Loading...
HomeMy WebLinkAboutC2009-540 - 11/10/2009 - Approved2009 -540 M2009 -313 11/10/09 Graham Construction Svcs. City of lin Corpus °— Christi City of Corpus Christi Project No. 7293 New Broadway Wastewater Treatment Plant July 2009 VOLUME 1 OF 7 PROCUREMENT AND CONTRACTING DOCUMENTS, AND TECHNICAL SPECIFICATIONS - DIVISIONS 00 -01 Engineers...Working Wonders With Water- � ~ �k ;JASON E. ANDERSUNI q87963 4N s $ J 6/24/09 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY JASON E. ANDERSON JUNE 24. 2009 LNV Engineering, inc. Gignac & Associates LLP 49:41". S... 9E. . r.e. 4440 rrlr: 'w0 P JOHN C. CUTRIGH'II 92328 : n /4' 4 ., /24/o9 Aiwa THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY JOHN C. CUTRIGHT JUNE 24, 2009 In association with: Colwell & Associates, Inc. Gignac Landscape Architecture ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID 1M GRAHA -5 DATE(MMIDDIYYYY) 12/15/09 PRODUCER Hub International Northwest P. 0. Box 3018 Bothell WA 98041 -3018 Phone :425 -489 -4500 Fax: 425- 489-4501 . _ .. TYPEOF_Mt11U . THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED ('s lam COnst�Ll c ion 3 @rvjces EaB9ganLMNe5O1 �L1 CirCle 7 V INSURER k Arch Insurance Company GENERAL X INSURER B: Everest National Ins . Co . 71PKG2271005 INSURER C: 10/31/1 vvV INSURER 0: 81,000,000 8100,000 INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INOK LTR INSRD AYD'L . _ .. TYPEOF_Mt11U . POLICY NUMBER POUCy EF CTNE DATE (M ppLICY N DATE (MMIDDIYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY 71PKG2271005 10/31/09 10/31/1 vvV EACH OCCURRENCE 81,000,000 8100,000 umnot I O KtN I to PREMISES own CLAIMS MADE I X 1 OCCUR MED EXP (Any one person) 8 5,000 X1,000,000 $ 2,000,000 PERSONAL & ADV INJURY GENERAL AGGREGATE ,/$2,000,000 GEM AGGREGATE LIMIT APPLIES PER: POLICY 1� I j'& LQC PRODUCTS - COMP /OP AGG A AUTOMOBILE X _ X X UABIUTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 71PKG2271005 THIS CERTIFICATE A PREVIOUS CERTFICATE 10/31/09 WEENNDSIREPI.ACES ISSUED /10 10/31/10 / VVV COMBINED SINGLE LIMB (Eaa wern) 1 , 000 , 000 BODILY INJURY (Per person) BODILY INJURY (Per accident) 8 PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGO $ B EXCESSIUMBRELLA X l X `/ LIABILITY / OCCUR n CLAIMS MADE DEDUCTIBLE RETENTION $ 71C7000128091 10/31/09 10/31/10 EACH OCCURRENCE /5,000,000 $5,000,000 AGGREGATE $ $ 8 A WORKERS COMPENSATION AND EMPLOYERS' LABILITY ANY PROPRIETORIPARTNERIEXECUTIVE OFF ssFIICER/MEMBEREXCLUDED? SPECIAL PRbO)VISIONS below / 71WCI2270905 N/A TO ADD INSURED 10/31/09 10/31/10 / WC !A!U- O X TORY S LBAITS I r ER TH- ELEACHACCIDENT $1000000 E.L. DISEASE -EA EMPLOYEE 81000000 E.L. DISEASE - POLICY UNIT 8 1000000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS !VEHICLES !EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS ADDITIONAL INSUREDS) AS REQUIRED BY WRITTEN CONTRACT SUBJECT TO POLICY TERMS, CONDITIONS, LIMITATIONS & ATTACHED ENDORSEMENT: SEE ATTACHED HOLDER NOTES. WAIVER OF SUBROGATION PROVIDED FOR WC; ADDITIONAL INSURED V/ ENDORSEMENTS PROVIDED FOR GL AND AUTO. RE: NEW BROADWAY WASTEWATER TREATMENT PLANT. PROJECT NO. 7293 CERTIFICATE HOLDER CAN CICORPU J CITY OF CORPUS CHRISTI 1201 LEOPARD STREET CORPUS CHRISTI TX 78401 -2825 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORfTHE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 41NeiMAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AL9' '-t' ' EPRESENTA ACORD 25 (2001 AV) ® ACORD CORPORATION 1988 .. ADDITIONAL INSURED: CITY OF CORPUS CHRISTI; CAROLLO ENGINEERS, P.C.; LNV ENGINEERING, INC.; COLWELL & ASSOCIATES, INC.; GIGNAC & ASSOCIATES, LLP; GIGNAC LANDSCAPE ARCHITECTURE ACORD,. EVIDENCE OF PROPERTY INSURANCE OP ID CJ DATE(MM1DDiYY) 12/16/09 THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY. PRODUCER IN=A4 425- 489 -4500 1425- 489 -4501 COMPANY Zurich American Insurance Co.- Builder's Risk RSUI Indemnity Company - Excess Wind & Hail Policy #NHQ365022 Hub International Northwest p. O. Box 3018 Bothell WA 98041-3018 Bill Bates cooe: IMPS CODE: CUSTOMER 1D N: GRABA -5 INSURED / Graham Construction Services '/ 2995 Lone Oak Circle �{ Sagan Nil 55121 I LOAN NUMBER POLICY NUMBER CRT 6558888 -00 EFFECTIVE DATE E MIRATKiNDATE 12/21/09 di 12/21/12 V� CONTINUED UNTIL IF CHECKED TERMINATED THIS REPLACES PRIOR EVIDENCE DATED: 12/10/09 PROPERTY INFORMATION LOCATIONIDESCRIPTION 001 BM09095 h New Broadway Wastewater ✓ 1000 Rebecca Street Treatment Plant Corpus Christi TX 78401 COVERAGE INFORMATION COVERAOE1PERILSJFORMS AMOUNT OF INSURANCE DEDUCTIBLE Builder's Risk Coverage - Risks of Direct Physical Loss Incl Earthmoveaent S Flood Earthmovement Flood Wind - 5% Max - $250,000 min Deductible Water Damage Transit Coverage Offsite Storage Coverage Excess Wind 6 Hail - RSUI Policy Project Term: 12 -21 -09 to 12 -21 -12 50,456,230 50,456,230 50,456,230 15,000,000 1,000,000 1,000,000 035,456,23 25,000 100,000 100,000 100,000 10,000 10,000 REMARKS (Including Special Conditions) Additional Named Insureds: City of Corpus Christi, Texas and Subcontractors of all Tiers. / CANCELLATION THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD INTEREST, IN ACCORDANCE WITH THE POUCY PROVISIONS OR AS REQUIRED BY LAW. PERIOD. SHOULD THE 30 DAYS V / AFFECT THAT ADDITIONAL INTEREST NAME AND ADDRESS / City of Corpus Christi, Texas ',f/ 1201 Leopard / P.O. Box 9277 Corpus Christi TX 78469 -9277 ACORD 27 (3193) MORTGAGEE LOSS PAYEE X J ADDITIONAL INSURED V Laws AUTHORIZED REPRESENTATIVE 'r OACORD CORPORATION 1993 POLICY NUMBER:' 71PKG2271005 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR /CONTRACTORS - SCHEDULED PERSON OR v ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART V SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Coveted Operations ANY ORGANIZATION WHO REQUIRES THAT YOU ADD THEM AS ADDITIONAL PROTECTED IN A SPECIFIC WRITTEN .// CONTRACT WITH YOU. Information required to complete this Schedule, if not shown above, will be shown In the Declarations.. A. Section 1I — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for 'bodily injury", 'property damage" or "personal and advertising injury caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf., in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG 20 10 07 04 B. With respect to the Insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to 'bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connecUon with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of 'your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a princi- pal as a part of the same project. © ISO Properties, Inc., 2004 Page 1 of 1 ❑ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT /This endorsement modifies insurance provided under the following. V BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement is effective on the inception date of the policy unless another date is indicated below. SECTION II — LIABILITY COVERAGE, 1. WHO IS AN INSURED is amended to Include as an "insured" the person(s) or organization(s) named in the Schedule below, but only with respect to their legal liability for acts or omissions of a person for whom Liability Coverage is afforded under this policy. You are authorized to act for the additional insured named in the Schedule in all matters pertaining to this insurance. SCHEDULE Name and Address of Additional Insured: ANY PERSON OR ORGANIZATION THAT YOU HAVE AGREED IN A WRITTEN CONTRACT, THAT SUCH PERSON OR ORGANIZATION IS AN ADDITIONAL INSURED ON THIS POLICY. All other terms and conditions of this Policy remain unchanged, Endorsement Number: Policy Number: 71PKG2271005 Namedlnsured:GRAHAM GROUP (US) INC. Endorsement Effective Date:10 -31 -09 local Standard Time at the First Named Insured's address. • 00 CA0070 00 09 06 v/ Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 POLICY NUMBER: 71WCI2270905 V WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER XS REQUIRED BY WRITTEN CONTRACT WITH SUCH PERSON OR ORGANIZATION. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below Is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective '10 -31 -09 Policy No. 71WC12270905 / Endorsement No. Insured GRAHAM GROUP (US) INC. ✓✓ Premium $ INCL. Insurance Company ARCH INSURANCE COMPANY 1983 National Council on Compensation Insurance. Countersigned By VOLUME 1 CONTRIBUTING DISCIPLINE ENGINEERS FOR SPECIFICATIONS The engineer responsible for division of specifications: Engineer Division(s) Engineer Division(s) Jason E. Anderson 00, 01, 09, 10, 11, 13, 14, 15 Logan Burton 02 Robert A. Morroni 17 Michael E. Colwell 16 Kwasi Duose 03, 04, 05, 06, 07, Raymond Gignac 08, 12 Robert Gignac 02 4 toc,1 ral 1 I 1 1. 4:4. tti • JASON E. � ANDERSON g 44: 87963 sop- 6 /24 /09 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY JASON E. ANDERSON JUNE 24, 2009 City of Corpus . C ti ADDENDUM NO. 14 September 22, 2009 TO: ALL PROSPECTIVE BIDDERS SUBJECT: NEW BROADWAY WASTEWATER TREATMENT PLANT PROJECT NO. 7293 Prospective Bidders are hereby notified of the following modifications to the Contract Documents. These modifications shall become a part of the Contract Documents. All provisions of the Contract Documents not specifically affected by the Addenda shall remain unchanged. A. SPECIFICATION SECTION 00410 - BID FORM 1. The modifications to Document 00410 directed in Addendum No. 13 are reflected in a reissued Document 00410 in this Addendum No. 14 (see Attachment No. 1). Also reflected in this reissued Document 00410 are additional lines for addendums. DELETE: SPECIFICATION SECTION 00410 - BID FORM included in Addendum No. 10 as Attachment No. 3 in its entirety. ADD: new SPECIFICATION SECTION 00410 - BID FORM included in this Addendum No. 14 as Attachment No. 1 in lieu thereof. B. DATE. TIME AND PLACE OF BID OPENING 1. DATE, TIME AND PLACE OF BID OPENING (As revised by Addendum No. 6) SHALL REMAIN UNCHANGED. ADDENDUM NO.14 Page 1 of 16 Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO. 14 lea! JASON E. ANDERSON 91s6 8796 a • sop 09/22/09 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY JASON E. ANDERSON SEPTEMBER 22, 2009 Carollo Engineers, P.C. Attachment No. 1: SPECIFICATION SECTION 00410 - BID FORM ADDENDUM NO.14 Page 2 of 16 DOCUMENT 00410 BID FORM PROJECT IDENTIFICATION: City of Corpus Christi New Broadway Wastewater Treatment Plant Project Number: 7293 THIS BID IS SUBMITTED BY: (Bidder) (Bidder Address) THIS BID IS SUBMITTED TO: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: Bid Proposal - New Broadway WWTP Project No. 7293 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents within the specified time and for the price indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged. No. 1 No. 2 No. 3 No. 4 No. 5 No. 6 ADDENDA (Circle "Yes" to Indicate Receipt of Addenda) Dated August 14, 2009 Dated August 21, 2009 Dated August 27, 2009 Dated August 28, 2009 Dated September 1, 2009 Dated September 4, 2009 September 2009 00410 -1 pw\Client\TXXCorpus Christf7648C101Specifications100410 (REPLACEMENT) Received: Yes Received: Yes Received: Yes Received: Yes Received: Yes Received: Yes ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 3of16 7648C.10 No. 7 Dated September 8, 2009 Received: Yes No. 8 Dated September 9, 2009 Received: Yes No. 9 Dated September 10, 2009 Received: Yes No. 10 Dated September 17, 2009 Received: Yes No. 11 Dated September 18, 2009 Received: Yes No. 12 Dated September 18, 2009 Received: Yes No. 13 Dated September 21, 2009 Received: Yes No. 14 Dated September 22, 2009 Received: Yes No. Dated Received: Yes No _ Dated Received: Yes B. Bidder has visited the site and become familiar with and satisfied itself as to the general, local, and site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Federal, state, and local Laws and Regulations and Permits that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by OWNER and ENGINEER is acceptable to Bidder. September 2009 00410 -2 pw*ClienttTX1Corpus Christi7648C101Specificadons 100410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 4 of 16 7648C.10 J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5.01 The price of $745,000 for grit system has been prenegotiated. Bidder will include such cost in the Bid and shall pay Supplier the prepurchase price. 5.02 Bidder shall provide OWNER with an Allowance A for payment to the Disputes Review Board pursuant to paragraph VII, Payment, of Document 00822 attached to the Supplementary Conditions. CONTRACTOR will submit fee and expense invoices to OWNER with a pay request. The $40,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.03 Bidder shall provide OWNER with an Allowance B for payment to American Electric Power (AEP) for their "contribution in aid to construction" charges in connection with AEP's demolition of existing facilities; construction of the new 12.47 kV preferred and alternate source feeders for the new and existing Broadway plants and temporary 12.47 kV electrical service to Resaca St. Lift Station. CONTRACTOR will submit AEP invoices to OWNER with a pay request. The $166,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.04 Bidder shall provide OWNER with an Allowance C for payment to AEP for their "contribution in aid to construction" charges in connection with AEP's upgrade of underground cable along Staples St. to provide additional capacity on the 12.47 kV alternate source feeder. CONTRACTOR will submit AEP invoices to OWNER with a pay request. The $69,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.05 Bidder shall provide OWNER with an Allowance D for payment to AEP for purchase of existing AEP facilities associated with the Resaca St. Lift Station 12.47 kV electrical service including: A. 1500 -kVA pad -mount transformer and foundation. B. 12.47 kV pull box CONTRACTOR will submit AEP invoices to OWNER with a pay request. The $15,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.06 Bidder shall provide OWNER with an Allowance E for payment to provide the Facility Furniture /Furnishings, in accordance with the Plans and Specifications. The $45,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.07 Bidder shall provide OWNER with an Allowance F for payment to furnish as shown on the Plans and specified herein the computer hardware, specifically the server computers, the operator stations, the notebooks, and the printers as specified in Section 17730, and the console in the Administration /Operations /Maintenance Building's control room. The $50,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. September 2009 00410 -3 pw\Cbent\TX\Corpus Chrisdi648C10\Specifications \00410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 5 of 16 7648C.10 5.08 Bidder shall provide OWNER with an Allowance G for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, additional communication equipment as requested by the OWNER such as the radios, towers, antennas and software as specified in Specification 17750 in accordance with the Plans and Specifications. The $90,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.09 Bidder shall provide OWNER with an Allowance H for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications, as part of the Base Bid Project, furnishing as specified herein, additional laboratory equipment as requested by the OWNER in accordance with the Plans and Specifications. The $35,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.10 Bidder shall provide OWNER with an Allowance I for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, additional maintenance equipment as requested by the OWNER in accordance with the Plans and Specifications. The $40,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.11 Bidder shall provide OWNER with an Allowance J for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, any additional pipeline rerouting and pipeline tie -ins as requested by the OWNER in accordance with the Plans and Specifications. The $40,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.12 Bidder shall provide OWNER with an Allowance K for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, additional electrical ductbank reroutes and additional electrical circuit rework as requested by the OWNER in accordance with the Plans and Specifications. The $40,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.13 Bidder shall provide OWNER with an Allowance L for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, additional hazardous material handling, removal and disposal as requested by the OWNER in accordance with the Plans and Specifications. The $60,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.14 Bidder shall provide OWNER with an Allowance M for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, additional communication and computer network conduit, hardware and cabling as requested by the OWNER in accordance with the Plans and Specifications. The $15,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.15 Bidder shall provide OWNER with an Allowance N for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, additional telephone communications systems and networking as requested by the OWNER in accordance with the Plans and Specifications. The $15,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.16 Bidder shall provide OWNER with an Allowance 0 for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid September 2009 00410 -4 pw\Client\TX\Corpus Christi7648C10 \Specifications \00410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 6 of 16 7648C.10 Project, furnishing as specified herein, additional temporary supports, temporary repairs and emergency repairs to existing treatment facilities as requested by the OWNER in accordance with the Plans and Specifications. The $60,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.17 Bidder shall provide OWNER with an Allowance P for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, temporary bypass pumping, liquid and /or sludge, to and from existing treatment facilities as requested by the OWNER in accordance with the Plans and Specifications. The $20,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.18 Bidder shall provide OWNER with an Allowance Q for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, providing and installing security systems as requested by the OWNER in accordance with the Plans and Specifications. The $30,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.19 Bidder shall provide OWNER with an Allowance R for payment for corrective measures to pier location or size necessary due to conflicting utilities. The $10,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 6.01 Bid Schedule. Bidder will complete the Work in accordance with the Contract Documents and accept in full payment for the Work items listed below, using the following Bid Prices, as applicable (Items in the Bid Schedule are further described in Section 01201): Base Bid Item No. Bid Qty Description (Bidder to Write Price in Words) Unit Price Bid Price 1 1 LS All Work to remove and properly dispose of materials containing asbestos and/or lead found at those buildings to be demolished, for the lump sum of: N/A $ 2 1 LS All Work as defined in the Contract Documents for Phase 1 and Phase 2 Construction except those items listed separately below, for the lump sum of: N/A $ 3 1 LS Pre - negotiated Fimi Bid Price for Free Vortex Grit Removal System equipment as defined in Section 11324, for the lump sum of: Seven Hundred Forty-Five Thousand Dollars. N/A $745,000.00 4 107,000 LF Auger -Cast Piles, for the lump sum of: $ $ September 2009 00410 -5 pw\Client \TX\Corpus Christ17848C101Specifications \00410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 7 of 16 7648C.10 Base Bid Item No. Bid Qty Description (Bidder to Write Price in Words) Unit Price Bid Price 5 8,360 LF Trench Safety, for the lump sum of: $ $ 6 1 LS Allowance A to be for payment to the Disputes, Review Board pursuant to paragraph VII, Payment, of Document 00822, for the lump sum of: Forty Thousand Dollars. N/A $40,000.00 7 1 LS Allowance B to be payment of reimbursement to AEP "contribution in aid to construction" charges in connection with AEP's demolition of existing facilities; construction of the new 12.47 kV preferred and alternate source feeders for the new and existing Broadway plants and temporary 12.47 kV electrical service to Resaca St. Lift Station, for the lump sum of: One - hundred Sixty -six Thousand Dollars. N/A $166,000.00 8 1 LS Allowance C to be payment of reimbursement to AEP "contribution in aid to construction" charges in connection with AEP's upgrade of underground cable along Staples St. to provide additional capacity on the 12.47 kV alternate source feeder, for the lump sum of: Sixty -nine Thousand Dollars. N/A $69,000.00 9 1 LS Allowance D to be payment for purchase of existing AEP facilities associated with the Resaca St. Lift Station 12.47 kV electrical service, for the lump sum of: Fifteen Thousand Dollars. N/A $15,000.00 10 1 LS Allowance E to be payment to provide the Facility Furniture /Furnishings, in accordance with the Plans and Specifications, including all applicable taxes which include but are not limited to applicable sales taxes; State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Forty-five Thousand Dollars. N/A $45,000.00 September 2009 00410 -6 *Client Christi17648C101Specifications \00410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 8of16 7648C.10 Base Bid Item No. Bid Qty Description (Bidder to Write Price in Words) Unit Price Bid Price 11 1 LS Allowance F to be payment for fumishing as shown on the Plans and specified herein the computer hardware, specifically the operator stations, the notebooks, and the printers as specified in Section 17730, in accordance with the Plans and Specifications, including all applicable taxes which include but are not limited to applicable sales taxes; State and Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Fifty Thousand Dollars. N/A $50,000.00 12 1 LS Allowance G to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specified herein, additional communication equipment as requested by the OWNER such as the radios, towers, antennas and software as specified in Specification 17750 in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Ninety Thousand Dollars. N/A $90,000.00 13 1 LS Allowance H to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specified herein, additional laboratory equipment as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Thirty -five Thousand Dollars. N/A $35,000 14 1 LS Allowance I to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specified herein, additional maintenance equipment as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Forty Thousand Dollars. N/A $40,000 September 2009 00410 -7 pw\Cliient\TX\Corpus Chris617648C10 \Specifications100410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 9 of 16 7648C.10 Base Bid Item No. Bid Qty Description (Bidder to Write Price in Words) Unit Price Bid Price 15 1 LS Allowance J to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, fumishing as specified herein, additional pipeline rerouting and pipeline tie -ins as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Forty Thousand Dollars. N/A $40,000 16 1 LS Allowance K to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specified herein, additional electrical ductbank reroutes and additional electrical circuit rework as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Forty Thousand Dollars. N/A $40,000 17 1 LS Allowance L to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specified herein, additional hazardous material handling, removal and disposal as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Sixty Thousand Dollars. N/A $60,000 18 1 LS Allowance M to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specified herein, additional communication and computer network conduit, hardware and cabling as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Fifteen Thousand Dollars. N/A $15,000 September 2009 00410 -8 pw\Client\TX\Corpus Christi17648C10 \Specifications \00410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 10 of 16 7648C.10 Base Bid Item No. Bid Qty Description (Bidder to Write Price in Words) Unit Price Bid Price 19 1 LS Allowance N to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, fumishing as specified herein, additional telephone communications systems and networking as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Fifteen Thousand Dollars. N/A $15,000 20 1 LS Allowance 0 to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specified herein, additional temporary supports, temporary repairs and emergency repairs to existing treatment facilities as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Sixty Thousand Dollars. N/A $60,000 21 1 LS Allowance P to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specified herein, temporary bypass pumping, liquid and /or sludge, to and from existing treatment facilities as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Twenty Thousand Dollars. N/A $20,000 22 1 LS Allowance Q to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, providing and installing security systems as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lump sum of: Thirty Thousand Dollars. N/A $30,000 September 2009 00410 -9 pw\ Client \TX\Corpus Christ 7648C10 \Specifications \00410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 11of16 7648C.10 Base Bid Item No. Bid Qty Description (Bidder to Write Price in Words) Unit Price Bid Price 23 1 LS Allowance R to be payment for corrective measures to pier location or size necessary due to conflicting utilities, for the lump sum of: Ten Thousand Dollars. N/A $10,000 BASE BID (sum of the computed totals, Base Bid Items 1 through 23) (Price in Words) (Price in Figures) 6.02 All specific cash allowances are to be included in the lump sum bid price set forth above and have been computed in accordance with paragraph 11.02 of the General Conditions and Article 11 of the Supplementary Conditions. Final costs for specific items of Work as listed in the above allowances will be determined by the ENGINEER following submission of the Bid and execution of the Contract Agreement. Any unused portion of the allowance funds will remain property of the OWNER, and the dollar amount in the Contract Agreement shall be adjusted accordingly in accordance with paragraph 11.02B of the General Conditions. 7.01 Bidder agrees that the Work will be substantially completed, and, completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in Article 4, Document 00520, Agreement. 7.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in Article 4, Document 00520, Agreement. 8.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a certified or bank check, or a Bid Bond, issued by a surety meeting the requirements of paragraphs 5.01 and 5.02 of the General Conditions; B. List of Subcontractors, List of Equipment Manufacturers and other individuals and entities required to be identified in this Bid; C. Required Construction Contractor's Qualification Statement with supporting data; D. Bid Preferences; E. Non - Collusion Affidavit; F. Affirmative Action Program Certificate; G. Bid Certification for the Payment of State & Local Taxes; September 2009 00410 -10 pw\Client\TX\Corpus Christi17648C10 \Specifications \00410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 12of16 7648C.10 H. Certification of Drug - Free Workplace Requirements; 9.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on , 20_ September 2009 00410 -11 *Client \TX\Corpus Christi\7648C101Specifications \00410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 13of16 7648C.10 State Contractor License Number . (If applicable) If Bidder is: An Individual Name (typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business address: Phone Number: ( ) FAX Number: ( ) A Partnership Partnership Name: (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone Number: ( ) FAX Number: ( ) A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature — attach evidence of authority to sign) Name (typed or printed): Title: Attest: (Signature of Corporate Secretary, Acting Secretary or other officer) Business address: Phone Number: ( 1 FAX Number: ( ) Date of Qualification to do business is September 2009 00410 -12 pw\CGent1TX\Corpus Christi 17648C101Specifications100410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 14of16 7648C.10 When proposing as a Corporation, Bidder swears and affirms by signing this Bid that the proposing Corporation is currently in existence, is currently authorized to do business in the State of Texas (or State of incorporation) and that no franchise tax reports or payments are delinquent as of the date of this Bid Proposal. The Bidder will provide a Certificate of Account Status with the signed Contract Documents. Forms may be obtained by the successful CONTRACTOR from the Texas (or other state) Comptroller of Public Accounts and submitted as part of the final, executed Contract Documents. A Joint Venture Joint Venturer Name: (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone Number: ( ) FAX Number: ( ) Joint Venturer Name: (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone Number: ( ) FAX Number: ( ) Phone and FAX Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) END OF DOCUMENT September 2009 00410 -13 pw\ Client \TX\Corpus Christi17648C101Specifications100410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 15 of 16 7648C.10 September 2009 00410 -14 pw\Client\TX\Corpus Christ17648C101Specifications 100410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 16of16 7648C.10 Fax Transmission Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Phone: 826 -3500 Fax: 826 -3501 To: ALL PLAN HOLDERS From: Pete Anaya, P.E. Director of Engineering Services Date: September 21, 2009 Pages: 3 (including fax sheet) Subject: NEW BROADWAY WASTEWATER TREATMENT PLANT PROJECT NO. 7293 Addendum No. 13 Comments: This fax transmission includes the complete signed Addendum No. 13 from Carollo Engineers, for the above referenced project. The addendum is also available on line at the web site noted below. The Addendum corrects two errors in the revised Bid Form provided with Addendum No. 10, adds a third acceptable listed brick manufacturer and color, plus provides a clarification with regards to the disposal of excavated materials * DATE, TIME AND PLACE OF PRE -BID CONFERENCE AND BID OPENING (As revised by Addendum No. 6) SHALL REMAIN UNCHANGED To access this Addendum online, go to: www.ccengprojects.com Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. TO: ADDENDUM NO. 13 September 21, 2009 ALL PROSPECTIVE BIDDERS SUBJECT: NEW BROADWAY WASTEWATER TREATMENT PLANT PROJECT NO. 7293 Prospective Bidders are hereby notified of the following modifications to the Contract Documents. These modifications shall become a part of the Contract Documents. All provisions of the Contract Documents not specifically affected by the Addenda shall remain unchanged. A. SPECIFICATION SECTION 00410 - BID FORM 1. Page 7 of 00410 issued with Addendum No. 10, Allowance F in Bid Item Table: DELETE: "the server computers" and "and the console in the Administration /Operations /Maintenance Building's control room," 2. Page 10 of 00410 issued with Addendum No. 10, sentence below Bid Item Table: DELETE: "22" ADD: "23" in lieu thereof. B. SPECIFICATION SECTION 04200 - UNIT MASONRY 1. PART 2 - PRODUCTS, 2.02 - CLAY MASONRY UNITS, Paragraph B.3: ADD: "d. Alternate Color: Martini Plum Grain brick; Note: Manufacturer is provided to establish color criteria only." C. CLARIFICATION - WASTE CLASSIFICATION LETTER REPORT 1. The Waste Classification Letter Report issued with Addendum No 10 (Attachment No. 11 of Addendum No. 10) states that material excavated may be reused as backfill on site, but may not be used off site, as it would not be considered a "clean" material. However, the Geotechnical Report for the Project site states that excavated material will not be suitable for use as structural backfill, and thus all excavated material must be hauled off site; the Waste Classification Letter Report adds to this requirement that all materials must be properly disposed of as a Class II non - hazardous waste, which is accepted at most landfills with no additional approvals from TCEQ. The Bidder shall follow the Geotechnical Report with regard to excavated material not being suitable as backfill, and the Bidder shall follow the Waste Classification Letter Report with regard to proper disposal of excavated material. ADDENDUM NO.13 Page 1 of 2 D. DATE. TIME AND PLACE OF BID OPENING 1. DATE, TIME AND PLACE OF BID OPENING (As revised by Addendum No. 6) SHALL REMAIN UNCHANGED. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO. 13 • E. ANDERSON: 0 .�. 8796 latiassor 09/21/09 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY JASON E. ANDERSON SEPTEMBER 21, 2009 Carollo Engineers, P.C. ADDENDUM NO.13 Page 2 of 2 Fax Transmission Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Phone: 826 -3500 Fax: 826 -3501 To: ALL ELAN HOLDERS From: Pete Anaya, P.E. r f 1� e/ TV_ _ Director of Engineering Services Date: September 18, 2009 Pages: 3 (including fax sheet) Subject: NEW BROADWAY WASTEWATER TREATMENT PLANT PROJECT NO. 7293 Addendum No. 12 Comments: This fax transmission is notification that the signed Addendum No. 12 and one (1) attachment from Carollo Engineers, for the above referenced project. The addendum and attachments are available as a single file on line at the web site noted below. The Addendum adds Conduit and Cable Schedule Information and provides one (1) attachment. * DATE, TIME AND PLACE OF PRE -BID CONFERENCE AND BID OPENING (As revised by Addendum No. 6) SHALL REMAIN UNCHANGED To access this Addendum online, go to: www.ccengprojects.com Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. TO: ADDENDUM NO. 12 September 18, 2009 ALL PROSPECTIVE BIDDERS SUBJECT: NEW BROADWAY WASTEWATER TREATMENT PLANT PROJECT NO. 7293 Prospective Bidders are hereby notified of the following modifications to the Contract Documents. These modifications shall become a part of the Contract Documents. All provisions of the Contract Documents not specifically affected by the Addenda shall remain unchanged. A. ADDITIONAL CONDUIT AND CABLE SCHEDULE INFORMATION 1. Please see Attachment No. 1 of this Addendum No. 12 for additional Conduit and Cable Schedule information. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO. 12 Sr* ANS.. .......... * * 0 JASON E. ANDERSON' •� '- 09/18/09 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY JASON E. ANDERSON SEPTEMBER 18, 2009 Carollo Engineers, P.C. Attachment No. 1: CONDUIT & CABLE SCHEDULE - ADDITIONAL INFORMATION ADDENDUM NO.12 Page 1 of 2 v-I m CD) Z= Cm Z CiQ Noz o • 0 r„h■a • N N —h' BROADWAY WASTEWATER TREATMENT PLANT I C7200 12.473V SWITCHOEAR UNIT M14 IRESACA MCC - AUTO TRANSFER SWITCHES 1 & 2 I CONTROL _ I 1 1 112 I TG SPAKC WNL' rilm » 4TkU fi1MTrN[iE4R UNIT 1114 RESACA MCC - AUTO TRANSFER SWITCHES 1 & 3 CONTROL 1 1 1/2 TC SPARE CONDUIT m 0 zm b z I C' 0 T q so i i I — -1 < Q r IJ I 11 1 1 '70 VOLT (12.47kV) 19 47W SYNTCHtEAR BUS 1. M14 RESACA UFT STATION TRANSFORMER POWER 12.4lkV 2 4 3 1/C 42/0 1 42 EPR 1 SPARE 4" CONDUIT Z 1 0 ii m 1 1 z Fn 1 11 111 i 0 BROADWAY WASTEWATER TREATMENT PLANT Fax Transmission Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Phone: 826 -3500 Fax: 826 -3501 To: ALL; in, HOLDERS Date: September 18, 2009 From: Pete Anaya, P.E. Pages: 3 (including fax sheet) )''Director of Engineering Services Subject: NEW BROADWAY WASTEWATER TREATMENT PLANT PROJECT NO. 7293 Addendum No. 11 Comments: This fax transmission is notification that the signed Addendum No. 11 and one (1) attachment from Carollo Engineers, for the above referenced project. The addendum and attachments are available as a single file on line at the web site noted below. The Addendum modifies one (1) Specification Section, modifies one (1) drawing, makes clarifications and provides one (1) attachment. * DATE, TIME AND PLACE OF PRE -BID CONFERENCE AND BID OPENING (As revised by Addendum No. 6) SHALL REMAIN UNCHANGED To access this Addendum online, go to: www.ccengprojects.com Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. City of us — — Christi ADDENDUM NO. 11 September 18, 2009 TO: ALL PROSPECTIVE BIDDERS SUBJECT: NEW BROADWAY WASTEWATER TREATMENT PLANT PROJECT NO. 7293 Prospective Bidders are hereby notified of the following modifications to the Contract Documents. These modifications shall become a part of the Contract Documents. All provisions of the Contract Documents not specifically affected by the Addenda shall remain unchanged. A. ELECTRICAL DRAWINGS - ADDENDUM NO. 10 - ATTCHMENT NO 9 1. Attachment No. 9 from Addendum No. 10 is to be replaced with Attachment No. 1, of this Addendum No. 11; design engineer's signature was not included with the Drawings of Attachment No. 9 issued with Addendum No. 10. B. CLARIFICATION - DRAWINGS - AREA 55 - DEWATERING CENTRIFUGES 1. Please note that the forced oil lubrication system shown on Drawing 55 -M -03 (Sheet 244) and specified in Specification Section 11358 requires potable water service to each unit via 3/8" inlet and 1/2" outlet connections; these connections were not shown on the Drawings. A 3 -PTW is shown on Drawing 55 -M -01 (Sheet 242) entering the building on the north side. C. SPECIFICATION SECTION 04200 - UNIT MASONRY 1. PART 2 - PRODUCTS, 2.02 - CLAY MASONRY UNITS, Paragraph B.3: ADD: "c. Alternate Color: ACME Burgundy brick; Note: Manufacturer is provided to establish color criteria only." ADDENDUM NO.11 Page 1 of 13 Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO. 11 �,hEo OFr N*• . * w 0 JASON E. ANDERSON 0 • 8796 ++llri0 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY JASON E. ANDERSON SEPTEMBER 18, 2009 09/18/09 Carollo Engineers, P.C. Attachment No. 1: Electrical Drawings - RECONNECT RESACA LIFT STATION PRIMARY SERVICE ADDENDUM NO.11 Page 2 of 13 TABLE OF CONTENTS - VOLUME 1 FRONT END DOCUMENTS DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT DOCUMENT NO. TITLE 00001 PROJECT TITLE PAGE 00100 INVITATION TO BID 00200 INSTRUCTIONS TO BIDDERS 00410 BID FORM 00432 BID BOND 00434 LIST OF SUBCONTRACTORS 00436 LIST OF EQUIPMENT MANUFACTURERS 00450 STATEMENT OF QUALIFICATIONS 00452 PREVAILING WAGE RATES 00454 CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE 00455 VENDOR COMPLIANCE WITH STATE LAW 00456 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS 00458 CERTIFICATION OF DRUG -FREE WORK PLACE REQUIREMENTS 00510 NOTICE OF AWARD 00520 AGREEMENT FORM 00550 NOTICE TO PROCEED 00610 ERFORMANCE BOND 00615 PAYMENT BOND 00700 GENERAL CONDITIONS 00800 SUPPLEMENTARY CONDITIONS 00822 DISPUTES REVIEW BOARD 00899 NOTICE OF SUBSTANTIAL COMPLETION July 2009 pw \Client \TX\Corpus Christi\7648C10 \Specifications\TOC (100 %) TOC -1 7648C.10 TABLE OF CONTENTS - VOLUME 1 DIVISION 1 - GENERAL REQUIREMENTS SECTION NO. TITLE 01110 SUMMARY OF WORK 01111 PARTNERING 01116 PROJECT MANUAL LANGUAGE 01140 WORK RESTRICTIONS 01201 PAYMENT PROCEDURES 01210 ALLOWANCES 01292 SCHEDULE OF VALUES 01294 APPLICATIONS FOR PAYMENT 01312 PROJECT MEETINGS 01324A PROGRESS SCHEDULES AND REPORTS 01329 SAFETY PLAN 01330 SUBMITTAL PROCEDURES 01340 PHOTOGRAPHIC AND VIDEOGRAPHIC DOCUMENTATION 01350 SPECIAL PROCEDURES 01352 ALTERATION PROJECT PROCEDURES 01354 HAZARDOUS MATERIAL PROCEDURES 01355 STORMWATER POLLUTION PREVENTION CONSTRUCTION ACTIVITY - BEST MANAGEMENT PRACTICES 01410 REGULATORY REQUIREMENTS 01424 ABBREVIATIONS 01450 QUALITY CONTROL 01455 SPECIAL TESTS AND INSPECTIONS 01500 TEMPORARY FACILITIES AND CONTROLS 01600 PRODUCT REQUIREMENTS 01612 SEISMIC DESIGN CRITERIA 01614 WIND DESIGN CRITERIA 01722 FIELD ENGINEERING 01732 CUTTING AND PATCHING 01734 WORK WITHIN PUBLIC RIGHT -OF -WAY 01738 SELECTIVE DEMOLITION 01756 TESTING, TRAINING, AND FACILITY START -UP July 2009 pw \Client\TX1Corpus Christ17648C101Specifications \TOC (100 %) TOC -2 7648C.10 TABLE OF CONTENTS - VOLUME 1 DIVISION 1 - GENERAL REQUIREMENTS SECTION NO. TITLE 01770 CLOSEOUT PROCEDURES 01782 OPERATION AND MAINTENANCE DATA 01790 SPARE PARTS AND MAINTENANCE 01800 POST FINAL INSPECTION 01810 COMMISSIONING July 2009 pw \ Client \TX\Corpus Christi\7648C10 \Spec cations \TOC (100 %) TOC -3 7648C.10 TABLE OF CONTENTS - VOLUME 1 CITY STANDARD SPECIFICATIONS DOCUMENT NO. TITLE 011413 ACCESS TO PORT AUTHORITY PROPERTY (TARIFF 669) July 2009 pw\Client\TX1Corpus Christ17648C10 \Specifications \TOC (100 %) TOC -4 7648C.10 DOCUMENT 00410 BID FORM PROJECT IDENTIFICATION: City of Corpus Christi New Broadway Wastewater Treatment Plant Project Number. 7293 THIS BID IS SUBMITTED BY: Graham Construction Services, Inc. (Bidder) 2995 Lone Oak Circle, Suite 1 (Bidder Address) Eagan, MN 55121 THIS BID IS SUBMITTED TO: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: Bid Proposal - New Broadway WWTP Project No. 7293 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents within the specified time and for the price indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with tie disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents that A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the fcllowing Addenda, receipt of which is hereby acknowledged. No. 1 No. 2 No. 3 No. 4 No. 5 No. 6 ADDENDA (Circle "Yes" to Indicate Receipt of Addenda) Dated August 14, 2009 Dated August 21, 2009 Dated August 27, 2009 Dated August 28, 2009 Dated September 1, 2009 Dated September 4, 2009 September 2009 00410 -1 pw 010111TX\Cnus Ch 78A8C101Speclfica8on ;100410 (REPLACEMENT) Received: e Received: es Received: ' - s Received: es Received: es Received: ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 3 of 16 7848C.10 No. 7 Dated September 8, 2009 Received: No. 8 Dated September 9, 2009 Re:eived: No. 9 Dated September 10. 2009 Re.;eived: No. 10 Dated September 17, 2009 Re ;eived: No. 11 Dated September 18, 2009 Re ;eived:Yes No. 12 Dated September 18, 2009 Re;eived: No. 13 Dated September 21, 2009 Re ;salved: No. 14 Dated September 22, 2009 Re ;dyed: No._ Dated Revived: Yes No. Dated Re jived: Yes B. Bidder has visited the site and become familiar with and satisfied itself as to the general, local, and site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Federal, state, and local Laws and Regulations and Permits that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.36 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be per'ormed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings icentified In the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 1. Bidder has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by OWNER and ENGINEER is acceptable to Bidder. September 2009 00410 -2 p rICIieMITX\Corpue ChABtl176 C9C10L4pecIfIcatlons100a10 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 4 of 16 7648C.10 J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5.01 The price of $745,000 for grit system has been prenegutiated. Bidder will include such cost in the Bid and shall pay Supplier the prepurchase price. 5.02 Bidder shall provide OWNER with an Allowance A for payment to the Disputes Review Board pursuant to paragraph VII, Payment, of Document 00822 attached to the Supplementary Conditions. CONTRACTOR will submit fee and expense invoices to OWNER with a pay request. The $40,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.03 Bidder shall provide OWNER with an Allowance B for payment to American Electric Power (AEP) for their "contribution in aid to construction" charges in connection with AEP's demolition of existing facilities; construction of the new 12.47 kV preferred and alternate source feeders for the new and existing Broadway plants and temporary 12.47 kV electrical service to Resaca St. Lift Station _CONTRACTOR will t ubmit AEP invoices to OWNER with a pay request. The $166,000 allowance shall be includod in the lump sum bid in addition to the cost of the work in accordance with Document 012' 0. 5.04 Bidder shall provide OWNER with an Allowance C for payment to AEP for their "contribution in aid to construction" charges in connection with AEP':, upgrade of underground cable along Staples St. to provide additional capacity on the ' 2.47 kV alternate source feeder. CONTRACTOR will submit AEP invoices to OWNER with a pay request. The $69,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.05 Bidder shall provide OWNER with an Allowance D for payment to AEP for purchase of existing AEP facilities associated with the Resaca St. Lft Station 12.47 kV electrical service including: A. 1500 -kVA pad -mount transformer and foundation. B. 12.47 kV pull box CONTRACTOR will submit AEP invoices to OWNER with a pay request. The $15,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.06 Bidder shall provide OWNER with an Allowance E for payment to provide the Facility Furniture/Fumishings, in accordance with the Plans and Specifications. The $45,000 allowance shall be included in the lump sum bid in addition to the ost of the work in accordance with Document 01210. 5.07 Bidder shall provide OWNER with an Allowance F for payment to famish as shown on the Plans and specified herein the computer hardware, specif cally the server computers, the operator stations, the notebooks, and the printers as specified in Section 17730, and the console In the Administration /Operations/Maintenance Building's control room. The $50,000 allowance shall be included in the lump sum bid in addition to the :ost of the work in accordance with Document 01210. September 2009 00410 -3 pvACOemtTX\Cotpus Chesm7848C101Spedfloetbn2100410 (REPLACEMENT) A'1'ACHMENT NO. 1 ADDENDUM NO. 14 Page 5of16 7648C.10 5.08 Bidder shall provide OWNER with an Allowance G for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifi ations as part of the Base Bid Project, furnishing as specified herein, additional communicati.m equipment as requested by the OWNER such as the radios, towers, antennas and software a:i specified in Specification 17750 in accordance with the Plans and Specifications. The $90,00C allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.09 Bidder shall provide OWNER with an Allowance H for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications, as part of the Base Bfd Project, furnishing as specified herein, additional laboratory ec uipment as requested by the OWNER in accordance with the Plans and •Specifications. They $35,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.10 Bidder shall provide OWNER with an Allowance I for paymcint for, In addltion to those facilities as shown on the Plans and as specified in the Specifications es part of the Base Bid Project, fumishing as specified herein, additional maintenance equipm ant as requested by the OWNER in accordance with the Plans and Specifications. The $40,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.11 Bidder shall provide OWNER with an Allowance J for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, any additional pipeline 'erouting and pipeline tie -ins as requested by the OWNER in accordance with the Plans and Specifications. The $40,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.12 Bidder shall provide OWNER with an Allowance K for payrrent for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, additional electrical ductbank reroutes and additional electrical circuit rework as requested by the OWNER In accordance with the Plans and Specifications. The $40,000 allowance shall be included in tie lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.13 Bidder shall provide OWNER with an Allowance L for payment for, in addition to those facilities as shown on the Plans and as specified In the Specifications as part of the Base Bid Project, furnishing as specified herein, additional hazardous rraterial handling, removal and disposal as requested by the OWNER in accordance with the Plans and Specifications. The $60,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.14 Bidder shall provide OWNER with an Allowance M for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, furnishing as specified herein, additional communicatbn and computer network conduit, hardware and cabling as requested by the OWNER in accordance with the Plans and Specifications. The $15,000 allowance shall be included in tie lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.15 Bidder shall provide OWNER with an Allowance N for payrr ent for, in addition to those facilities as shown on the Plans and as specified in the Specifi ations as part of the Base Bid Project, fumishing as specified herein, additional telephone communications systems and networking as requested by the OWNER in accordance with the Plans and Specifications. The $15,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 01210. 5.16 Bidder shall provide OWNER with an Allowance 0 for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifi rations as part of the Base Bid September 2009 00410 -4 WwCU fltVD OCorpua ChrM1A7648C10SpecW icagona100410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 6 of 18 7648C.10 Project, furnishing as specified herein, additional temporary supports, temporary repairs and emergency repairs to existing treatment facilities as requested by the OWNER In accordance with the Plans and Specifications. The $60,000 allowances shall be included in the lump sum bid in addition to the cost of the work in accordance wit Document 01210. 5.17 Bidder shall provide OWNER with an Allowance P for payment for, in addition to those facilities as shown on the Plans and as specified in the Specifications as part of the Base Bid Project, fumishing as specified herein, temporary bypass pumping, liquid and/or sludge, to and from existing treatment facilities as requested by the OWNER In accordance with the Plans and Specifications. The $20,000 allowance shall be included in the lump sum bid in addition to the cost of the work in accordance with Document 0121). 5.18 Bidder shall provide OWNER with an Allowance Q for payment for, in addition to those facilities as shown on the Plans and as specified in the Spacifications as part of the Base Bid Project, fumishing as specified herein, providing and installing security systems as requested by the OWNER in accordance with the Plans and Specifications. The $30,000 allowance shall be included in the lump sum bid in addition to the cost of th ° work in accordance with Document 01210. 5.19 Bidder shall provide OWNER with an Allowance R for payment for corrective measures to pier location or size necessary due to conflicting utilities. The $10,000 allowance shall be included in the lump sum bid in addition to the cost of th a work in accordance with Document 01210. 6.01 Bid Schedule. Bidder will complete the Work in accordance with the Contract Documents and accept in full payment for the Work items listed belcw, using the following Bid Prices, as applicable (Items in the Bid Schedule are further descrited in Section 01201): Base Bid Item No. Bid Qty Description (Bidder to Write Price in Words) Unit Price Bid Price 1 1 LS All Work to remove and properly disposo of materials containing asbestos and/or leftd found at those buildings to be demolished, for the lump sum of. i r -phi . -117,0,... sc., d�. WA $33 goo. e'O / r .a_. u- ndrtict d o /la-L.6 2 1 LS All Work as defined in the Contract Documents for Phase 1 and Phase 2 Construction except those items listed separately below, for the lump s of: !' *tom - pq 1.1 ft' 0a >r N/A d c•i/ $ 41y 5 5' . 3 1 LS Pre - negotiated Firm Bld rice for Free Vortex Grit Removal System equipment as defined in Section 11324, for the lump sum of: Seven Hundred Forty-Flve Thousand Dollars. WA $746,000.00 4 107,000 LF ger -Cast Piles, for the lump sum of lit m, i l r on two i1/v . $39.75 $ Q53�..Sa.4 —ir1 September 2009 00410 -5 pw CIleM1TMCapus Chda07848C1060cflketkns 100010 (REPLACEMENT) ATTACHMENT NO. 1 p DDENDUM NO. 14 Page 7of16 7648C.10 Base Bid Item No. Bid Qty Description (Bidder to Write Price in Words) Unit Price Bid Price 5 8,360 Tr ng ch Safety, for.tth�e Iu pasuu mom $3Q° $ Q S, 0 8'0 .o° — h /Jars 6 1 LS Allows ce A to be for payment to the Disputes, Review Board pursuant to paragraph VII, Payment, of Document 00822, for the lump sum of Forty Thousand Dollars. N/A $40,000.00 7 1 LS Allowance B to be payment of reimbursement to AEP "contribution in aid to construction" charges in connection with AEP's demolition of existing facilities; construction of the new 12.47 kV preferred and alternate source feeders for the new and existing Broadwe y plants and temporary 12.47 kV electrical service to Resaca St. Lift Station, for the , ump sum of: One- hundred Sixty-six Thousand Dollelrs. N/A 3166,000.00 8 1 LS Allowance C to be payment of reimbursement to AEP "contribution in aid to construction" charges in connection with AEP's upgrad of underground cable along Staples St. to provide additional capacity on the 12.47 IN alternate source feeder, for the lump sum of: Sixty -nine Thousand Dollars. N/A $69,000.00 9 1 LS Allowance D to be payment for purchase of existing AEP facilities associated with the Resaca St. Lift Station 12.47 kV electrical service, for the lump sum of: Fifteen Thousand Dollars. N/A 315,000.00 10 1 LS Allowance E to be payment to provide the Facility Fumiture/Fumishings, in accordant e with the Plans and Specifications, including all applicable taxes which include but are not limited to applicable sales taxes; State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for thE. lump sum of: Forty -five Thousand Dollars. N/A $45,000.00 September 2009 00410 -6 pvnellenl\TX1Comus CIVIstI17619C1013peaceuons 100910 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 8 of 16 7648C.10 Base Bid Item No. Bid Qty Description (Bidder to Write Price in Worcls) Unit Price Bid Price 11 1 LS Allowance F to be payment for furnishing as shown on the Plans and specified herein the computer hardware, specifically the operator stations, the notebooks, and the printer:; as specified in Section 17730, In accordant* with the Plans and Specifications, including ;MI applicable taxes which include but are rot limited to applicable sales taxes; State *ind Federal, and special taxes; patent right!. and royalties; and other applicable taxes and fees, for the lump sum of: Fifty Thousand Dollars. N/A $50,000.00 12 1 LS Allowance G to be payment for, in addit on to those facilities as shown on the Plans a:; part of the Base Bid Project, furnishing as spec ified herein, additional communication equipment as requested by the OWNER such as the radios, towers, antennas and software as specified in Specification 17750 In accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for.the lump sum of Ninety Thousand Dollars. N/A $90,000.00 13 1 LS Allowance H to be payment for, in addition to those facilities as shown on the Plans a:; part of the Base Bid Project, furnishing as spec ifled herein, additional laboratory equipment as requested by the OWNER in accordanc? with the Plans and Specifications, including :;,II applicable sales taxes, State, Federal, c nd special taxes; patent rights and royalties ; and other applicable taxes and fees, for the lump sum of. Thirty-five Thousand Dollars. N/A $35,000 14 1 LS Allowance I to be payment for, in addltic•n to those facilities as shown on the Plans a.; part of the Base Bid Project, furnishing as specified herein, additional maintenance equipmE nt as requested by the OWNER in accordano? with the Plans and Specifications, including all applicable sales taxes, State, Federal, end special taxes; patent rights and royaltie.; and other applicable taxes and fees, for the lump sum of Forty Thousand Dollars. N/A $40,000 September 2009 00410 -7 pNRC6ent\TX1Coryus CIMeM7848C101Speti ficallone100110 (REPLACEMENT) AT ACHMENT NO. 1 ADDENDUM NO. 14 Page 9 of 16 7648C.10 Base Bid Item No. Bid Qty , Description (Bidder to Write Price in Words) Unit Price Bid Price 15 1 LS Allowance J to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specifies herein, additional pipeline rerouting and pips ►line tie-ins as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, . for the lump sum of: Forty Thousand Dollars. N/A $40,000 16 1 LS Allowance K to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specifies herein, additional electrical ductbank reroutes and additional electrical circuit rework as requested by the OWNER in accordance wit the Plans and Specifications, including ail applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable taxes and fees, for the lum p sum of: Forty Thousand Dollars. N/A $40,000 17 1 LS Allowance L to be payment for, in addition to those facilities as shown on the Plans as pa't of the Base Bid Project, furnishing as specified herein, additional hazardous material handli ig, removal and disposal as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicable tares and fees. for the lump sum of: Sixty Thousand Dollars. N/A $60,000 18 1 LS Allowance M to be payment for, in addition t) those facilities as shown on the Plans as pa t of the Base Bid Project, furnishing as specified herein, additional communication and computer network conduit, hardware and cabling as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; an J other applicable taxes and fees, for the lump sum of: Fifteen Thousand Dollars. N/A $15,000 September 2009 00410 -8 pw\CBerri1T (Corpus CnAem7648C101Spectllcatlons100410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 10 of16 7648C.10 Base Bld Item No. Bld Qty Description (Bidder to Write Price In Words) Unit Price Bid Price 19 1 LS Allowance N to be payment for. in addit on to those facilities as shown on the Plans as part of the Base Bid Project, furnishing as specified herein, additional telephone communicsdions systems and networking as requested ty the OWNER in accordance with the Plans •end Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent rights and royalties; and other applicabl s taxes and fees, for the lump sum of: Fifteen Thousand Dollars. N/A $15,000 20 1 LS Allowance O to be payment for, in addition to those facilities as shown on the Plans as part of the Base Bid Project, fumishing as specified herein, additional temporary supports, temporary repairs and emergency repairs to existing treatment facilities as requested by the DWNER in accordance with the Plans and Specifications, including all applicable sales taxes, Stae, Federal, and special taxes; patent righta and royalties; and other applicable taxes anti fees, for the lump sum of: Sixty Thousand Dollars. N/A . $60,000 21 1 LS Allowance P to be payment for, in addition to those facilities as shown on the Plans a s part of the Base Bid Project, furnishing as specified herein, temporary bypass pumping, liquid and/or sludge, to and from existing treatment facilities as requested by the OWNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, etnd special taxes; patent rights and royalties;; and other applicable taxes and fees, for the lump sum of. Twenty Thousand Dollars. N/A $20,000 22 1 LS Allowance Q to be payment for, in addit on to those facilities as shown on the Plans a; part of the Base Bid Project, providing and installing security systems as requested by the 0 NNER in accordance with the Plans and Specifications, including all applicable sales taxes, State, Federal, and special taxes; patent right and royalties; and other applicable taxes and fees, for the lump sum of: Thirty Thousand Dollars. N/A $30,000 September 2009 pHACAenNTX1CorpuaChdeN7648C101Spedficegons `00410 (REPLACEMENT) 00410 -9 ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 11 of 16 7648C.10 Base Bid Item No. Bid Qty Description (Bidder to Write Price In Words) Unit Price Bid Price 23 1 LS Allowance R to be payment for corrective measures to pier location or size necessary due to conflicting utilities, for the lump sum of Ten Thousand Dollars. N/A $10,000 A BASE BID (sum of the computed totals, Base Bid Items 1 tirough 23)pa in 11. h crud rrrt �,,(� c S ,y�. 1w, A ill (Price in Words). U.J ,o7 $ 50 LISL, oZ3c C a (Price in Figures) 6.02 All specific cash allowances are to be included in the lump rum bid price set forth above and have been computed in accordance with paragraph 11.02 of the General Conditions and Article 11 of the Supplementary Conditions. Final costs for specific items of Work as listed in the above .3lowances will be determined by the ENGINEER following submission of the Bid and executi m of the Contract Agreement. Any unused portion of the allowance funds will remain proparty of the OWNER, and the dollar amount in the Contract Agreement shall be adjusted accordingly in accordance with paragraph 11.02B of the General Conditions. 7.01 Bidder agrees that the Work will be substantially completed. and, completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated it Article 4, Document 00520, Agreement. 7.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in Article 4, Document 00520, Agreement. 8.01 The following documents are attached to and made a condraon of this Bid: A. Required Bid security in•the form of a certified or bank c leek, or a Bid Bond, issued by a surety meeting the requirements of paragraphs 5.01 and 5.02 of the General Conditions; B. List of Subcontractors, List of Equipment Manufacturers and other individuals and entities required to be identified in this Bid; C. Required Construction Contractor's Qualification Statement with supporting data; D. Bid Preferences; E. Non - Collusion Affidavit; F. Affirmative Action Program Certificate; G. Bid Certification for the Payment of State & Local Taxes September 2009 00410 -10 pvAC1IoMMaCorpus Chfsd17618C101SpoSficatlonst00410 (REPLACEMENT) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 12 of 16 7648C.10 H. Certification of Drug- Free.Workplace Requirements; 9.01 The terms used in this Bid with initial capital letters havE: the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on September 23 , 20 09 September 2009 00410 -11 puACaendTMCotpus CMICg1784BC1019padfcetIonsi00410 (REPLACEMENT) 1---- A-TACHMENT NO. 1 A.DDENDUM NO. 14 Page 13 of 16 7648C.10 State Contractor License Number . If applicable) If Bidder is: An Individual Name (typed or printed): By: (SEAL) (Individual "s signature) Doing business as: Business address: Phone Number: ( ) FAX Number: Li A Partnership Partnership Name: (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone Number: ( ) FAX Number. L_L A Corporation Corporation Name: Graham Construction Services, Inc. (SEAL) State of Incorporation: Minnesota Type- (GeneraL8usiness, P al, Service, Limited Liability): General Business (Signature - attach evidence of authority to sign) (See Attached) Name (typed or printed): Title: ident Attest: �Z (Si nature of Corporate Secretary, Acting Secretary or other officer) Business address: 299' T ne Oak Circle. Suite 1 ____,Eagan, MN 55121 Phone Number: ¢51 687 -0648 FAX Number: 165)1 687 -0947 Date of Qualification to do business is Dave Lenss August 2003 September 2009 00410 -12 PW C0ent\TXXCorpue Christ117648C101SpecIflcations100410 (REPLACEMENT) ATTACHMENT NO. 1 ADDIENDUM NO. 14 Page 14 of 16 7648C.10 Resolution of the Board of Graham Construction Services, Inc. with effect on the 1st day of July 2008. WHEREAS the directors of the Corporation wish to appoint certain persons as signing officers. NOW THEREFORE be and it is hereby resolved. 1. That any one of the following persons is authorized to sign and affix the corporate seal of the Corporation on a tender document. T. A. Baxter D. Sherrow D. Ferko D. Lenss D. Bespalko F. Dyck We the undersigned, being all the Directors of the Corpor . on, o _ _ �y sent to and appr of the passing of the foregoing resolution as evidenced by T. A. Baxter D. herrow 1 hereby certify this as a`true copy of the resolution of the Company, dated this day of /Z f . f , 2008. D. espalko, Secretary When proposing as a Corporation, Bidder swears and affirms by signing this Bid that the proposing Corporation is currently in existence, is currently authorized to do business in the State of Texas (or State of incorporation) and that no franchise tax reports or payments are delinquent as of the date of this Bid Proposal. The Bidder will provide a Certificate of Account Status with the signed Contract Documents. Fcrms may be obtained by the successful CONTRACTOR from the Texas (or other sta :e) Comptroller of Public Accounts and submitted as part of the final, executed Contract Documents. A Joint Venture Joint Venturer Name: (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone Number: ( ) FAX Number: ' ) Joint Venturer Name: (SEAL) By: (Signature of joint venture partner — attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone Number: ( ) FAX Number: ' ) Phone and FAX Number, and Address for receipt of offiriai communications: (Each joint venturer must sign. The manner of signing for each ndividual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) END OF DOCUMENT September 2009 pACtlena)C1CorDus Chris1i1T6IBC101Specifications100410 (REPLACEMENT) 00410 -13 ATTACHMENT NO. 1 A)DENDUM NO. 14 Page 15of16 7648C.10 September 2009 00410 -14 pJACIlent1TX1Carpus CiwsIN1348C1OSSpeci8sailonc 100410 (REPIACEMENI) ATTACHMENT NO. 1 ADDENDUM NO. 14 Page 16of16 7648C.10 DOCUMENT 00434 LIST OF SUBCONTRACTORS The Bidder shall list below the names and location of place of business of each subcontractor who will perform work or labor or who will render service to the prime CONTRACTOR in or about the construction of the Work or improvement, or a subcontractor duly licensed who, under subcontract to the prime CONTRACTOR, specially fabricates and installs a portion of the Work or improvement according to detailed drawings contained in the Contract Documents, in an amount in excess of one -half of one percent of the prime CONTRACTOR's total Bid or, in the case of Bids or offers for the construction of streets or highways, including bridges, in excess of one -half of one percent of the prime CONTRACTOR's total Bid or $10,000, whichever is greater. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and /or" will not be permitted. The Bidder's attention is directed to the provisions of paragraph 6.06.B.1 of Document 00800, Supplementary Conditions, which stipulates the percent of the Work to be performed with the Bidder's own forces. Failure to comply with this requirement may render the Bid as non - responsive and may cause its rejection. Work to be Performed Contractor License Number Percent of Total Contract Subcontractor's Name, Address, and Contact Person 1. RLa baicu$ pL- 2. 3. E C..ar, Sfi2c c f 7 4'n 4. Fernand., ma 5onz�� U 5. Prriessi _ Apihc - 6. 7. 8. 9. July 2009 pw\Client \TX\Corpus Christi \7648C10\Specifications \00434 (100 %) 00434 -1 7648C.10 Work to be Performed Contractor License Number Percent of Total Contract Subcontractor's Name, Address, and Contact Person 10. 11. 12. 13. 14. Add additional sheets, if necessary. R Gr -u Construction Services, Inc. (Dave Lenss) (Signature) September 23, 2009 (Date) July 2009 pw\Client \TX\Corpus Christi \7648010 \Spec cations \00434 (100 %) END OF DOCUMENT 00434 -2 7648C.10 DOCUMENT 00436 LIST OF EQUIPMENT MANUFACTURERS Bidder shall list the manufacturer or supplier that will furnish the respective item of equipment for the Work. Bidder shall list only one manufacturer or supplier for each piece of equipment identified. In the event any listed manufacturer or supplier differs from those manufacturers or suppliers specifically named in the specifications, Bidder shall submit complete information demonstrating that such manufacturer or supplier is capable of providing equipment that meets the requirements of the Contract Documents. 1. Information shall be submitted pursuant to the time period stipulated in Document 00200, Instructions to Bidders. 2. Information shall include data and documentation pursuant to paragraph 6.05 of Document 00700, General Conditions, and Section 01330, Submittal Procedures, Division 1, General Provisions. 3. Acceptance of a manufacturer or supplier listed by the Bidder shall not constitute a waiver of any provision of the Contract Documents. Where manufacturer's or supplier's names are listed by the Bidder next to the specific item of equipment listed, this shall be interpreted to mean that such manufacturers and suppliers shall not be changed by the Bidder after the Bid opening, except as follows: 1. The manufacturer or supplier cannot provide equipment that meets the requirements of the Contract Documents, or 2. The manufacturer or supplier is unable to meet the delivery requirements necessary to maintain progress of the Project based upon the accepted construction schedule. In the event Bidder changes the listed manufacturer or supplier due to reasons outlined above, Bidder shall propose an alternate manufacturer or supplier and submit complete information to demonstrate the alternative equipment meets the requirements of the Contract Documents. Failure by Bidder to list names of manufacturers or suppliers for every item of equipment in the space provided may be cause for rejection of the Bid. Detailed shop drawings shall be required for all items of equipment identified in the Contract Documents. July 2009 pw\Client \TX\Corpus Christi \7646C101Specifications\0043 (100 %) 00436 -1 7648C.10 Equipment Manufacturer, Model 1 . Eccentric Plug Valves r■') i 1 / ! Kew-) 2. Centrifugal Blowers %ems -/-s 3. Grit Pumps r t e /Mc.= 4. UV Disinfection Equipment We dc.:, 5. Circular Clarifier Equipment S/enI-ens / & - J.r"c� 6. Step Screens Go e s fech/ 7. Engine Generator C4.4.1h ) I r7.S 8. Electrical Control Centers SQu4Jt2 %J 9. Centrifuges Ar L i 4-E 10. Grit Chambers /V-/-e ._, 11. Gates rn+A.Jnv 12. Flow Meters 1.',7.5 ?5h2c,,,,� - i 13. Effluent Pumps Peer less 14. Rotary-Lobe Blowers - 5.14-f-or b I. / i- 15. Progressive Cavity Pumps Se e, 16. Polymer Storage Tank V'e % oct yn 17. Submersible Propeller Pumps Z,t- -f- cf ✓q y- 18. Variable Frequency Drives SpRp 19. Odor Control Systems e.. %✓ i c rein 20. Aeration Equipment $ S / J / nc. 21. Overhead Cranes pa c, -PSG MA. J onstruction Services, Inc. (Dave Leass) (Signature) September 23, 2009 (Date) July 2009 pw■Client \TX\Corpus Christi \7648C 101Specifications \0043 (100 %) END OF DOCUMENT 00436 -2 7648C.10 DOCUMENT 00520 AGREEMENT FORM ,-REC 1 ?I ED .DEC RA H AM THIS AGREEMENT is by and between the City of Corpus Christi (hereinafter called OWNER) and Graham Construction Services, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - THE PROJECT 1.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: A new 8 -mgd wastewater treatment plant constructed on the site of an existing plant that will be replaced by the new plant. ARTICLE 2 - WORK 2.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents for completion of the Project. ARTICLE 3 - ENGINEER 3.01 The ENGINEER, Carollo Engineers, P.C., is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents, unless otherwise modified in the Supplementary Conditions. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence: A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days /Dates for Substantial Completion and Final Payment Assigned to Sections of Work: A. The Work will be substantially completed within the following number of calendar days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions within the following number of calendar days after the date when the Contract Times commence to run. July 2009 pw\Client\TX\Corpus Chrisfi\7648C101Specifications \00520 (100 %) 00520 -1 7648C.10 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement, that Work under other contracts is dependent on the timely and satisfactory completion of the Work, and that OWNER will suffer financial Toss if the Work is not completed within the times specified in paragraph 4.02, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize that it will be impracticable to determine actual damages which OWNER will sustain in the event of or by reason of the delay. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER the following amounts for each day that expires after the specified time in paragraph 4.02 for substantial completion until the Work is substantially complete. After substantial completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the contract time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER the following amounts for each day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. it is further agreed that the amount stipulated for liquidated damages per day of delay is a reasonable estimate of the damages that would be sustained by OWNER, and CONTRACTOR agrees to pay such liquidated damages as herein provided. In case the liquidated damages are not paid, CONTRACTOR agrees that OWNER may deduct the amount thereof from any money due or that may become due to CONTRACTOR by progress payments or otherwise under the Agreement, or if said amount is not sufficient, recover the total amount. Item Substantial Completion Completion Phase 1 840 calendar days 900 calendar days Phase 2 (to commence upon substantial completion of Phase 1) 200 calendar days 260 calendar days Total Contract Time N/A 1,100 calendar days 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement, that Work under other contracts is dependent on the timely and satisfactory completion of the Work, and that OWNER will suffer financial Toss if the Work is not completed within the times specified in paragraph 4.02, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize that it will be impracticable to determine actual damages which OWNER will sustain in the event of or by reason of the delay. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER the following amounts for each day that expires after the specified time in paragraph 4.02 for substantial completion until the Work is substantially complete. After substantial completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the contract time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER the following amounts for each day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. it is further agreed that the amount stipulated for liquidated damages per day of delay is a reasonable estimate of the damages that would be sustained by OWNER, and CONTRACTOR agrees to pay such liquidated damages as herein provided. In case the liquidated damages are not paid, CONTRACTOR agrees that OWNER may deduct the amount thereof from any money due or that may become due to CONTRACTOR by progress payments or otherwise under the Agreement, or if said amount is not sufficient, recover the total amount. Item Liquidated Damages, per calendar day Phase 1 Substantial Completion of the Work $2,600 Phase 2 Substantial Completion of the Work $2,600 Completion of all Work $1,600 B. In case of delays in the completion of more than one section of the Contract, liquidated damages shall be assessed separately against Sections 1 and 11 during the period of delay in the respective section. July 2009 pw\ClienttTX\Corpus Christi17648C101Specifications100520 (100%) 00520 -2 7648C.10 ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A below: A. For all Work, at the prices stated by CONTRACTOR, the Bid Form is attached hereto as an exhibit. ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments: A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 6.02 Progress Payments; Retainage: A. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment on or before the 15th day of each month during performance of the Work as provided in paragraphs 6.02.A.1 and 6.02.A.2 below. All such payments will be measured by the schedule of values established in paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold, in accordance with paragraph 14.02 of the General Conditions: a. 90 percent of Work completed (with the balance being retainage). If the Work has been 50 percent completed as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed less the aggregate of payments previously made; and b. 90 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 2. Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 95 percent of the Work completed, Tess such amounts as ENGINEER shall determine in accordance with paragraph 14.02.B.5 of the General Conditions and less 125 percent of ENGINEER's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. July 2009 pw\Client\TX\Corpus Christi 7648C101Specifications100520 (100%) 00520 -3 7648C.10 6.03 Final Payment: A. Upon final completion and acceptance of the Work, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER in accordance with paragraph 14.07 of the General Conditions. ARTICLE 7 - INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the rate of 6.0 percent per annum. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. July 2009 00520 -4 7648C.10 pw\ Client tTX\Corpus Christi17648C101specifications 100520 (100%) G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. This Agreement, Document 00520. 2. Performance Bond, Document 00610. 3. Payment Bond, Document 00615. 4. General Conditions, Document 00700. 5. Supplementary Conditions, Document 00800. 6. Specifications. 7. Drawings. 8. Addenda (numbers 1 to 14 , inclusive). 9. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid Form, Document 00410. b. Statement of Qualifications, Document 00450. c. Disputes Review Board, Document 00822. d. Notice of Substantial Completion, Document 00899. July 2009 pw\Client\TX\Corpus Christl7646C10 \Specifications \00520 (100 %) 00520 -5 7648C.10 10. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed, Document 00550. b. Written Amendments. c. Work Change Directives. d. Field Order(s). B. There are no Contract Documents other than those listed above in this Article 9. C. The Contract Documents may only be amended, modified, or supplemented as provided in paragraph 3.04 of the General Conditions. ARTICLE 10 - MISCELLANEOUS 10.01 Terms: A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract: A. No assignment by a party hereto of any rights under or interests the-Contact wll-be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns: A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. July 2009 pw\Client1T)0Corpus Christi17648C101Specifications 100520 (100 %) 00520 -6 7648C.10 10.04 Severability: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Payment Bond: A. The Payment Bond, Document 00615, is executed pursuant to the provisions of Chapter 2253, Texas Govemment Code, and all liabilities on this bond shall be determined in accordance with the provisions of said chapter to the same extent as if it were copied at length herein. July 2009 pw\Client1TXXCorpus Chrisfi17648C101Specifications100520 (100 %) 00520 -7 7648C.10 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in four original duplicates. Two counterparts each have been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on November 10, , 2009 (which is the Effective Date of the Agreement). July 2009 pw\Client\TXXCorpus Christi17648C10 \Specifications100520 (100%) 00520 -8 7648C.10 OWNER: City of Corpus Christi By: Attest: Pete Anaya, P.E., Dir. Engineering Serv. City Secretary At) BY COUNCIL.... "313 AUTHORIZED SECRETARY Address for giving notices: 1201 Leopard St. Engineering Services Corpus Christi, TX 78401 Approv As To Leg I orm: / Nilit/ (t1A--3__________ 1e/ rP Ci Attorney Asst. CONTRA Graham By: Title: Attest: rvices Inc C Eo Address for giving notices: 2995 Lone Oak Circle, Suite 1 Eagan, MN 55121 License No.: (where applicable) Agent for service of process: Vt(6(/it Juan Perales, Jr.," P.E. Assistant City Manager Engineering / Development Services July 2009 pw\Client\TX\Corpus Christi17648C101Specfications \00520 (100 %) %�� (• Designated Representative: Name:GcJ 7 Title: Address: 0 2 , ,� -rya . /414-7 ghenefCell: 6 f - ' -- /0-0( / Fascsimile: 6 S / -- -C 5- 7 --O ? y7 END OF DOCUMENT 00520 -9 7648C.10 CONSENT IN LIEU OF ANNUAL MEETING OF THE BOARD OF DIRECTORS AND SOLE SHAREHOLDER OF GRAHAM CONSTRUCTION SERVICES, INC. Pursuant to sections 302A.239 and 302A.441 of the Minnesota Business Corporation Act, the undersigned, being all of the Directors and the sole shareholder of Graham Construction Services, Inc., a Minnesota corporation (the "Corporation "), in lieu of an annual meeting for 2009, hereby consent to the actions described below. The shareholder of the Corporation hereby ratifies, approves and confirms all of the acts taken on behalf of the Corporation by the Directors and officers of the Corporation since the last annual meeting of the shareholder. The shareholder hereby elects William Flaig, Dave Lenss and Doug Sherrow to serve as the Directors of the Corporation until the next annual meeting of the shareholder of the Corporation or until their successors are elected and duly qualified. The Directors hereby appoint the following officers of the Corporation to serve until the next annual meeting of the Board of Directors of the Corporation or until their successors are elected and duly qualified: CEO and Chairman of the Board President and COO Executive Vice President of Finance and CFO Secretary, Treasurer, Controller /o y /°1 Da a signed Doug Sherrow David Lenss Daryl Ferko uglas Bespalko Willi Flaig, Dir.ct+ Date si ed Doug Sh--rrow, ' ector 645926.1/012726.00007 AFFIDAVIT FOR CORPORATION State Minnesota ) § County of Dakota ) § Dave Lenss being duly sworn deposes and says: (Name) that he is President of the (Title) Graham Construction Services, Inc. corporation submitting the foregoing qualification form and related information; that he has read such documents; and that such documents are true and correct and contain no material misrepresentations; and that he is authorized to make this Affidavit on behalf of the Corporation. Signed and sworn to me before this 23rd day of September 20_09 JA44,07/77. 2att44/74) Notary Public My commission expires:_ do*. Y� ) .2D /O July 2009 pw\Client\TX\Corpus Christi \7648C10\Specifications \00454 (100 %) SHARON M. PETERSON NOTARY PUBLIC - MINNESOTA My Commission Expires Jan. 31, 2010 00450 -16 7648C.10 DOCUMENT 00452 AFFIRMATIVE ACTION PROGRAM CERTIFICATE The Bidder hereby certifies that Bidder is in compliance with the Civil Rights Act of 1964, Executive Order No. 11246, and all other applicable Federal and State laws and regulations relating to equal opportunity employment. BIDDER Graham Construction Services, Inc. September 23, 2009 (Date) Bidder's Name: Graham Construction Services, Inc. Address: 2995 Lone Oak Circle, Suite 1 Eagan, MN 55121 (The above certification of the Bidder regarding its affirmative action program shall be filled out completely, signed, and submitted by each Bidder and shall be a part of the Contract Documents.) July 2009 pw\Client\TX1Corpus Christi17648C1O\Specifications \00452 (100 %) END OF DOCUMENT 00452 -1 7648C.10 00610 PERFORMANCE BOND BOND NO. SF9267 Contractor as Principal Name: Graham Construction Services, Inc. Mailing Address (Principal Place of Business): 2995 Lone Oak Circle, Suite 1 Eagan, MN 55121 Owner Name: City of Corpus Christi Mailing Address (Principal Place of Business): 1201 Leopard St. Corpus Christi, TX 78401 Contract Project Name and Location: 1402 W. Broadway Project No. 7293 New Broadway Wastewater Treatment Plant Effective Date of Agreement: November 10, 2009 Contract Amount: $50, 456,230.00 Bond Date of Bond DECEMBER 8, 2009 (Date of Bond cannot be earlier than Effective Date of Agreement) FIFTY MILLION FOUR HUNDRED FIFTY SIX THOUSAND TWO Bond Amount: $50,456,230.00 HUNDRED THIRTY ---00/100 Surety TRAVELERS CASUALTY AND SURETY COMPANY Name: Mailing Address (Principal Place of Business): ONE TOWER SQUARE HARTFORD, CONNECTICUT 06183 Physical Address(Principal Place of Business): SAME AS NOTED ABOVE Surety is a corporation organized and existing under the laws of the state of: CONNECTICUT By submitting this bond, Surety affirms their authority to do business in the State of Texas and their license to execute bonds in the State of Texas. Telephone Number (Main Number): 1- 416 -360 -8183 EXT 3718 Telephone Number (For Notice of Claim): 1- 860 - 277 -3187 Local Agent for Surety Name: AON RISK SERVICES SOUTHWEST, INC. • Address:1330 POST OAK BLVD, SUITE 900 HOUSTON, TX 77056 Telephone Number: 1- R32- 47n -6nnn The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Department of Insurance by calling the following toll-free telephone number: 1-800-252-3439 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized oflcer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the work required by the Contract then this obligation shall be null and void; otherwise the obligation Is to remain in full force and effect Provisions of the bond shall be pursuant to the teens and provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal GRAHAM CONSTRUC ON SERVICES, IN Signature: Name and Title: pa Max- Gcbbvn zTeciof' ec-7411ferpct ty ktsk Company Seal Corporate Seal Surety TRAVELERS CASUAL Signature: Name and Title: JILL r LOYD, (Attach Power of Atto y) MPANY ATTORNEY-IN-F.'11, EPP Company Seal Corporate Seal July 2009 pwiClien5TX■Corpus CMisb17648C101Specifications100454 {100%) 00610 -1 76486.10 SECTION 00615 PAYMENT BOND BOND NO. SF9267 Contractor as Principal Name: Graham Construction Services, Inc. Mailing Address (Principal Place of Business): 2995 Lone Oak Circle, Suite 1 Eagan, MN 55121 Owner Name: City of Corpus Christi Mailing Address (Principal Place of Business): 1201 Leopard St. Corpus Christi, TX 78401 Contract Project Name and Location: 1402 W. Broadway Project No. 7293 New Broadway Wastewater Treatment Plant Effective Date of Agreement: November 10, 2009 Contract Amount: $50,456,230.00 Bond Date of Bond DECEMBER 8, 2009 (Date of Bond cannot be earlier than Effective Date of Agreement) FIFTY MILLION FOUR HUNDRED FIFTY SIX THOUSAND TWO Bond Amount: $50,456,230.00 HUNDRED THIRTY -00/100 Surety TRAVELERS CASUALTY AND SURETY Name: COMPANY Mailing Address (Principal Place of Business): ONE TOWER SQUARE HARTFORD, CONNECTICUT 06183 Physical Address (Principal Place of Business): SAME AS NOTED ABOVE Surety is a corporation organized and existing under the laws of the state of: CONNECTICUT By submitting this bond, Surety affirms their authority to do business in the State of Texas and their license to execute bonds in the State of Texas. Telephone Number (Main Number): 1- 416 -360 -8183 EXT 3718 Telephone Number (For Notice of Claim): 1- 860- 277 -3187 Local Agent for Surety Name: AON RISK SERVICES SOUTHWEST, INC. Address: 1330 POST OAK BLVD, SUITE 900 HOUSTON, TX 77056 Telephone Number: 1 -832- 476 -6000 The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Department of Insurance by calling the following toll -free telephone number: 1- 800- 252 -3439 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a subcontractor in the prosecution of the work required by the Contract then this obligation shall be null and voki; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall Ile exclusively in Nueces County, Texas for any legal action. Contractor as Principal GRAHAM CONSTRU igna ure: Name and Title: D ;ai q in i b .ors D ire c.-67r Co-An ter Party Ru A orate -Seal Company Seal July 2009 pw\Qient1TX4Corpus Ch sh17648C10 \Specifications \00454 (100%) Surety TRAVELERS CASU Signature: hD SUR OAMPANY Name and Title: JIL FLOYD, ATTO (Attach Power of Alto ey) Company Seal Corporate Sear 00615 -1 7648C.10 TABLE OF CONTENTS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 00700 -4 1.01 Defined Terms 00700 -4 1.02 Terminology 00700 -6 ARTICLE 2 - PRELIMINARY MATTERS 00700 -6 2.01 Delivery of Bonds 00700 -6 2.02. Copies of Documents 00700 -6 2.03 Commencement of Contract Times; Notice to Proceed 00700 -6 2.04 Starting the Work 00700 -6 2.05 Before Starting Construction 00700 -6 2.06 Preconstruction Conference 00700 -7 2.07 Initial Acceptance of Schedules 00700 -7 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 00700 -7 3.01 Intent 00700 -7 3.02 Reference Standards 00700 -7 3.03 Reporting and Resolving Discrepancies 00700 -7 3.04 Amending and Supplementing Contract Documents 00700 -8 3.05 Reuse of Documents 00700 -8 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 00700 -8 4.01 Availability of Lands 00700 -8 4.02 Subsurface and Physical Conditions 00700 -8 4.03 Differing Subsurface or Physical Conditions 00700 -8 4.04 Underground Facilities 00700 -9 4.05 Reference Points 00700 -10 4.06 Hazardous Environmental Condition at Site 00700 -10 ARTICLE 5 - BONDS AND INSURANCE 00700 -11 5.01 Performance, Payment, and Other Bonds 00700 -11 5.02 Licensed Sureties and Insurers 00700 -11 5.03 Certificates of Insurance 00700 -11 5.04 CONTRACTOR's Liability Insurance 00700 -11 5.05 OWNER's Liability Insurance 00700 -12 5.06 Property Insurance 00700 -12 5.07 Waiver of Rights 00700 -12 5.08 Receipt and Application of Insurance Proceeds 00700 -13 5.09 Acceptance of Bonds and Insurance; Option to Replace 00700 -13 5.10 Partial Utilization, Acknowledgment of Property Insurer 00700 -13 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 00700 -13 6.01 Supervision and Superintendence 00700 -13 6.02 Labor, Working Hours 00700 -14 6.03 Services, Materials, and Equipment 00700 -14 6.04 Progress Schedule 00700 -14 6.05 Substitutes and "Or- Equals" 00700 -14 6.06 Concerning Subcontractors, Suppliers, and Others 00700 -15 6.07 Patent Fees and Royalties 00700 -16 6.08 Permits 00700 -16 6.09 Laws and Regulations 00700 -16 6.10 Taxes 00700 -16 6.11 Use of Site and Other Areas 00700 -16 6.12 Record Documents 00700 -17 6.13 Safety and Protection 00700 -17 6.14 Safety Representative 00700 -17 6.15 Hazard Communication Programs 00700 -17 6.16 Emergencies 00700 -17 6.17 Shop Drawings and Samples 00700 -17 6.18 Continuing the Work 00700 -18 6.19 CONTRACTOR's General Warranty and Guarantee 00700 -18 6.20 Indemnification 00700 -18 ARTICLE 7 - OTHER WORK 00700 -19 7.01 Related Work at Site 00700 -19 7.02 Coordination 00700 -19 ARTICLE 8 - OWNER'S RESPONSIBILITIES 00700 -19 8.01 Communications to Contractor 00700 -19 8.02 Replacement of ENGINEER 00700 -19 July 2009 pw/ Client /CorpusChnsti/7648C.10 /Specifications /00700 (100 %) 00700 -1 7648C.10 8.03 Furnish Data 00700 -20 8.04 Pay Promptly When Due 00700 -20 8.05 Lands and Easements; Reports and Tests 00700 -20 8.06 Insurance 00700 -20 8.07 Change Orders 00700 -20 8.08 Inspections, Tests, and Approvals 00700 -20 8.09 Limitations on OWNER's Responsibilities 00700 -20 8.10 Undisclosed Hazardous Environmental Condition 00700 -20 8.11 Evidence of Financial Arrangements 00700 -20 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 00700 -20 9.01 OWNER'S Representative 00700 -20 9.02 Visits to Site 00700 -20 9.03 Project Representative 00700 -20 9.04 Clarifications and Interpretations 00700 -20 9.05 Authorized Variations in Work 00700 -20 9.06 Rejecting Defective Work 00700 -21 9.07 Shop Drawings, Change Orders and Payments 00700 -21 9.08 Determinations for Unit Price Work 00700 -21 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work 00700 -21 9.10 Limitations on ENGINEER's Authority and Responsibilities 00700 -21 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 00700 -21 10.01 Authorized Changes in the Work 00700 -21 10.02 Unauthorized Changes in the Work 00700 -21 10.03 Execution of Change Orders 00700 -22 10.04 Notification to Surety 00700 -22 10.05 Claims and Disputes 00700 -22 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 00700 -22 11.01 Cost of the Work 00700 -22 11.02 Cash Allowances 00700 -24 11.03 Unit Price Work 00700 -24 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 00700 -24 12.01 Change of Contract Price 00700 -24 12.02 Change of Contract Times 00700 -25 12.03 Delays Beyond CONTRACTOR's Control 00700 -25 12.04 Delays Within CONTRACTOR's Control 00700 -25 12.05 Delays Beyond OWNER's and CONTRACTOR's Control 00700 -25 12.06 Delay Damages 00700 -25 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 00700 -25 13.01 Notice of Defects 00700 -25 13.02 Access to Work 00700 -25 13.03 Tests and Inspections 00700 -25 13.04 Uncovering Work 00700 -26 13.05 OWNER May Stop the Work 00700 -26 13.06 Correction or Removal of Defective Work 00700 -26 13.07 Correction Period 00700 -26 13.08 Acceptance of Defective Work 00700 -26 13.09 OWNER May Correct Defective Work 00700 -27 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 00700 -27 14.01 Schedule of Values 00700 -27 14.02 Progress Payments 00700 -27 14.03 CONTRACTOR's Warranty of Title 00700 -28 14.04 Substantial Completion 00700 -28 14.05 Partial Utilization 00700 -29 14.06 Final Inspection 00700 -29 14.07 Final Payment 00700 -29 14.08 Final Completion Delayed 00700 -30 14.09 Waiver of Claims 00700 -30 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 00700 -30 15.01 OWNER May Suspend Work 00700 -30 15.02 OWNER May Terminate for Cause 00700 -30 15.03 OWNER May Terminate For Convenience 00700 -30 15.04 CONTRACTOR May Stop Work or Terminate 00700 -31 ARTICLE 16 - DISPUTE RESOLUTION 00700 -31 16.01 Methods and Procedures 00700 -31 July 2009 pw /Client/CorpusChristi/7648C.10 /Specifications /00700 (100 %) 00700 -2 7648C.10 ARTICLE 17 - MISCELLANEOUS 00700 -31 17.01 Giving Notice 00700 -31 17.02 Computation of Times 00700 -31 17.03 Cumulative Remedies 00700 -31 17.04 Survival of Obligations 00700 -31 17.05 Controlling Law 00700 -31 July 2009 pw /Client7CorpusChristi/7648C.10 /Specifications /00700 (100 %) 00700 -3 7648C.10