract floeuments and aetepted by the City. Days Alloaatioa Sos 8a.ia The contractor shall a:aCieipaes the following number of work days lost due to rain in determining the contract schedule and !or each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at th@ power street Btorm Water Pump Station is o.5o inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the 8ngir.oer has agreed Chat the status of 4onetruction was such that there was as impact detrimental to the construction schedule. Jnnuery 3 Days May 4 Days September i Days February 3 Days June 4 Daya October 4 Days Marsh 2 Days July 3. Days November 3 Aaye April 3 Dsye August 4 Days December 3 Days This project is essan:ially a co»struetion contract for a period of 150 Calsaadar Dave, ae detailed elsewhere in the contract documents. After Contract Award and pre-construction meeting is held, the Contractor shall commence work within t~:n (io) calendar days after receipt of writtea notice from the Director of Sngineerin.g Services or designee ("City engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contraee far completion of the work or after such time period as exteaded pursuant to other prow„sione oP this Contract, 8300 par Csleadar Day wilt be esaessed against the Contractor as liquidated damages. said liquidated damages ors not imposed as a penalty but as as estimate of the damages Cleat the City will sustain from flelay in completion of the work, which damages by their nature are not capable pf precise proof. the Director of Hngineering 6erviaes (City Sngineerl may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City 4raa Eha monthly gay estimate. ADDSNDVIS NO. 2 aaorosat eosin sacs son as ATTAC~7T NO. 1 4nee 9 aP la the 4ndera .fined further declares that he will provide all, rieCCBeary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above msr.tioned work covered by this proposal, in strict accordance with the contract daeumants and the requiremeace pareaiaing thereto, for the sum or sums above set forth. Receipt of the folloain4 addenda is acknowledged (addenda number): Respectfully Names ~ Ey: (SEAL - YP SYDDER i3 a Corposaiion) Addreae: ~, (City) (Statg) (Zip) Telephone: ~~-n~lb"~ 1POTEt Do not detach bi<.from other papaya. F111 in aith ink ,md 0ubmit Complete vita attached pap~:ra. (Revises #ueu3t 2000) PAOP08N. PpAa PAae is oP ;] AT"1']-Cl~~NT ~O. 1 P110¢ 10 Or ;] Counterparts P E R F O R M A N C E B O N D Bond No. ULL1380 STATE OF TEXAS § KNOW ALL SY THESE PRESENT3: COUNTY OF NUECE3 $ THAT J.S. Haren Company of MCMINN County, Tennessee, hereinafter called "Principal", and Ullico Casualty Company a corporation organized under the laws of the State of Delaware , 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 TWO HUNDRED THIRTY-FOUR THOUSAND, FIFTY AND NO/100 ($ 234,050.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 20TH of JANUARY 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: LIFT 3TATION INIPROVEMBNTS- LARES, KENNEDY CAUSEWAY, HUBLER (SUGAR TREE), GATEWAY PARR AND WEBER'S GLEN - PROJECT NO. 7406 (TOTAL BASE BID: $234,050.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 30th day of January ~ 20 09 PRINCIPAL, ATTEST 3URETY tha,-_Suretgr_ . a~ Agency: Snelling Professional Se v~ Contact Person: Gina Tyler )-ddress: 5350 S. Staples, Ste. 110 Corpus Christi TX 78411 Phone Ntnober: 361-906-1213 ss, for, (NOTE: Date of Performance Bond must not be prior to date of con tract)(Revised 3/08) Performance Bond Page 2 of 2 J S Haren, Pr aid nt (Print Name & Title) Ullico Casualty Company Y;X2CllLeC1 lIl L'VUl_ vt iy iaaui Counterparts P A Y M E N T B O N D Bond No. ULL1380 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECE3 § THAT J.S. Haren Company of MCMINN County, Tennessee, hereinafter called "Principal", and Ullico Casualtv Company , a corporation organized under the laws of the State of Delaware , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of TWO HUNDRED THIRTY-FOUR THOUSAND FIFTY AND NO/100 ($234,050.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION I3 SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 20TH day JANUARY 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: LIFT STATION IMPROVEMENTS- LARES, KENNEDY CAUSEWAY, HUBLER (SUGAR TREE), GATEWAY PARK AND WEBER'S GLEN - PROJECT NO. 7406 (TOTAL BASE BID: $234,050.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 30th day of January 2009 PRINCIPAL J S Haren~President (Print Name & Title) ATTEST SURETY Ullico Casualty Company 1625 Eye Street NWt Washin4ton DC.20;006 B Attorney-ytt-fact Jeremy Crawford Name . rLl"~i a°'"Fin M9~1'~.es ir..... Nna~e~;-. L"nnOaxc......'l'i~•~-,.~Att Agency: Snelling Professional Services Contact Peraon:Gina Tyler Address: 5350 S StaplPS Ste 110 Corpus Christi mX 7A411 Phone Number: 361-906-1213 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 CITY OFCORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BO%9277 CORPUS CHRISTI, TEXAS 7ti4B9.6Q77 RE: CenNladoa of Pd~var Of AlOOmsy for Per-ormanoe and Payment Bonds p ,• LHt SmUon Improvements-Project No.740a ~tY ~ParM Ulyco casualty Comperry powerclAtloleeYeWmNtedby ,laremycrewford,~ compem ~ a aipyof wrwwvrr w ettactree Dopy a pre alp(nW vowaw attaneyon tae ~ th bans , has ha bead alrlatded or abrWaed, daeajgfir6ed efaentis c,rently byood sag wi tatlar aF4de power attorney, Nw Cigr at r'~4 bl-oedNed mad adYrhr seven fA days the . hereby oettlty tlratthe taa:~e 'In•Fatd fOr J.B. Fiaran >btMsax9icale, hzetrusandtwnect le ~ in~ll~loooa~ a~aa~ h the glrapr. in the avert of ?orprrs Chrief oh~l bo noNbd 6r eaeithetoilow:gj ~reaa: City of Corprm GlrrNti oepartrrrent of Erginaedn~ ssrvkas Alto: Cor~iraotAAminlsbetor P.O. Sac 92'ri Corpus ChrieH, TX 78gat48Q77 Signed grte__~2__ aaya ~...b. ~,_=,• ulaco 2t)oB. Swan errd suhsaribed to before nw on ihk ~ ~/ - day of r ~rs~wti q~P MY Corrrmisaion Expkes: ~ o M. ATTACHMENT 1 tM Expires dune req 10F1 Acknowledgment of Surety State of Minnesota County of Hennepin On this 30'x' day of January, 2009 before me personally appeared Jeremy Crawford who acknowledged that he or she is the attorney in fact who is authorized to sign on behalf of Ullico Casualty Company (surety company), the foregoing instrument, and he thereupon duly acknowledged to me that he executed the same. Notary Public ~~~ TANYA MIEKO FUKUSNIMA ~~' ~UBI.IC'AMM~IE807A ~ M'EimM An 91, 201 1043 ULLICO CASUALTY COMPANY POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That ULLICO CASUALTY COMPANY (the Company), a corporation organized and existing under the laws of the State of Delaware, does hereby constitute and appoint: Michael Williams, Jeremy Crawford, William J. Nemec and Andrea J. Michael of C*C*I Surety, Inc., a Minnesota Corporation its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature hereof, which are or may be allowed, required or permitted by law, stature, rule, regulation, contract or otherwise, and the execution of such instruments(s) in pursuance of these presents, shall be as binding upon the said ULLICO CASUALTY COMPANY as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. Use of the Company's seal is limited to execution of bonds, not to exceed $2,000,000. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of the President of ULLICO CASUALTY COMPANY. The President or any Vice-President shall have power and authority: To execute bonds, mortgages and other contracts on behalf of the Company and cause the seal to be affixed to any instmment requiring it. IN TESTIMONY WHEREOF, ULLICO CASUALTY COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized office this 1st day of August, 2007. On this 1st day of August, 2007 before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the ULLICO CASUALTY COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. ~~A~l( lL b~~-I'J ~i~2J. J Notary Public CATHERINE M. O'BRIEN This Power of Attorney Expires on December 31, 2009 NOTARY PUBLIC STATE OF MARYLANp My Commission Expires January 21, 20Q8 CIFY OF CORPUS CFlRISTI ~r'~ DISC60SUftC OR IIVTCRIESTS ,,::~; :~ City of Corpus Chziati Ordinance 17112, as amended, requires all persona or ffizma seokinq to do business with e.hs City to provide the Following information. Every question must be aaawered. of she queselon is not applicable, answer with "11A^. PY811 NA1~: aTaaBT:.li•~~~-ai~ -- Iw,u (~, cYT:: yuwx~J Ilv sap. c ra( FYRM le: 1. Corporation ~ 2. Partnership ^ 3. Sole Owner ^ 4. Association O 5. OCherO DY8CL0891t8 Q918TYOQd! of additional apace 6e necessary, please use tbs reverse side of this page or attach separate sheet. 1. BtaEe the games o! each ^~ioyee" oR the City a! Cerpum Christi having an ^ownership iatezest" coastitt.tiag 3t or more of the ownership is the eebov® named ^lirm°. Noma * Job Titlo and City Department (if known) 1\~~~ 2. state the aaenea o! sash ^oflicial° o! the City of Corpus Christi haviaq as ^ownership iaterest° coastitr.tiag 99 or more of tho ownership is the above named ^fle:m°. Name ~ ~ Title 3. atat• she somas of swab ^board member" oe the City o! Corpus Christi having ea ^ownsrmhip intara~at" coastitutiag 33 or more of tho ownership is the above armed ^lirm". Name Hoard, commission Or Committee ~k. State the names o!: Dash meg+layae or officer of a ^coaeultaat" 2or the city o! Corpus Chsisei who worked oa say matter related to the sub~eet of this coatrmet man has as __ ^ownership iataseAt° coaaeitutiag !k or more of the ownership iat th® above named ^lirm°. Name COneufltarit ~~ !~) ~ chi,. ClRTYFYCATB 1 certify thae al:. Safoxweation provided is true and correct as o! the data of this statement, that Z have not knowingly withheld dieclosuze of any information requested; and tht~.t supplemental statements will be promptly submitted to the City of Corpus Christi. Texea es changes Decor. PaoPO$AL Panes leDDIESIDOIf NO. 2 Para 1a oP 1z 111°°P11CF1l1~NT NO. 1 PA@ 11 OP 11 hype oY Princ) - - - -__ _ Signature oP Certifying Person: ~1te: DEFBMITI®tVS a. "Board Member". A member of any board, commission or committee appoinbad by Me City Coundl of the City of Corpus Christi. Texas. b. "Employee^, Any parson empbyed by the Cis of Corpus Christi. Texas, eithat on a futl or part time testa, but not as an independent contragx. c. "Firm". A e ~y ope~~a0ed for ooonomic gain, whether pofessonal, irubatrlal or axmmerdal and whether establkhed~ produce cr deal witlt a product or servbe, including but not fimtled to, enfiflea operated in the form of sok Proprietorship, as sent empbyyad person, partnersh~, corporation, jotnt stook company, Joint venture, recetwrship or tract and entitles width, for purposes of iwc~on, an treated u non-profit organisations. d. "O}Nde1". The Msyor, m3mbars of the City Carnal, City Manager. papuly Cigr Manager. Asslst~t City Mana~rs. Department and Oivislor Pleads and Muractpal Court Jutlges ~ pw Cdy of Corfws Christ, Texas. e. "Ownership interest". Lr^gel or equitable interest, whether actually or aznstruolivey held, in a firm, including when such lnterest Is held through an agaM, trust, estate or holding en b''t(yy~~ Construcfivey tuold" refers to rroiding or conbol estabtlshed through voth>A trust, proxies or spacial terms of ventlrro or partnership agreements. f. "Consukent". Any perar.m or firm, such as englnaeB 7md arohkects, hired by the City of Corpus Chrisd for the purpose of professional ;onsuttation and reoornmendatbn. vao~~u, roaM ADD1BNDt71![ NO. Z rAOa za ow za ATTACI~TTP INO" 1 aos za ov is CERTIFICATE OF LIABILITY INSURANCE TIS Insurance Services, Inc. 0.DY~ 1900 Winston Road, Suite 100 ALTER TI P.O. Box 10328 Knoxville, TN 37939-0328 BiBIKiERS anlx~ED ). 5. area ompally s+sunEaw A P. 0. Box 450 wsuREaa C 1173 Highway 11 N. slsuRERC: Athens, TN 37371-0450 sreunEaa DArs rywowrwYt NAIL 3 THE POLICIES OF MISURANCE L16TE0 BELOW HAVE BEEN 193UED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT MATH RESPECT TO WHICH THIS CERTIFx:ATE MAY BE 1981IED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SU&IECT TO ALL THE TERMS. E%CLUSWNS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LaBTB $FIOVVN MI1V HAVE BEEN REDUCED BY PAxI CLARA,4. TYP[OF PDUI.YNWaaA UIOIS amIERALUAesnr 054619-03309365-OS 04/088008 04/08/2009 EACHOCamRENCE s 1 000 00 X CQMERCULLf.~NEfW.LNaLT' oAMMIEmReNreo s 300 0 cuasx~wE Qocdsl J l~ MEDOwaro~am.anl s 10 A X Contractual Liab. FeT80NAtaADVSUImr s 1000 DENENILL AGGREGATE s 2000 GENLaaOREwTE LasrAnPLIE+PER: PROOIx:I+-taswiDV AGG S 2 Ogg X roucY ,~T LOC Au nxrGS.eLUSUTr 46-309-365-00 04/06/2008 04/06/2009 COLbBI®BDgLE LD,pI X ANYAVro / ms°~0i"I s 1 000 00 ALL OWNEDaUTO8 ~ V BODp.Y mJURY $ A SCHEDVIED AUf05 IPx PUSmI X Nm®AUros eoD+YeuuRY s X NoNawNEDauros (Prutlartl) ° ~ s OARAGEUJIaItiY AVID ONLY-FJIACCIDENT s ANY AUTO DIFIER rNAN EA ACC 6 AVIOONLY: AGD 5 meRe.LAUAesm 47-514-943-01 04/08/2008 04/08/2009 EACNOCCIRmENCE s 3000 X oasxe ~ clasw MADE ~ / AcaIEGArE s 3.000 A / s OEDIC7IBLE s X RE7EIIiKIH s 10, s w0m i916ODim/M71DNA/D X ATU- A ~F I'~~~ry currvE 071719-0303155; 04/08/2008 04/08/200 ELEACHAxseNr s 500,00 offl cER ExcL~~ J ELORiEABE-FAEMPL 6 SOO yyup,, 6PECVLL~ONBIDNS hebw EL DISEASE-Pq.ICY LatlT S SILO,000 s llation Floater / IPR' 8236083-00 02/04/2009 02/04/2010 Project limit 5234,000 B roject Specific / Limit temp loc/Transit 550,000 S Ch isti Deductible 51,000 a~c~n~N rtiFicate~llo~r is~name~as e~tlona~nsu{Ieiability ,Automobile Liability nd Installation Coverage as Respects to work performed by the insured on the ift Station Improvement-takes Kennedy Causeway /6300 / CER?TFI[`JTE HOLDER reMrFl ~ eTVw _ _~ BHWLDANY OFTNEASOYE DISCRm®POLICIB Bfi CANCELLEOB~OIIE THE City of Corpus Christi °~TONDA~TM'TME'~"o~"E"""LL~DEAY°"TOMaL Department of Engineering Services / ~-°ArawmrmNr°rxECSarnicATeNaosaNAMS°T°nmLEFT, Attn: Contract Administrator surrawREmaaLSUCxxoncesxuLUwosEHOOmiGAnoNORtumurr PO Box 9277 oFANrlmmlwaxTNEasuaEa,nsAOErmoaRSPI~rArnres. Corpes Christi, TX 78469-9277 AunIOR~DREPRESExrATrvE ~~ o~ Construction Div. BRANOL K ACORD 29 (20D1/08) ®ACORD CORPORATION 7988 IMPORTANT If the cerfificeie holder is an ADDITIONAL INSURED, the poficy(res) must 6e endorsed. A statement on this certificate does not confer rights to the certiflcele twlder In lieu of such endorsement(s). It SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this ceAHicate does not ooMer rights to the certificate holder in fieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does rwt conslitule a contrail behveen the issuing insurer(s), authorized representefive or producer, and the certificate holder, nor does h affirmatively or negatively amend, extend or aker the coverage afforded b1l the policies fisted thereon. ACORD 26 (201N/08) e/~t~~~OtUfl~YS Page 1 b5065 (7-87) Issued D2-02-2009 MUTUAL INSURANCE COMPANY TAILORED PROTECTION POLICY DECLARATIONS 6101 ANACAPRI BLVD., LANSING, MI 48917-3999 Change Endorsement Effective 01-22.2009 ,uexcr TIS INSURANCE SERVICE9 INC 19-0805-00 MKT TERR 053 (885) 891-4847 POLICY NUMBER 084819.03309365-08 ununm J S HAREN COMPANY SEE FORM 59270 / Com any POLICY TERM ~/ ~woxese PO BOX 450 B i ~I 12:01 a. m. 12:01 a. m ATHENS, TN 37371-0450 04-08-2008 to 04-08-2009 DESCRIPTION OF CHANGE --COMMERCIAL GENERAL LIABILITY COVERAGE PART IS AMENDED AS FOLLOWS-- ADDING ADDITIONAL INTEREST O!L/C FORM (56205) CITY OF CORPUS CHRISTI DEPT OF ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR PO BOX 9277 CORPUS CHRISTI, TX. 78468-8277 TRANSACTION NUMBER: 011 ENDORSEMENT PREMIUM: 511.00 ADDITIONAL (THIS IS NOT A BILL) Should the above described policy be cancelled or materially changed before the expiration date thereof, the issuing company will mail 30 days written notice to the above named. V ~~~„t C. aP4:~ Signature -Authorized Agent r 7E 94018 ADD1Ti0'VAI.INSUR6U Thin madossament mcdifi4a insurance p~pvidsd under the lollowing: / 886LR68 A4R'O CC~pilfBCi XtlaK ~/ CAOi !'dglt TItlQC~iB 0006lAa: YWO[ Thia endorsameoE changes then policy efisotive en the inception date of the __~i__ _._~~-- ~-~L-- Jar- aw l~ul ~srv {u1..... Endorsemcat E!lcative policy Number 2/02/09 46-309-365-00 ~/ Named Inauzed ~ ~ f1 J.S. Haren Company , ~tiatare ~ Ol :wucaprsxeat weirs esvu~:sua.es The provisioae and axclsriona chat apply to LIABILITY COYERA66 algo apply to this aadpremmene. City of Gorpns Christi dept. of Eaginetring Bervicee Attn: Contract AdmiolatxaCOr p.0. Bpr 92T~ Corpse Christi, T3: 09AG9-927 tenter Dlamr rad Address of Additional 7aenred.) it as faevssdr but ~ oa1Y wit)t respxt to legal rarpoasibility !or aorta or omigriens e! a person !ox whom Liability Coverage is a[£ordad under thin policy- The additi~al lggvcKad is not required to pay !OZ ropy Azemiume stated in the policy oe aarnad fzan the policy. A8y return premium and any dividend, it applicable, doclassd by ue shall be paid to yeu. You axe authorized to act £or Cho additional iasusmd 1n all matters pertaiatng to this insurance. 11a will mail tha rdditioaal i3iaored notiea oS any tancellatioa oY this poiiey. S£ the Canceilaeion is by us, ste will given tan days notiaa to the additional insmsd. Thor additional inauzed will zetwin any right o£ recwory as a claimant under thir policy. l010t 2Z 99 038 ~ AO~IIT~O17. Il18ORm Tame dtaadar6 Aatamobila gbdotaamaae Praaaribee xaran 30. 1997 ~~~ Y CANCffi.LATION PNAVISION OR CpVRRAGE CHANGE SND083Ei' This eadoreaseent modifier ineurafsou P-"ovidrd qad~ ~ ~i1°wi'agi This eadoxeemmat rJUOgee_the Pe1ieY elrectlie on the inaePeion date eE the policy 1 Redoreeie/aa i09[eaeim ~ 6~ 9-369@-DO ~/ paesad seagred J. $. Haren Company ~. ~ daya before Chi9 yoliey ie eaaaellad or sneaeriisilY clumped to reduce as reetrict coverage vre vil7~ maii moeiea o[ ehr eweel3wtien or chais9r Eet (Elmer 1PesRe and A~reae) ~. City o! Cospsss Chs;~iaei wpa• o! Eegiaeering Setvicer 14CCn: CDALraOC Add101eC;Ator P-O. post 8277 Cprpgr QllieCl.r ~ 7ea69•e277 Autheriaed lsagapeeOta[ioes~ / FaaR (PriritWl i_ RasnnnnA T . (la4ce TTj . ~,~, Tie3e (PS:ins:eal , President= Construction Division 1-O'eY TD 02 02h. - ^~'~^~*-'-'T2011 p~7eX8SAF OA OOV~OE CRU1At RIBKfR9sMpir Trese steEdesd Jsglfaerbi2r Eadesraw+sas: axw.aesb.a Aa.amar i, ?,srr ppgr,RAe tlC1~XM6nTI011 Ilit~ 8!@LDYSRB LILBiLTPY xE15~NCB POLSCT ooc s1 os oz (Ed. 7-84) TItYA9 zmrxcs OP t4ATE)tIAL Ott BtaDORt38tOF~a' This endorsement applier only to the insurance provided by the policy becauso Texas ie eho+tn is item 3.w. o! the infozmatioa Page. Zs the evept o! oanoelettion or other maCSxisl change of the pollcY. ~ will mail advance notice to tha person or ergsaisation names is the Schedule. The aumbrr of days advance aetic~ is shown in the schedule. Thin endorsement shall not operaee directly ar fndireeely to benefit eayone not Hamad in the Schedule. schedule i. Number of data advance notice: 30 2. Notios mill bs mailed to- City of Corpuo ChriaCi Departmoak o! sagimsriag services j Atta, Coatrace Administrator \// P.O. 80x 9177 CO;pun Christi, TX 79469-9277 This eadoreemeat changes the policy to which it is sttaabed and is elteCtive as the dace issued ualees ocberviae seated. (The talorimtioa below ie required only xhen thin endOraemant is issued subsequent ce preparation of the poliry.l Endor~s~ement Sfleetive Polley Nv• J ------- - ,/ xasusA84/09 071719-03031555 ~. ~~'-' =neurones 6`ompeny Countersigned Ay: American Interstate Mme terinted)s Raymond L. Oakes III qC 42 06 01 Title tAriatefllsP-resident - Construction Division Isd. ~-9e) -- C •11 .02/11/09•IMP8236p83-00 ORIG IMAGE COPY 0116536 GREAT AMERICAN INS CO OF NY ACminisltaliva Or/ieac 080 Walnut SIr0a1 GtsEATAnrint~Cnnc Telc 1~ 513.969' 500001 CM 78 79 """"M01gp1" (Ed. 09 OS) THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ tT CAREFULLY. i~ADDITIONAL INSURED ENDDRSENIENT This endorsement modes coverage provided by the: COMMERCIAL INLAND MARINE COVERAGE PART t. Additional Insured The following is added as an Additional Insured under this policy: Name and Address: CITY OF CORPUS CHRISTI, DEPARTMENT OF ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR P.O. SOX 9277 CORPUS CHRISTI, TX 78489-9277 II. Loss Adjustment end Loss Payment Wlth respect to "loss" to Covered PropeRy in which both you and the additional Insured shown above have en insurable interest, we will: a. adjust claim far "loss" with you; end b. pay any "loss" to you and to the additional insured, as interest may appear. All other terms remain unchanged. Should the above described policy be cancelled or materially changed before the expiration date thereof, the issuing company will mail 30 days written notice to the above named. / Signature -Authorized Agent ~/ CM 78 79 (Ed. 09/05) PRO (Page 1 of 1)