Loading...
HomeMy WebLinkAboutC2010-110 - 2/23/2010 - Approved- ~ 2010-110 M2010-040 02/23/10 S` P E G Z A L P R Q V I S I J. S. Haren Co. S P E C I F I CA T I 0 N _U _ _ _ __ AND i F 0 R: M S O F_ C O N T R A C T S & B O N D S -l~ R LIFT STAT~C)N REHABILITATION 2009 PEARY .PLACE LIFT STATION , CLpiRKi'~100D SOUTH LIFT STATION, WILLIAMS :LIFT STATION., WOO?~DRIDGE LIFT` STATION, COQt~'INA BAY LIFT STATION ANA LACUNA SHORES LIFT STATION PREPARED FOR: ~~~..~„ WASTEWATER DbPAR7MbNT Wastewater Department City of Corpus Christi P. O. Box 9277 Cor}~us Christi, TX 78469-9277 December, 2009 ~~~v~~~~ S~P~E o ~ r~xgs ~a- * ~ ~ '~ i .. ............... ~, ~MARK.A: MARONEY .y ri,,9o 62015 0 •~~~ ~_' ,AEI ......• uRBaN ENGINEERWG FIRM NO. 145 2725 Swantner St. CORPUS CHRISTI, TX 78404-2832 (361} 854-3101 FAX (36I) :854-6001 U.E.~JOB NO. 26175.A9,QO PROJECT NO.: E09040 -DRP,WIN6 NO. STL-180 .~ ° _. (Revised 7/5/00) LIFT STATION REHABILITATION 2009 - PERRY PLACE LIFT STATION, CLARRWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATIOld Project No. E09040 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March, 2009} Insurance Requirements NOTICE TO CONTRACTORS - 8 RRevised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (revised 7/5/00} A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials ~} l~ ~" °' a ^F~~ ^^ (NOT USED) A-18 Schedule and Sequence of Construction 1T8o~et~-Qetie~t p~'sTeet ~ayetrt ^^'' ^^.,}^^^, (NOT USED) A-20 Testing and Certification ~} ~~ ga-=~=_+_ °iana (NOT USED) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A ~3 T,.,..,..^,.~,..- oe,.,,~,,.ea-fn^._: ,.,~ -,/~ ..,,~ (NOT USED) A-24 Surety Bonds A-~-5-5~? =_ '"~° ~'~~°ML t=~ NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents x--35 E}~~~~Tate~ '' ''' ~ ' a «^ (NOT USED) A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building_or Construction Projects for Government Entities A 39 Ee~t}€ieate ^` •,^ ^'' ~'' ", T^ "r'"'" (NOT USED) A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A 47 Pre-^=--=t=-=}=--- ~...., __^~_ r:_-_.=`_=---- ,., ~~ ~,,,,~ =-r- =~~ A-48 Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty° (8/24/00) A-50 Technical Special Provisions A-51 Contaminated Soils A-52 Fences A-53 Protection of Public and Private Property A-54 Security A-55 Access Roads A-56 Parking A-57 Amended Prosecution and Progress A-58 Noise Control A-59 Dust .Control A-60 Temporary Drainage Provisions - TECHNICAL SPECIAL PROVISIONS PART B GENERAL PROVISIONS (NOT USED) PART C - FEDERAL WAGE RATBS AND REQUIREMENTS PART S - 025404 025414 025418 026206 026210 027604 030020 032020 038000 099020 151020 151030 PART T - 02832 5A1 [l] 8C4 [1] 8F1 [1] 9J1 [5] 11B1 L1] 11B5 [1] 13C1 [1] 13C2 13C3 STANDARD SPECIFICATIONS - Asphalts, Oils, and Emulsions - Aggregate for Surface Treatment and Seal Coats - Surface Treatment - Ductile. Iron Pipe and Fittings - Polyvinyl Chloride Pipe - Disposal of Waste from Sanitary Sewer Cleaning Operations - Portland Cement Concrete - Reinforcing Steel - Concrete Structures - Painting - Check Valves - Eccentric Plug Valves 13 C4 - 13C5 - 13C6 - 13C7 - 15D11 [2] - LIST OF DRAWINGS NOTICE TECHNICAL SPECIFICATIONS Chainlink-Fence (Heavy Duty - Vinyl Coated} Structural Steel and Other Metals Fiberglass Doors and Frames Door Hardware Coating of Concrete Walls Dry Pit Vertical Non-Clog Pumps tWastewater) Submersible Pumps Accessories General Requirements Modifications/Rehabilitation for Peary Place Lift Station Modifications/Rehabilitation for Clarkwood South Lift Station Modifications/Rehabilitation for Williams Lift Station Modifications/Rehabilitation for Wooldridge Lift Station Modifications/Rehabilitation for Coquina Bay Lift Station Modifications/Rehabilitation for Laguna Shores Lift Station Surge Relief Valves (Angle Type) AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: LIFT STATION REHABILITATION 2009 - PSARY PLACE LIFT STATION, CLARRWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGS LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION, PROJECT NO. 509040, consists of the rehabilitation of six lift stations which requires bypass pumping, the replacement of pump bases, submersible pumps, dry pit pumps, pump stands, suction/discharge piping, fittings, pump guide rails, pump control panels, main electrical disconnects, plug valves, check valves, air release valves, the installation of vinyl coated chainlink fence, 12' wide access road, application of concrete coating and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents, will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, January 27, 2010 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for Wednesday, January 20, 2010 beginning at 11:00 a.m. The pre-bid meeting will convene at Department of Engineering Services, Main Conference Room, 3r8 Floor, .City Hall, 1201 Leopard St., Corpus Christi, Texas and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope, followed by a question and answer session. A site visit will follow after the meeting, if requested. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid. bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and ao/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional {$10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engrg. Services /s/ Armando'Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS . Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General .Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OK RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-term environmental impact for the disposal of X NOT REQUIRED 'contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements X REQUIRED ^ NOT REQUIRED Page 1 of 2 ^The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ^The name of the project must be listed under "description of operations" on each certificate of insurance. ^For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Aclniinistra#ive Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building orconstruction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless. of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this. section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and ('7) use the language contained iri the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the ccverage period, a new certificate of coverage showing extension of coverage,. if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4} obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B} no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail. or personal delivery, within ten days after the contractor knew or should have kno~~vn, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for alI of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, ifthe coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (I) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person begitming work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G} notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (fJ If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end tl"ie provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th .Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers` compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer`s failure to provide coverage." Page 8 of 11 T28S 110.110(c)(7) Article .Workers' Compensation Insurance Coverage. A. Definitions: Cert~cate of coverage ("certificate')- A copy of a certiftcate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor`s/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in X406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certiftcate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain ail required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notes the governmental entity in writing by certified mail or personal delivery, within 1 D days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor-who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amoacnts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 SECTION A SPACIAL PROVISIONS SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 g.m., Wednesday, January 27, 2010 Proposals mailed should be addressed in the following manner: ^'}-• ^~ ^^~~••^ ^'~~~~~~ City Secretary's Office ~__j _- __-r ~= ___-_~_- Ci~y~eereta~'^~~ City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - LIFT STATION REHABILITATION 2009 - PBARY PLACE LIFT STATION, CLARRWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGS LIFT STATION, COQUINA BAY LIFT STATION AND LACUNA SHORES LIFT STATION PROJECT NO. 509040 Anv nroposals not physically is possession of the City Secretary's Office at the --_ time and date of bid opening will be deemed late and noarespoasxve. Late proposa s will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of nay proposal, by the proposer, their agent/representative, U.S. Mail, or other delivery service, to nay City address or office other thaw the City Secretary's Office will be deemed aoa- resvoasive if not is possession of the City Secretary's Office prior to the date and time of bid openiaa. A pre-bid meeting will be held on Wednesday, January 20, 2010, beginning. at 11:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project This project consists of the rehabilitation of six lift stations which requires bypass pumping, the replacement of pump bases, submersible pumps, dry pit pumps, pump stands, suction/discharge piping, fittings, pump guide rails, pump control panels, main electrical disconnects, plug valves, check valves, air release valves, the installation of vinyl coated chain link fence, 12' wide access road, application of concrete coating and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents. A-4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Total Base Bid (Bid Items Part A through Part G) The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Section A - SP (Revised 9/18/00) Page 1 of 24 Explanation of Measurement and Payment 1. Lift Station Improvements: Each of items shown on the bid proposal shall be measured as noted in the bid proposal. The bid item corresponds to the numbered items on the drawings and listed in the Scope of Work provided in Specification 13C for each lift station, except an item for bypass piping and pumping has been added. Each item shall include all work required for this item as described on the drawings and specifications to construct the improvements, and not measured under another bid item, complete in place, as outlined in the plans and contract documents. 2. Utility Allowance: Contractor shall insert the figure noted in his bid proposal. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance. 3. Force Main Dewatering Allowance: Contractor shall insert the figure noted in his bid proposal. This item shall be used for circumstances dealing with the dewatering of the existing force main when necessary to make bypass connections. In most cases, the force main may be dewatered by opening the existing check valves and draining the force main into the existing lift station and collection system for storage until the bypass pump is started. Should the quantity of liquid in the force main exceed the storage capacity of the system, then the Contractor may utilize this bid item to compensate for providing the means necessary to deal with the additional liquid. All liquid in the force main shall be properly handled and transported to a City wastewater plant for treatment. Payment shall be negotiated for each circumstance. 4. Items Not Listed on the Proposal: Items of work not listed on the Proposal Form necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their cost should be included in the appropriate bid item. Any item required on the plans and contract documents shall be paid under the appropriate bid which covers the item. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Bid Boad (Must reference Lift Station Rehabilitation 2009 Peary Place Lift Station, Clarkwood South Lift Station, Williams Lift Station, Wooldridge Lift Station, Coauiaa Say Lift Station gad Laguna Shores Lift Station PROJECT NO. 509040 as identified is the Proposal) (A Cashier's Check, certified check, money order or bank draft from nay State or National Baak will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 150 Calendar Days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. The bypassing and rehabilitation of the lift stations may be performed on three stations concurrently. If work is to be performed on one lift station at a time then it shall be performed in the following sequence: 1. Peary Place 2. Clarkwood South 3. Williams 4. Wooldridge 5. Coquina Bay 6. Laguna Shores Section A - SP (Revised 9/18/00) Page 2 of 24 Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Storm Water Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of 150 Caleadar Days, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. After Contract Award and pre-construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar-day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $300 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are. not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due-the City from the moathly pay estimate. A-7 Workers Compeasatioa Iasuraace Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. Section A - SP (Revised 9/18/00} Page 3 of 24 A-9 Acknowledgment of Addeada The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for heavy coastructioa shall apply. r"^~-~ ~~-~~" ~'- in-wages rtes, tie n}der-ef the ..~,. ,.w.,, ~ s , Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1 ;~) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working xours.) A-il Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess 1-800-344-8377, the Lone Star Notification Company at 1-800-669-8344, and the Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer 826-3500 Urban Engineering-Mark Maroney 854-3101 Traffic Engineer 826-3540 Police Department 882-1911 Water Department 826-1880 Wastewater Services Department 826-1818 Gas Department 885-6900 Storm Water Department 826-1881 Parks & Recreation Department 826-3461 Solid Waste Services & Streets 826-1970 AEp _ 299-4833 SWB / A T & T 881-2511 Signal/Fiber Optic Locate 857-1946 Cablevision 857-5000 ACSI (Fiber Optic) 887-9200 CenturyTel 225/214-1169 (826-3140 after hours) (826-3140 after hours) (885-6900 after hours) (826-3140 after hours) (693-9444 after hours) (1-800-824-4424, after hours} 857-1960 (857-5060 after hours) (Pager 800-724-3624 (225/229-3202 (M) Section A - SP (Revised 9/18/00) Page 4 Of 24 ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972/753-4355 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It. is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along .the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Section A - SP (Revised 9/18/00) Page 5 of 24 Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 8xcavatioa aad Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt top soil. "Clean" dirt Top soil is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-1fi Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made. to Contractor. A-17 Field Office (NOT USED} A-18 Schedule aad Sequence of Coastructioa The working time for completion of the Project will be 150 Caleadar Days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice .from the Director of Engineering Services or designee ("City Engineer") to proceed. The bypassing and rehabilitation of the lift stations may be performed on three stations concurrently. If work is to be performed on one lift station at a time then it shall be performed in the following sequence: 1. Peary Place 2. Clarkwood South 3. Williams 4. Wooldridge 5. Coquina Bay 6. Laguna Shores Days Allocation for Raia The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Storm Water Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. Section A - SP (Revised 9/18/00? Page 6 of 24 January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of 150 Calendar Days, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. After Contract Award and pre-construction meeting is held, the Contractor shall commence work within ten (10} calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the .time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $300 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the monthly pay estimate. A-19 Construction Project Layout and Control (NOT USED} prey-eel of t~}sit-ttr~e. br t-hem}~~er Ee~tst~ltant ~re~-eel-~g~ee-~ zi-~_...~u.a. ..-ray ~. vaaw a.a wv..~v.~, ~.. ...... ~- ...............-j ..- -.~~-~-~ -- ~----._-1 ~ ________ r.-~_ __ awl. a~.~-i uc+ aa~.v ~. ~r...~.~ j , ..... ~~... ........ .... ..«.. ....--..-.....~~- . ~~--~_ __ xcacvxca ~~~~~~ xcy-cis' Ce~stt~~an~Dre~eet Engineer a~ ~~3~-e~tge~.:. of tic !'~...n i. v... .. F i..n ~pSIO aiG y GY2e E}~ aiiG sseTe y-er Eenst et Eng t~ta~tt }~e Pr I e~'~~'ie~ ~e dev~a~}cam lf, ~~t~ie egrniar~-@€ ~he~+~-ems i ey-eet E~tg~aeer ~e rear}se the-~~aw~s- ' i / ~Eke6ts~ti~'~i ~g-^vr~~2e `._.,.~, _~-e a ---••.'=- v~~ca'v-rccaxizea ccixa~ccic ~~~~e ~"63~~~'ae~e~' '~'~e ~~3~~'~ pa~'~~-~ ~-b-s $~b~~@ Section A - SP (Revised 9/18/00) Page 7 of 24 A-20 Testing aad Certificatioa All tests required under this item must be done selected by the Engineer Consultant. The cost borne by the City. In the event that any test after corrective measures have been taken, and by the Contractor and deducted from the payment SCHEDULE OF TESTING BY THE CITY: (NOT IISED) by a recognized testing laboratory of the laboratory testing will be fails, that test must be done over the cost of retesting will be borne to the Contractor. SCHEDULE OF TESTING BY CONTRACTOR: Testing, including sampling, will be performed by Engineer or the testing firm's laboratory personnel, in the general manner indicated in the Specifications. Engineer shall determine the exact time, location, and number of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including sampling, to be performed. Contractor shall have no claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by Engineer or the testing firm's laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. When the specifications require inspection of materials or equipment during the production, manufacturing, or fabricating process, or before shipment, such services will be performed by Engineer or an independent testing firm or inspection organization acceptable to Engineer. Contractor shall give appropriate written notice to Engineer not less than 10 days before offsite inspection services are required, and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel in the performance of their duties. The inspection organization will submit a written report to Engineer, with a copy to Contractor, at least once each week. The Contractor must provide all applicable certifications to the Engineer Consultant. Section A - SP (Revised 9/18/00) Page 8 of 24 A-21 Project Signs (NOT II58D) A-22 Minority/Minority Business Saterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support. of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named. person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person{s}. Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). {c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners,. proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Section A - SP (Revised 9/16/00? Page 9 of 24 d. Minority: See definition under Minority Business Enterprise. 3. 4. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51..0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Miaority Participation Miaority Susiaess 8nterprise (Percent) Participation (Percent) 45~ 15~ b. These goals are applicable to all the construction work (regardless of federal participation} performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) (NOT U58D) s i~t-er~ls- ~ ri t th } a } } erm€t e€-~aer# €e~ wkie~- '^° .' ~~~' r~ e ee: v s ems a en p ~speet p s .,.~ 7.,. n, a.. Section A - SP (Revised 9/18/00) Page 10 of 24 A-24 Surety Sonds Paragraph two (2} of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must .obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax 8xemptioa (NOT USSR) P~lie ~1eee~t-s~€ Tea~as. i€ t-he-Ge~r~e-ter- ti Ebt i 3 sleets to eperete tt~de~ ales ~a - ib a~ separated ee~ttraet, he- €re~r-the Stake ,•~-~'-Y~, ~~: , ~'^ e-n a n .. eeee-saris ~ pe .._.r .-__ e ___ . i G€ ~ es~3 €e~ t-h t-l e- re a sh e€ ~tate~i als-- h l siea l = -- --- ~-'a n i~r~es - 1436 t~te~A . i ~ p e s ~ee~ . g y , - y .--- r P i~ 3 ti€leates €e ~ ~~,~ l ^~_ re~ -resa . ti ~+ ld e ee~ ~--rr-- ith es ies-a€-mater Gi~ - . -- ial i~~telees ~e sin -t ~ia t- ~€ e , rev e- e 4. p y w s a e i p==r=== °'~"' , l Sales, Ewe i9iZi= }se, and i~se-I'a~es agpl} ea3~le t~t~}s--~raTee~ . ~ith €l lr re b }re~te~€~ 'th Een€~ et ~} l es rn i ee~g ge e--a ove s . er ~tu~ e a seas a-~ e eer~i~ieabe ~= '-=== --rr'-'-== Section A - SP (Revised 9/18/00) Page it of 24 A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after .the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide. the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to ,this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-li of the General Provisions is amended to include: Contractor must provide Installation Floater insurance coverage for the term of the Contract up to and including .the date the City finally accepts the Project or work. Contractor must pay all costs necessary to procure such insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-28 Considerations for Contract Award and Bxecutioa To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Section A - SP (Revised 9/18/00} Page 12 Of 24 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2} years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90} days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Admiaistration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not necessarily limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foreman, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foreman cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, .such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Coasideratioa of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Section A - SP (Revised 9/18/00) Page 13 of 24 Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B- 7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 14. Within five (5) days following bid opening, submit in letter form, information identifyiag type of eatity aad state, i.e., Texas (or other state) Corporatioa or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts oa behalf of said eatity. A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Section A - SP (Revised 9/18/00) Page 14 of 24 Contractor acknowledges that the City has no obligation to pay for any extra work for which a change- order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Ameaded "Executioa of Coatract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditioas of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to is Special Provisioa A-l. A-34 Precedence of Contract Documeats In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) T fT. .-.~ }~v~ Ili.-..-.}~n~~Fe~ /1..~: .-.v.}..}:.-. SS• Prier termer€erming yae~~~ at ,~y ^it~-water €aeili~~-tote G-e~ rtr~ae-ter~e Prse~el €er t ~tmen€- W t p d E}€ h } p hese- e~sens p a er epa ze ~-- y-ant er v€€cxcd abs desire }.. vim,....... _ l nd h h d ~ ti..,_ : }~..., a ear , a d a~re -st~e ,-ho o ==vt :~ iafarre ddi~tren il}t F € } n--re€e~ €e er a : y- €~-vaater ae a~~-E A~tae~eat ~ . section A - SP (Revised 9/18/00) Page 15 of 24 ~ ~ i ~ is € } €~e-re i~ ~M'~,., ___ ~tta~e s a~t ~ a ~se egtt ~~e~ ~ cxcc==Spe~'~& €}es, ~'e}mss€ a~~a~ie~t, a~~ , ~~~i,8~" ~nda=~ 6z as ~ese~}~e~ i~ €~e ~},~a..va ter,..... ~.....~.,. . ~~~ ~~as~ ~e~te~a~e~ ~y-€~e ~e~€~ae €e~ e~ ~}s em~~e~ees, ag ee€s~~ ~e a~~e ~~ ~ °i € vae~ `~"'"~ n..... a-..-... ~-....- .,1,-,., l.._.. Lee.-._:.:._.vL 5a~ 339 ~as oxcc v vv7~43~ areas~~ea~-a€ a:3~-~i~s-a~tk-reeve _„ ~~^^'^ ~',~,,r r ~e~t€~ae€ e~' ~~e~s es~e~ ~t~s € d~ea~ ce~e rea-~~3€s ev e~a~~s a€~ e~~ n } ~~ }fi ~e~es ~ € €e~' ~ee~r e e-~e~ e~see~e~ - d ~o==€xue ~ } €e~ ~ s 3a }~ ~~ev e 7 - AA ~ ~ e e~ ~ ~9 ~e 5 AA : g __ ::ox c erg etx ~s-da e , -.L ~€ € € p €€ ~i~ ~e ~r~ae~e~T ~e~ie~ es• ~tt~s€ ~e ~, ~~.. , ~~ €y -Wa€ e~ ~eP a~ ~tee s a l ~. € c = ~ ~~a~~~~~ ~- e~se e~ mt ts€ ~e _. s€~o ~=:o a ~= ~Fe43 xca p ^: = a € ~ = €i ~e~ vra~~e~ ~s~ ~ 9==a ss € ' e } ' ee~ts ~ ~ ~ e~ are ~te ' ~ a e€e~ ~ - i ' Wa~ E}~ e~ $e ar€~e~~ ° -~ ^ ^, cx ~ eg e tt ~ C vae~ S e e~ as i t ~ ~ e c ' ~ ~ ~~ ~ e r ~ A ~ ~ ~'~ 'fit. cvritLTSC Vx .L QRC[ iGa ~~s O 2S~2 I pG P20 =C= SI S=CVa G T nl1TTT [~ T T T /1TT € ~ ~ ~ ~}€} ~i ~ € ~- ~-s~t e~ris e~~es e~' ~e~ s e~t PG= i e ~ e~ ~- ~ ~qea €€ ~i ee ea e - ~}€}eat} g a ems ~ ~ ~~ T ~g ~e~e~-~~ ~ is aG€~tTR = a = ne ~~e ~ _ i~ ~- e = G == q~ta te~ € ~ € }€}ea€ie~ s a~ ~i€}eats ~e ~ nom a ~ } ~, a~ ~ } € «< _= i } e, ~ e , , ~ ee~ se ess, tt~~t s t a , as€€~aar e e~ e~}€ie ~-ems ~e~r} reek-~-~~ese Section A - SP (Revised 9/18/00) Page 16 of 24 -~~e ~s regularly a. ,., ee~r-e l-~9~em~ wa-te~~.~-was-~e~va ~ ~'~ ' d -engaged }n ~hP-eemp~ eFe ~L•,1.s, s~333CSS , " : •~er ~a„~..r,~ tems 6€ c '3 ' tbe~--~ , --app ~ em ar~a .~~~~ ..a t, i.>. . ble--s mnn; t , tT~.y,~ . .. -}se nri.r .....•• h a' - •~-., ~ e - ,nri .,, i,•,• aid s-Pei me z ~:~ er ^ pre-~ee~s- €} ~~ ¢9 E eat S baA~ ~' d }a the t- = p e e€ r,. ~ , ., : ~ yp . ~a ; - w~r ,..., ee~-~e v 8 ~~e fer~t ,^ ^} ~ ~e~gage ~ e e_ r ' 35ng}Meer, e~-a~- -~- --R-'---- '1 ~ ~lee~rieal-~Sgi~xeer €A -__-- - - ___- _ __.~s. vii__ pre~ee th} l ~ 9~pe € wh rv}ee e fra~* er r e ^'-F^ s --^• ^F., ~~•^ , , , sys-Pere =:e e~tp eemgleted a mant i l i ~~ s e~te en a€aeturer,-s tr-ai~i~ e €ers m i€i - e~rse ~ ~ ^^F~~ ,~' ^,; j -~~~ mp e~t~~ eg - fer the ~e~traet i i pt~ , pee e ee s . --ata€ € l~ ~ , €ed a ad e i e d ~s a~ ~rta &. die ma ..a l}b l t~ y ; er~ar=e~ ~.,..,, ..~,. ; zs~d ~:c ~ gg ~ _-- --- e, ea r-a ll € i ~€ whieh Y i ~ }s € ~.. he- ~ r~dee t e i eee Sa -t~r~ ~ nial=a€a~€~rer €e~ ~.. ,F., ..~. = € i ~ eq~ p e e he-ma~ima~-prae~}eal a ~d S~~e~*e~-s t th e~€en uer g t. Wh '£rea~ ere " : en~ ^~ pla~ tt~ ..` zi ermanee er per 8 pr e a , , ,.,. the ameba-u~er# €er _ t this ~re~eet ll €lll h ll d ed ea t -~~ v N -• y '^, ^ ^,-~ _ ~ ~o=:trae er s th~,~~t..o system l f t ~re ttee a a s to the e~f}et}ng ~lt~ re ram~ti d h } 6C-SB bl n r A sys-t ec-~s~ ;, est " ~ieli ~ '-}~~ ti ~•~a e- ma e o ar=-G~a,..~ =~ga==es to be € Gi1T2T1yT~is-RSCLQI. ~~ a12 c9caciip=c cc==d }s re g e regt~ ~ illed in and g}ven to ieg--the~regramming-ph net }ntended to sheds g the ^~ ase. all a€ ~„ c+.., l The-~t -~-he rr;nr ri J tae€ie ,.R • r ,~; d s~ ~a tt, xeet ~'~°° y ,i i - `~ A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. The Engineer will retain six sets (seven if electrical.) for distribution to City staff, inspector and Engineer's file. Contractor shall submit the additional number required for return for his files, manufacturers, sub-contractors, etc. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. Section A - SP (Revised 9/18/00) Page 17 of 24 d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site, test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on .the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B- 6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Satities The requirements of "Notice to Contractors 'B "' a_re incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance (Not IIsed} f~caai~cccegccazxce v= c~3e ~m~i'AVeme~~9 L~33~e~' General $i~'6Td~-B~e43 $ 8--9- Section A - SP (Revised 9/18/00) Page 18 of 24 A-40 Ameadment to Section 8-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozoae Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as .this is experienced, the day will aot be counted as a work day a=:a t =~ Go=~=Qeter ~a}11 be eempensated at the~~ grtee 4n~feated in the-grepesa~ A-42 OSHA Rules & Regulatioas It is the responsibility of the Contractors} to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Iademaificatioa & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City,. its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall. furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the .price of the change order. A-45 As-Built Dimeasioas aad Drawiags (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. Section A - SP (Revised 9/18/00) Page 19 of 24 (2} Changes in equipment and dimensions due to substitutions. (3} "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. (6) Horizontal and vertical dimensions of existing utilities affected, crossed or found during the construction. A-46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction F,xploratory 8xcavatioas (7/5/00) (NOT USED) .. ,~ A-~ Centraeter shall theme-prepare a repert and st~bmi~ }~ to the E}tom--€e~av~a~ ,...t„ ,..:,.~, tie-Ragi$ee~--mil C-e~~ae-ter reeeiv'e~e ~gi$ee~-'-e aggreiral a€-~ege~~- A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not.'It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A - SP (Revised 9/18/00) Page 20 of 24 A-49 Ameaded "Maiateaaace Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B- 8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Technical Special Provisions The requirements of "Technical Special Provisions" are incorporated by reference in these Special Provisions. A-51 Contamiaated Soils If, during the construction, an area is suspected of a high level of contamination, then the City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow the following procedures: 1. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench. All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the construction drawings. 2. On-Site Stockpiles: Excess material from excavation, whether non-contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run-on, runoff „ and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean-soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. 3. Disposal of Excess Non-Contaminated Soil: The balance of any non-contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. 5. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector. Excess contaminated soil will be transported by the Contractor to a safe disposal area to be designated by the City. 6. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. A-52 Fences All existing fences affected by the work shall be maintained by Contractor until completion of the work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been Section A - SP (Revised 9/18/00) Page 21 of 24 agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. There shall be no separate payment for removal, replacement or repairs to existing fences. A-53 Protection of Public aad Private Property Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. No trees shall be removed outside the permanent easement, except where authorized by Engineer. Whenever practicable, Contractor shall tunnel beneath trees in yards and parkings when on or near the line of trench.. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage from construction operations. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the Work or any part or site thereof, whether by him or his Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times. A-54 Securit Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. No claim shall be made against Owner by reason of any act of an employee or trespasser, and Contractor shall make good all damage to Owner's property resulting from his failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by Owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures as required to protect the site. A-55 Access Roads Contractor shall establish and maintain temporary access roads to various parts of the site as required to complete the Project. Such roads shall be available for the use of all others performing work or furnishing services in connection with the Project. A-56 Parking Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. Section A - SP (Revised 9/18/00) Page 22 of 24 A-57 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. A-58 Noise Control Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient .sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. During construction activities on or adjacent to occupied buildings., and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. A-59 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. Monthly payment will be withheld if this provision is not followed. A-60 Temporary Drainage Provisions Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased. runoff .from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. Section A - SP (Revised 9/18/00) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT: Lift Statioa Rehabilitation 2009 - Peary Place Lift Statioa, Clarkwood South Lift Statioa, Williams Lift Station, Wooldridge Lift Station, Coquiaa Bay Lift Station aad Laguaa Shores Lift Statioa , Project No. 509040 OWNER: City of Corpus Christi ENGINEER: Urbaa Sngiaeeriag CONTRACTOR: SUBMITTAL RATS: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 9/18/00) Page 24 of 24 A G R E E M E N T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 23RD day of FEBRUARY, 2010, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and J.S. Harem Company termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $981,000.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: LIFT STATION REHABILITATION 2009: PEAKY PLACE; CLARRWOOD SOUTH; WILLIAMS; WOOLDRIDGE; COQUINA BAY AND LAGUNA SHORES PROJECT NO. E09040 (TOTAL BASE BID: $981,000.00) - according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the .entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. LIFT STATION REHABILITATION 2009 - PEAKY PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOI,DRIDGE LIFT STATION, COQUINA BP,.Y LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. E09040 SID SUbIl~iRY I N II ~ III ~ IV 0 V BiD QTY S UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES A. MODIFICATIONS/REHABILITATION FOR PEAKY PLACE-LIFT STATION (BASE BID) A-1 2 Replace Existing 8" Gate Valve EA with 8" Plug Valve on Suction Side of Pump No. 1 and 2, c,~ ~~~~ complete in place per EA ~ S g BOO ~~~ A-2 1 Replace Existing 8" Gate i'alve EA with 8" Plug Valve on Discharge Side of Pump No. 2, ~~~' ~ ~ D~ ~D S ~' complete in place per EA - 1 A-3 2 .Replace Existing 6"x8" Swing EA Check Valve on the Discharge Side of Pump No. 1 and 2, , as S 10.00 ~ ®,d complete in place per EA _ A-4 2 Replace Existing Dry Pit Pump, ~ '` ~ r S `i3 ~ EA complete in place per EA u ~ , C ti J ~ ~ A-5 2 Replace 8" D.I. Flange and EA Flare Long Radius 90° Bend for Pump No. 1 and 2, complete in bOO,00 S ~ ©~' ~ ~ place per EA A-6 2 Replace 8" D.I. Flanged Ends EA Wall Pipe on Pump No. 1 and 2, 3 ppy 'd0 0 0 S ~ O complete in place per EA ~ ~ D 1 pO A-7 1 Clean and Coat Concrete Wet LS Well, complete in place per LS ~'O ODp, bl> $ ~,OOD~.bb A-.8 1 Install New Door and Door LS Frame on Existing Lift Station Building., complete in place ~'pDO:~ ~ $ ~ 'OD(~ ~ a0 per LS ~ A-9 1,030 Install New Access Road - 12" SY Limestone Base with Double Course Chip Seal, complete in place per SY ~D •O D S I o~~3aD , D O A-10 1 Install New 7' High Vinyl LS Coated Chainlink Perimeter Fence, compl . in place per LS OD ~ Ov $ $ ~'OD • ~ PROPOSAL FC Page 3 of LIFT STATION REHABILITATION 2009 - PERRY PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION ` AND LAGUNA SHORES LIFT STATION PROJECT NO. E09040 R7D SiiW9r0-i24 I II III I<7 V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FI6IJRE3 (QTY & UNIT PRICE IN FIGURES] A-11 1 Pour New Concrete Ring Around EA Existing i Manhole Lid, complete Od BOO $o10D ~ OO n place per EA ~ A-12 1 Bypass Piping and Pumping, LS complete in place per LS g -Ol~ $_2$,pp0•.OD SUB-TOTAL BASE BID PART A $ 4 ~e $ ~ flOO (Items A-1 - A-12) I II III. IV p BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) B. MODIFICATIONS/REHABILITATION FOR CLARKWOOD SOUTH LIFT STATION (BASE HID) B-1 2 Replace Pump Base on Pump No. 1 EA and 2,. complete in place per EA .DO $ B-2 2 Replace 8" Header Pipe with DR EA 18 C-900 PVC on Pump No. 1 and 2, complete in place per EA ~ ~h, ~ $ ~ (~: SOD ~ a~ B-3 2 Replace 8" 90° Bend at Top of EA Vertical Discharge Pipe on Pump No. 1 and 2, complete in lace e EA ba ~ DV $ (c O~D p p r ~ ~ ; B-4 2 Replace 30 Hp Submersible EA Pump, complete in place per EA ODi7, Ov $ ~~~ : pp B-5 1 Clean and Coat Concrete Wet Well, LS complete in place per LS ~~~~~~,,,,~~,,~~ `1~UtYJ,p~ $ ~ ~b~ OO B-6 2 Replace 8" Gate Valve with 8" EA Plug Valve in Valve Vault, ~ Ub0 Du ~ complete in place per EA • ~ $ g~ paU , ~jO B-7 1 Replace 8" Check Valve in EA Valve Vault, complete in place EA 0(~ ~0 $ S 0 s per , a ~ PROPOSAL FO Page 4 of LIFT STATION REHABILITATION 2009 - PEARY PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA`SHORES LIFT STATION PROJECT NO. E09040 BID SiIt~IlNU-RY I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTy ~ UNIT PRICE iN FIGURES B-8 1 Replace Electrical Main LS Disconnect, complete in place per LS I $~O 00~ OD . . B-9 1 Replace Pump Control Panel, LS complete in place 'per LS aD~Ol7_ $ Z,O; ppp , pp B-10 2 Replace 8" Through Wall Pipe and EA Coupling for Pump No. 1 and 2, l ~QC~ ~ comp ete in place per EA 2_ . $ OD , a p B-11 1 Clean and Coat Ductile Iron LS Fittings in Valve Vault, complete in place per LS _I Ddb + OD $ '~T ~ D a B-12 1 Install Discharge Pipe LS Horizontal Bracing, complete in place per LS ~' CD $ ~ O~ ~ O~ B-13 2 Replace Intermediate Guiderail EA Support Bracket, complete in ~ ~~ place per EA + $ 2~~d~,~j~ B-14 2 EA Replace 3" Guide Rails, com lete in la EA ~ ~ p p ce per $_ , ~7)D, ~t~-= B-15 1 Bypass Piping and Pu_Tnping, LS complete in place per LS •CO $ aZ,$rppp,p~ SUB-TOTAL BASE BID PART B $ 1q~ _ OOO (Items B-1 - B-15) I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) C. MODIFICATIONS/REHABILITATION FOR WILLL?1MS LIFT STATION (BASE BID) C-1 9 Replace 16" Plug Valve on EA Suction Side of Main Pumps No. 1 through 4, complete in place per EA ' .~~b, ~ $ ~ tn~n ' D(~ PROPOSAL FO] Page 5 of LIFT STATION REHABILITATION 2009 - PERRY PLACE LIFT STATION, CLARRWOOD SOUTH LIEF STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. E09040 BIA SUbIl~RY I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY ~ UNIT PRICE IN FIGURES) C-2 4 Replace 14" Plug Valve on. EA Discharge Side of Main Pumps No. 1 through 4, complete in SDI • as $ 2.D, p1~0 ~ D !~ place per EA --~ C-3 4 Replace 14" Check Valve on EA Discharge Side of Main Pumps No. 1 through 4, complete in $' 0~ " ~~ $ 32..00 ~ 0l) place per EA -.- • C-4 1 Replace Dry Pit Jockey Pump, LS complete in place per LS • Dp $ D D~~ . DD C-5 1 Replace Surge Relief Valve LS System on Pipe Manifold, complete in place per LS f ~ • D~ $ 0 uD ~ ~h C-6 4 Replace Grate Ledge Around EA Main Pumps No. 1 through 4, 2 ODD OD OD $ $ ado complete in place per EA 1 • C-7 1 Replace 12" Gate Valve with . EA 12" Plug Valve, complete in place per EA $ b •~ SUB-TOTAL BASE BID PART C $ ' ~3. OOD (Items C-1 - C-7) I II III IV V BID QTY S UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES -(QTY S UNIT PRICE IN FIGURES) D. MODIFICATIONS/REHABILITATION FOR WOOLDRIDGE LIFT STATION (BASE BID) D-1 3 Replace 16" Plug Valve on EA Suction Side of Main Pumps No. 1 through 3, complete in place per EA $ D-2 3 Replace 14" Plug Valve on i:.A Discharge Side of Main Pumps No. 1 through 3, complete in l EA $~S,~Dd ,D~ p ace per PROPOSAL FOF Page 6 of ~ LIFT STATION REHABILITATION 2009 - PEAKY PLACE LIFT STATION, CLARKWOOD SOUTH LIF' STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATIOI AND LACUNA SHORES LIFT STATION PROJECT NO. E09040 BID StA~iRY I II III IV y BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURE D-3 3 Replace 19" Check 'Jalve on EA Discharge Side of Main Pumps No. 1 through 3, complete in ~ ~'~ ODD. Old $ Z-~ place per EA ~ ~ D-4 1 Replace Stand on Jockey Pump, LS complete in place pe-r LS ~ .DD $ 1 DD~,OD D-5 3 Replace Grate hedge Around EA Main Pumps No. 1 through 3, complete in place per EA DQ7,OD S .DD SUB-TOTAL BASE BID PART D $ ~,D. ~ • ndO (Items D-1 - D-5) I ~ II III IV y BID QTY ~ UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION Ir7 FIGURES (QTy ~ UNIT PRICE IN FIGURE E. MODIFICATIONS/REHABILITATION FOR COQUINA BAY LIFT STATION (BASE BID) E-1 2 Replace Pump Base, complete in EA place per EA $ Id D D E-2 2 Install New 20 Hp Submersible FA Pump, complete in place per EA • ~ $ ~~ D ®, ~~ E-3 2 Replace 3" Guide Rails, EA complete in place per EA D $ $ a[jp . a0 ~n ~ ~ E-9. 2 Replace 8" Vertical Discharge l~ • EA Pipe, complete in place per EA DDb.dU $ ~R~Q E-5 2 EA Replace 8" 90° Bend, complete i a a0D ~ OD ~ n place per EA ~ • $ ~ ad0 • E-6 2 Replace 8" Horiz. Piping and Gb A ~~~ EA Provide New Coupling, complete i ~~ • OD • l ~~~~ ~~"" -- ~ $ n place per EA pr E-7 1 Install New Discl-iarge Pipe LS Horizontal Bracing, complete a~Q,~ .Q(~ $ ~~~0• in place per LS PROPOSAL Page 7 0 LIFT STATION REHABILITATION 2009 - PBARY PLAICE LIFT STATION, CLARRWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. 809040 BID SiIl~!-AY I II III IV V BID QTY 6 UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTy ~ UNIT PRICE IN FIGURES) E-8 2 Replace Intermediate Guiderail EA Support Bracket, complete in DD Ebb ob dDD $ t place per EA • . • _ , E-9 1 Coat Exposed Concrete at LS Ceiling of Wet Well, complete in place per. LS 00~ • oD $~ bQp • D D E-10 1 Replace Electrical Main LS Disconnect, complete in place per LS i .DD $'~ .QD E-11 1 Replace Pump Control Panel, LS complete in place per LS D $ ~Q ~ . a v E-12 1 Install New 7' High Chainlink LS Perimeter Fence, complete in place per LS $ q . ~Q E-13 1 Bypass Piping and Pumping, LS complete in place per LS. ~ ~ dD $ ~~ ~ ~~, pjs ~0~ SUB-TOTAL BASE BID PART E $_~ ~8~, (Items E-1 - E-13) I II III IV y BID QTY & UNIT PRICE. BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY S UNIT. PRICE IN FIGURES) F. MODIFICATIONS/REHABILITATION FOR LAGiJNA SHORES LIFT STATION (BASE BID) F-1 4 Replace 10" Plug Valve on EA Discharge Piping on Pump No. 1 through 4, complete in place d per EA D $ 1t~-~ppp . DD F-2 4 Replace 10" Check Valve on EA Discharge Piping on Pump No. 1 _ _ through 4, complete in place EA p0 $ I lp, ODb • O (~- per _ ~ F-•3 4 Replace 10" Header Pipe on EA Pump No. 1 through 4, complete y in place per EA •; ~Ob• DD $_I (o~ Dom, ~ PROPOSAL FO Page 8 of LIFT STATION REHABILITATION 2009 - PEAKY PLACE LIFT STATION, CLARRWOOD SOUTH LIFT STATION, AILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO: E09040 BID SIlNII~1RY I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTy ~ UNIT PRICE IN FIGURES) F-4 4 Replace 10" 90° Bends on Pump EA No. 1 through 4, complete in a ~~D .Ob ODO•Dt~ $ $ place per EA ~ j F-5 4 Replace-Pump Base, complete in EA place per EA r DOb D $ 1 pbb•D ~ F-6 4 Replace Through Wall Pipe on EA Pump No. 1 through 4, complete i •~D ObD • Da $ g n place per EA ~ F-7 4 Replace 3" Pump Guide Rails on EA Pump No. 1 through 4, complete i l EA fl .DD $ llo pCjO.b7~ n p ace per F-8 4 Reconnect Pump Guide Rails EA with New Brackets for Pump No. 1 through 4, complete in place ~~D ~ ~j~ per EA -1 $ "T~ D~~ •D F-9 1 Clean and Coat Concrete Wet 2 ~~ 3~ LS Well, complete in place per LS b~ • $ 3~, ppfl ~ ~ ~ F-10 1 Remove Non-Functioning LS Pressure Relief Valve, '~b STJD ~ `Dfl complete in place per LS . $ j F-11 2 Replace 47 Hp Submersible EA Pump, complete in place per EA ~~~,~ $ 5D , p F-12 2 Refurbish Existing 47 Hp EA Submersible Pump, complete in l EA ~ w $ ~ d~ p ace per , F-13 1 Install Discharge Pipe EA Horizontal Bracing, complete ~~ ~ ~ in place per EA ~ $ p U ~d F-14 4 Replace Intermediate Guiderail EA Support Bracket, complete in 5~ 0D ~ ~ place per EA ~ • $ -~ pip. Q F-15 1 Remove Non-Functioning LS Pressure Relief Valve and Install Nipple and Ball Valve, com l t i l LS `j(~~tiD ~ $rJ Ot7, p e e n p acs per PROPOSAL FOF Page 9 of 1 LIFT STATION REHABILITATION 2009.- PERRY PLACE LIFT 3TATZON, CLARKWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUI~iA BAY LIFT STATION AND LAGLJNA SHORES LIFT STATION PROJECT NO. E09040 BID SU1~lARY I . II III IV V HID QTY & UNIT PRICE HID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES ( TY ~ UNIT PRICE IN FIGURES) F-16 1 Clean and Coat All Exposed LS Ductile Iron Pipe and Fittings in Valve Vault, complete in. '~h~ ""b ' ~ `~ $ ~'`~a' place per LS t F-17 1 Bypass Piping and Pumping, ~ LS complete in place per LS U D. UD $ ~+ fl00 , D SUB-TOTAL BASE BID PART F $ ~ (r ~i , ~~C~ (Items F-1 - F-17) -~- II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES -(QTY & UNIT PRICE IN FIGURES) G. ALLOWANCES (BASE BID) G-1 1 Utility Allowance (Mandatory LS Allowance}, complete in place $40 000 per LS , $40,000.00 G-2 1 Force Main Dewatering LS Allowance (Mandatory Allowance}-, complete in place $10,000 $10,000.00 per LS SUB-TOTAL BASE BID PART G $ 50,.000.00 (Items G-1 - G-2) PROPOSAL FO] Page 10 of LIFT STATION REHABILITATION 2009 - PERRY PLACE LIFT STATION, CLARKWOOD SOUT$ LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGB LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. 809040 BID SUbIl~RY BID SUNIl~lARY SASE BID PAP.T A (Items A-1 - A-12) BASE BID PART B (Items B-1 - B-15) BASE BID PART C (Items C-1 - C-7) BASE .BID PART D (Items D-1 - D-5) SASE BID PART E (Items E-1 - E-13) BASE BID PART F (Items F-1 - F-17) BASE BID PART G (Items G-1 - G-2) $ t lob . 00 0 S 1~1~,b0D s ~ ~k3, oon s lpl ~ oo a $ ~ ~ .. ~ ~, !~f 3.060 eote.. ~- $ 22Z, ~[~ ~ $ 5 D,.Db b TOTAL BASE BID $ q~/. D~d'C~ri~.. NOTE: The above unit prices must include all labor, materials, bailing, removal, overhea profit, insurance, etc., to cover the finished work of the several kinds called for and the Own reserves the right to increase or decrease the quantity of any bid item. The above quantiti are approximate, include an additional 5~ in some cases, and may vary from the final quantitie Do not order material based on these approximate quantities. PROPOSAL FC Page 11 of The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 150 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST• City Secretary APPRO ,~A~`S,,TO GAL FORM: By: ~ U~ Asst. City Attorney (Lf Corporation a1 elow) If Person signing for ~rporation is not Presia~s~t, ttach° copay of authorizat-son ~..53 t .p4~ 'a .. ~b='~° CITY OF ORPUS CAR TI By : `'CC~~.. Juan Perales, Jr.,P.E. Assistant City Manager Engineering/Development Services B ~.~~ Y' Pete Anaya, P.E. Director of Engineering Services CONTRACTOR J . S . Herren Com `an~_ Title: f (r~5, (~ VL~ 1175 HWY 11 NORTH (Address) ATHEN, TN 37303 (City) (State)(ZIP) 423/745-5000 * 423/745-5252 (Phone) (Fax) ~, ~' ~/~ «AUTNOR12fA Agreement /~ Page 2 of 2 """~"`.."'..'..'.~...••..,1Q;=~;' SEC&ETAR~ P R O P O S A L F O R M F O R LIFT STATION REHABILITATION 2009 - PEARY-PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WILLI~-MS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES-LIFT STATION Project No. E09040 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM PAGE 1 OF 15 P R O P O S A L Place : ~ (~ ~S C~1(~~ ~ (~. Date : l i/i~~~"U~-i ~.1 ~~~ ~UO~ Proposal of __ ~~' j C~.~~~1 C~~~ a Corporation organized and existing under the laws of the State of ~~n~~~7 OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: LIFT STATION REHABILITATION 2009 - PEARY PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LACUNA SHORES LIFT STATION Project No. E09040 at the locations set. out by the plans and specifications and in strict accordance with the. contract documents fog the following prices, to-wit: PROPOSAL FORM PAGE 2 OF 15 LIFT STATION REHABILITATION 2009 - PEAKY PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, RILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BA.Y LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. E09040 BID SUl~RY I II III Iy p BiD QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES _(QTY & UNIT PRICE IN FIGURES) A. MODIFICATIONS/REHABILITATION FOR PEAKY PLACE LIFT STATION (BASE BID) A-1 2 Replace Existing 8" Gate Valve EA with 8" Plug Valve on Suction Side of Pump No. 1 and 2, `„} ~~~OD ' complete in place per EA ~ $ A-2 1 Replace Existing 8" Gate Valve EA with 8" Plug Valve on Discharge Side of Pump No. 2, ~ ~ f ~~O ~ D complete in place per EA ~ 6 ~ ~ $ a0 1 A-3 2 .Replace Existing 6"x8" Swing EA Check Valve on the Discharge Side of Pump No. 1 and 2, o l t i l E ' OD $ ~~ ~~ ` ®~ c mp e e n p ace per A -- A-4 2 Replace Existing Dry Pit Pump, O ~3 $ ~ ~ EA complete in place per EA u ~ , D ~ _ ~ D A-5 2 Replace 8" D.I. Flange and EA Flare Long Radius 90° Bend f_or Pump No. 1 and 2, complete in 000'OD ©00:OD $ fp place per EA , A-6 2 Replace 8" D.I. Flanged Ends EA Wall Pipe on Pump No. 1 and 2, 3 aD ' $ ( ~ 00 complete in place per EA ~ pi0 , A-7 1 Clean and Coat Concrete Wet LS Well, complete in place per LS yD OHO. bb $ ~, OOD~. bb A-8 1 Install New Door and Door LS Frame on Existing Lift Station Building., complete in place L ~,,,~,.p~_~ ~ , f a0 'DOt~ $ ~ per S ~ ~ A-9 1,030 Install New Access Road - 12" SY Limestone Base with Double Course Chip Seal, complete in place per SY ~ ~ l~.Ol7 $ 10~~00 ~ OD A-10 1 .Install New 7' High Vinyl LS Coated Chainlink Perimeter Fence, compl . in place per LS 00 ~ Ob $ $ :~'DD ~ ~ PROPOSAL E'UF Page 3 of 7 LIFT STATION REHABILITATION 2009 - PEAKY-PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. E09040 BID SUI~l ARY II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES A-11 1 Pour New Concrete Ring Around EA Existing i Manhole Lid, complete aOp ~0~ $~0 • D~ n place per EA A-12 1 Bypass Piping and Pumping, LS complete in place per LS g ~ ~ d $ 2$,OpD~.OD SUB-TOTAL BASE BID PART A $ ~ ~ ~j , flOQ (Items A-1 - A-12) I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES B. MODIFICATIONS/REHABILITATION FOR CLARKWOOD SOUTH LIFT STATION (BASE HID)' B-1 2 Replace Pump Base on Pump No. 1 EA and 2, complete in place per EA .DO $ , B-2 2 Replace 8" Header Pipe with DR EA 18 C-900 PVC on Pump No. 1 and 2 ~~~ 00D aD 1t~ $ , complete in place per EA ~ _ : B-3 2 Replace 8" 90° Bend at Top of EA Vertical Discharge Pipe on Pump No. 1 and 2, complete in lac EA ~~ ODD. DC~ $ ( p e per D, B-4 2 .Replace 30 Hp Submersible. EA Pump, complete in place per EA ~~ODD~ ~ ~~/A ~,p ; pd $ "7"a: B-5 1 Clean and Coat Concrete Wet Well, LS complete in place per LS QD,DO $ ~ ~~~ pd B-6 2 Replace 8" Gate Valve with 8" EA Plug Valve in Valve Vault, ~ complete in place per EA DbD.au ...1 $ ~~~ab , b~ B-7 1 Replace 8" Check Valve in EA Valve Vault, complete in place EA 0(7 ~QQ(~ $ S D as C7O per ,~ . PROPOSAL FC Page 9 of LIFT STATION REHABILITATION 2009 - PEAKY PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA SAY LIFT STATION AND LAGUNA~SHORES LIFT STATION PROJECT NO. E09040 ATT1 CT7MMnDN I II III IV p BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY ~ UNIT PRICE IN FIGURES B-8 1 Replace Electrical Main LS Disconnect, complete in place per LS t O.f7f~. DD $~ p ©LY~. OD B-9 1 Replace Pump Control Panel, LS complete in place 'per LS o~ ~ !7 $ ZO: ppD • DO B-10 2 Replace 8" Through Wall Pipe and EA Coupling for Pump No. 1 and 2, l ~ comp ete in place per EA $ pD , a D B-11 1 Clean and Coat Ductile Iron LS Fittings in Valve Vault, complete in place per LS + OD $ "~ . ~~ j D a B-12 1 Install Discharge Pipe LS Horizontal Bracing, complete in place per LS ~+ ~~ $ ~ pp B-13 2 Replace Intermediate Guiderail EA Support Bracket, complete in t ~~ place per EA + $ 2~OD~,~j~ B-14 2 EA Replace 3" Guide Rails, complete in lace er EA ~ v b 8 p p ~ $ .~~a,a B-15' 1 Bypass Piping and Pumping, LS complete in place per LS 1,.~ $ :ZS,000 , D~ SUB-TOTAL BASE BID PART B $ ~ q~ _ 0~0 (Items B-1 - B-15) I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT- DESCRIPTION IN FIGURES (QTy & UNIT PRICE IN FIGURES] C. MOllIFICATIONS/REHABILITATION FOR WILLLAMS LIFT STATION (BASE BID) C-1 4 Replace 16" Plug Valve on EA Suction Side of Main Pumps No. 1 through 4, complete in place per EA , Od $~rO~Q ,Q(~ PROPOSAL FO Page 5 of LIFT STATION REHABILITATION 2009 - PERRY PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. E09040 Bin svrayARY I II III Iv ~ V BID QTY ~ UNIT PRICE HID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY ~ UNIT PRICE IN FIGURES) C-2 4 Replace 14" Plug Valve on. EA Discharge Side of Main Pumps No. 1 through 4, complete in sDDD~ as $ ?..D, Oy0 • D L~ place per EA -. C-3 4 Replace 14" Check Valve on EA Discharge Side of Main Pumps No. 1 through 4, complete in ~ OD $ 32. Do0 . 0 ~ place per EA C-4 1 Replace Dry Pit Jockey Pump, LS complete in place per LS • ~~ $ O ©D®• d~ C-5 1 Replace Surge Relief Valve LS System on Pipe Manifold, complete in place per LS 0 ~ • db $ 0 $ llD , OD C-6 4 Replace Grate Ledge Around • EA Main Pumps No. 1 through 4, 2 0~ ~D 00 $ $ Dd0 complete in place per EA ! . C-7 1 Replace 12" Gate Valve with EA 12" Plug Valve, complete in place per EA $ b •Q~ SUB-TOTAL, BASE BID PART C $_~~~~ DOD (Items C-1 - C-7) I II .III IV V BID QTY ~ UNIT PRICE BID ITEM EXTENSION ITEM UNIT .DESCRIPTION IN FIGURES (QTY ~ UNIT PRICE IN FIGURES) D. MODIFICATIONS/REHABILITATION FOR WOOLDRIDGE LIFT STATION (BASE BID) D-1 3 Replace 16" Plug Valve on EA Suction Side of Main Pumps No. 1 through 3, complete in place per EA $ D-2 3 Replace 14" Plug Valve on r,A Discharge Side of Main Pumps No. 1 through 3, complete in l EA y, $ ~5, ADD . D~ p ace per PROPOSAL FO] Page 6 of LIFT STATION REHABILITATION 2009 - PEAKY PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. E09040 BID SUNIlvtp,RY I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT ?RICE IN FIGURES) D-3 3 Replace 14" Check Valve on EA Discharge Side of Main Pumps No. 1 through 3, complete in 7 ODD•00 ODD.OD $ Z-~ place per EA ~ ~ D-9 1 Replace Stand on Jockey Pump, LS complete in place per LS ~ d .OD $ ' ODD , DD D-5 3 Replace Grate Ledge Around EA Main Pumps No. 1 through 3, complete in place per EA D~ OD $ dD . DD . SUB-TOTAL BASE BID PART D $ ~p (~~~ (Items D-1 - D-5) `-T II III IV V BID QTX ~ UNIT .PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTy ~ UNIT PRICE IN FIGt7RESJ E. MODIFICATIONS/REHABILITATION FOR COQUINA BAY LIFT STATION (BASE BID) E-1 2 Replace Pump Base, complete in EA place per EA S 00 , 0 O E-2 2 Install New 20 Hp Submersible FA Pump, complete in place per EA ~ DD $ ~~ ~ ®, ~D E-3 2 Replace 3" Guide Rails, EA complete in place per EA D $ $ ~7p . DD " ~ S Q~ ~ E-4 2 Replace 8 Vertical Discharge • EA Pipe, complete in place per EA ~b.DU ee $ ~/QF E-5 2 EA Replace 8" 90° Bend, complete i Da a D DD ,r~ Dd n place per EA _ . $ 7j Db~ • E-6 2 Replace 8" Horiz. Piping and ~ ~~0 ~ EA Provide New Coupling, complete • OD • _ ``''tt-- "" in place per EA $ ~i~ E-~ Install New Discl-iarge Pipe LS Horizontal Bracing, complete a~~ .0(7 $ ~~~D• jxj in place per LS PROPOSAL FO Page 7 of LIFT STATION REHABILITATION 2009 - PERRY PLACE LIFT STATION, CLARKWOOD SOUTH LIFT STATION, WTLLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. E09040 BrD sv~Ry I II III IV p BID QTY ~ UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTy & UNIT PRICE IN FIGURES) E-8 2 Replace Intermediate Guiderail EA Support Bracket, complete in Sid •DU doo • ob $ t place per EA ~ E-9 1 Coat Exposed Concrete at LS Ceiling of Wet Well, complete in place per. LS m~ • bD $~, bbrp • D a E-10 1 Replace Electrical Main LS Disconnect, complete in place per LS 0'~, n(n • aD ~~~ $'LU , O D E-11 1 Replace Pump Control Panel, LS complete in place per LS O $ ~O ~• a E-12 1 Install New 7' High Chainlink LS Perimeter Fence, complete in place per LS $ ~ . ~~ E-13 1 Bypass Piping and Pumping, LS complete in place per LS. ~ • dD $ B$ ; Dom. Qj) SUB-TOTAL BASE BID PART E $_~ ~O/V~ , -- (Items E-1 - E-13) I IS III nT y BID QTY b UNIT PRICE. BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY ~ UNIT. PRICE IN FIGURES) F. MODIFICATIONS/REHABILITATION FOR LAGUNA SHORES LIFT STATION (BASE BID) F-1 4 Replace 10" Plug Valve on EA Discharge Piping on Pump No. 1 through 4, complete in place E ~~ ~v 1~ ~- p DD per A . ~pp . $ F-2 4 Replace 10" Check Valve on EA Discharge Piping on Pump No. 1 h 4, complete in place o .pd $ -~ ppb • O (~- per EA F-•3 4 Replace 10" Header Pipe on EA Pump No. 1 through 4, complete i +'T OD -1 n place per EA $' (off p(~, (~j PROPOSAL FOF Page 8 of 1 LIFT STATION REHABILITATION 2009 - PERRY PLACE LIFT STATION, CLARpCWOOD SOUTH LIFT STATION, AILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND I,AGUNA SHORES LIFT STATION PROJECT NO. E09040 BID StlN1QNIlARY I II III IY V BID QTY ~ UNIT PRICE BID ITEM EXTENSION ITEM. UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) F-4 4 Replace 10" 90° Bends on Pump EA No. 1 through 4, complete in 0~b .Ob a ODD•bb $ ~ place per EA ~ ~ F-5 4 Replace Pump Base, complete in EA place per EA ~ 3 DOb ~ D7~ $ I pbD ' D ~ F-6 4 Replace Through Wall Pipe on EA Pump No. 1 through 4, complete .DD $ g UDC DD in place per EA ~ F-7 4 Replace 3" Pump Guide Rails on EA Pump No. 1 through 4, complete i D DD pb0 . bD $ i t n place per EA . o F-8 4 Reconnect Pump Guide Rails EA with New Brackets for Pump No. 1 through 4, complete in place ~ ~bD /~ Dd~ ~ D $ "~ per EA ~ F-9 1 Clean and Coat Concrete Wet ~~ b bD ~ ~ LS Well, complete in place per LS ~ J $ ~, ppfl ~ Q F-10 1 Remove Non-Functioning LS Pressure Relief Valve, ~~,,••~,,,~ 'Qb $ ~fl complete in place per LS ;~vu. J F-11 2 Replace 47 Hp Submersible EA Pump, complete in place per EA ~q~~,~ $ 5D .O F-12 2 Refurbish Existing 47 Hp EA Submersible Pump, complete in ~ D71 S ~ ~~~ place per EA . F-13 1 Install Discharge Pipe EA Horizontal Bracing, complete ,,~~ ~ ~ ~ in place per EA -~1 ~ $ D .. F-14 9 Replace Intermediate Guiderail EA Support Bracket, complete in OD St7~ Q~ ~ place per EA • $ p • F-15 1 Remove Non-Functioning LS Pressure Relief Valve and Install Nipple and-Ball Valve, l i rrj(~~pD ~ $ 5 OD, comp ete n placs per LS PROPOSAL FO1 Page 9 of LIFT STATION REHABILITATION 2009.- PERRY PLACE LIFT STATION, CLARKWOOD SOIITH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRSDGE LIFT STATION, COQUINA BAY LIFT STATION AND LACUNA SHORES LIFT STATION PROJECT NO. E09040 SID SUl~ RY I . II III IV V BID QTY ~ UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY ~ UNIT PRICE IN FIGURES) F-16 1 Clean and Coat All Exposed LS Ductile Iron Pipe and Fittings in Valve Vault, complete in. 617 b ' ~ $ ~-'6B6 place per LS ~ F-17 1 Bypass Piping and Pumping, LS complete in place per LS d D. W $~j~ Qp~ 06 SUB-TOTAL BASE BID PART F $ ~ `~i , ~~~ (Items F-1 - F-17) I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY & UNIT PRICE IN FIGURES) G. ALLOWANCES (BASE BID) G-1 1 Utility Allowance (Mandatory LS Allowance), complete in place per LS $40,000 $40,000.00_ G-2 1 Force Main Dewatering LS Allowance (Mandatory Allowance}, complete in place $10,000 $10,000.00 per LS SUB-TOTAL BASE BID PART G $ 50,.000.00 (Items G-1 - G-2) PROPOSAL FOP Page 10 of I LIFT STATION REHABILITATION 2009 - PERRY PLACE LIFT STATION, CLARRWOOD SOUTH LIFT STATION, WILLIAMS LIFT STATION, WOOLDRIDGE LIFT STATION, COQUINA BAY LIFT STATION AND LAGUNA SHORES LIFT STATION PROJECT NO. E09040 BID SUNfl~lARY BID SUNIl~lARY SASE BID PAP.T A (Items A-1 - A-12) BASE BID PART B (Items B-1 - B-15) BASE BID PART C (Items C-1 - C-7) BASE BID PART D (Items D-1 - D-5) BASE BID PART E (Items E-1 - E-13) BASE BID PART F (Items F-1 - F-17) BASE BID PART G (Items G-1 - G-2) S 119~.00~ S -q~,r~oo S ~ ~-k3, oon S (..Q) ~ oo D S~-~~~~ l~f 3.aao Gote.. S 22z, ~ c~ a S ~ ~, .Dbb TOTAL BASE BID S q~/, Odd'C/~t~... NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead profit, insurance, etc., to cover the finished work of the several kinds called for and the Owne reserves the right to increase or decrease the quantity of any bid item. The above quantitie are approximate, include an additional 5% in some cases, and may vary from the final quantities Do not order material based on these approximate quantities. PROPOSAL FOR Page I1 of i. The undersigned hereby declares that he tas visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10} calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this cont=act and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5~ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, withir. five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 150 Calendar Days from the date designated by a Work Order. Completion shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather. Service at the Power Street Storm Water Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This yroject is essentially a construction contract for a period of 150 Calendar Days, as detailed elsewhere in the contract documents. After Contract Award and pre-construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from-the Director of Engineering Services or designee {"City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in - -- the Contract for completion. of the work or after such time period as extended pursuant to other provisions of this Contract, $300 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer} may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the monthly pay estimate. PROPOSAL FORM PAGE 12 OF 15 The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and t,~e requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number}: Respectfully submitted: /~(~h[~ Name: `~sS. ~1 ~~ l AJ~I11~ By: (SEAL - IF BIDDER IS a %orporation) P_ddress: Telephone NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) PROPOSAL FORM PAGE 13 OF 15 ~: ~~ • ~ - - ~ °F Executed in Four Original Counterparts E, %e Bond No.sb001000325 ` P E R F O R M A N C E B O N D ~i _., .... STATE OF TEXAS $ I~iOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT J.S. Har®n Company of MCMINN County, Tennessee, hereinafter called "Principal", and Ullico Casualty Company , a corporation organized under the laws of the State of Delaware , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of NINE HUNDRED EIGHTY-ONE THOUSAND AND NO/100($981,000.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well .and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: TAE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 23RD of FEBRUARY 20 10 a copy of which is hereto attached and made a part hereof, for the construction of: LIFT STATION REHABILITATION 2009: PEAKY PLACE; CLARKWOOD SOUTH; WILLIAMS; WOOLDRIDGE; COQUINA BAY AND LAGUNA SHORES PROJECT NO. E09040 (TOTAL BASE BID: $981,000.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and cantract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety • herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of -which shall be deemed an original, this the 2nd day of March 2010 PRINCIPAL J.S. Haren Company G' J.S. Haren, President (Print Name & Title) SURETY Ullico Casualty Company 1625 Eye Street NW,Washin n, DC 20006 Attorne -in-f t = ~~ Jeremy Crawford -, ~;";-.. . (Print Name) - '~' -Resident Agent of the. Surety in Nueces County, Texas, for delivery -of ..notice and service of process is Agency: Contact Person: Address: Phone Number: Snelling Professional Services Gina Tyler 5350 S. Staples, Ste. 110 Corpus Christi, TX 78411 (361) 906-1213 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 int Name & Title) ~ -., •- - Executed in Frour Original Counterparts ;~~ ~ Bond No. sb001000325 •.., PAYMEN T BOND _ _ .~ d~ ~ ~ 9 ~~ STATE OF ~ TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT J.S. Haren Company of MCMINN County, Tennessee, hereinafter called "Principal", and Ullico Casualty Company , a corporation organized under the laws of the State of Delaware , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of NINE HUNDRED EIGHTY-ONE THOUSAND AND NO/100($981,000.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus - Christi, dated the 2_ 3RD day FEBRUARY 20 10 a copy of which is hereto attached and made a part hereof, for the construction of: LIFT STATION REHABILITATION 2009: PEAKY PLACE; CLARKWOOD SOUTH; WILLIAMS; WOOLDRIDGE; COQUINA BAY AND LAGUNA SHORES PROJECT NO. E09040 (TOTAL BASE BID: $981,000.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be .delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 2nd day of March 20 10 PRINCIPAL J.S. Haren Company Sy: /y% J.S. Haren, President (Print Name & Title} SURETY Ullico Casualty Company 1625E e Street NW, Washin on, DC 20006 ,' ~ ,. __ - -. , .. ~s Attorne in- ct Jeremy C ford _ (Print Name) ;.~`s'@ Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process_iss Agency: Snelling Professional Services Contact Person: Gina Tyler Address: 5350 S. Staples, Ste. 110 Corpus Christi, TX 78411 Phone Number: (361)906-1213 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 2942 ~r`R.J ULLICO Casualty Company 1625 Eye Street, N.W. Washington D.C. 20006 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That ULLICO CASUALTY COMPANY (the Company), a corporation organized and existing under the laws of the State of Delaware, does hereby constitute and appoint: Michael Williams, Jeremy Crawford, William J. Nemec and Andrea J. Michael of C*C*I Surety, Inc., a Minnesota Corporation, Its true and lawful Attorney (s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $4,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Boazd of Directors of ULLICO Casualty Company at a meeting duly called the 15th day of July, 2009. RESOLVED: That the Boazd of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF ULLICO CASUALTY COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized office this ~ day of ~ ArCI^ 20 t C+ ~,~~~yk1 tiFl~p~~/ ,•~,~,~''•;,4~1Y/F~'jlS r`f~~/i~l ~ tti1~~~`xx~~ SIDENT Daniel Aronowitz President ULLICO Casualty Company, a Delawaze Corporation. On this a~ day of 20 before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the ULLICO CASUALTY COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. ,- IVafary Public CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE I, Teresa E. Valentine, Senior Vice President, General Counsel and Secretary of ULLICO Casualty Company, do herby certify that the foregoing resolution of the Boazd of Directors and this Power of Attorney issued pursuant thereto on this 16th day of July 2009 aze tme and correct and aze still in full force and effect. I do further certify that that Daniel Aronowitz, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of ULLICO Casualty Company, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 16`" day of July 2009. ~~" 1~E---G ~_~ Teresa E. Valentine Senior Vice President, General Counsel & Secretary ULLICO Casualty Company Acknowledgment of Surety State of Minnesota County of Hennepin On this 2nd day of March, 2010 before me personally appeared Jeremy Crawford who acknowledged that he or she is the attorney in fact who is authorized to sign on behalf of Ullico Casualty Company (surety company), the foregoing instrument, and he thereupon duly acknowledged to me that he executed the same. a,gna 8r+r ~~ MICHELLE ANN FERN ,. :~ Notary Public-Minnesota `~~:r:;:'~"o My Commission Expires Jan 31, 2015 l Notary Public ~-'~ SUPPLdER NUMBER TO BE ASSIGNED BY ICTTY PURCHASING DIVISION w~.,. City of CITY OF CORPUS CHRISTI ch°~nsn DISCLOSURE OF Il`~TTEREST City of Corpus Christi-Ordinance 17112, as amended, requires all persons or firms seeking to do business with the Clty to provide the following information. Every question must be answered. If the question is not applicable, ,answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: ~ ,.~, ~t ~ ~( P. O. BOX: ~ ~~ ~~~ v STREET ADDRESS: ~l'1~ [-~;qh~~, ~ ~ ~, . CITY: A~~~~ ~ ZIP: ~~' FIRM IS: 1. Corporation [~ 2. Partnership 8 3. Sole Owner ^ 4. Association ^ 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this p• a or attach separate sheet. 1. State the names of each "employee" of the Cify of Corpus C~risti having an "ownership interest" constituting 3% or more of the ownership in the alcove named "firm." Name Job Title and City Department (if known) ll 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest". constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant PRGPOSA:, FORM PACE 14 OF 15 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)J CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be p;~omptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: ~k ~. ~~~~~ Title: P~~t~~~ (Type or Print) Signature of Certifying - c~°L~~ Date: ~ 'n ~ ~ ' Person:. ~ ttd DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the foam of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership o: trust, and entities which for purposes of taxation are treated asnon-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, - Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest " Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or fain, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PROFOSAL FORM PAGE 15 OF 15 .~.~., CERTIFICATE OF LIABILIT Y' INSURANCE DATEpIWDDIYYYY) 3 4 2010 PRODUCER {665) 691-4847 >&'AX: {865) 694-4847 TIS Insurance Services Inc. Suits 100 1900 Winston Road THIS CERTIFICATE IS ISSUED A$ A MATTER ~ INFORMAATN3N ONLY AND CONFBiB NO RIGHTS UPON THE CP.RTIFICATE HOLDER. TINS CERTIFICATE DOE8 NOT AM1~ID, EXTEND OR ALTER THE COVERAGE AFFORD>D BY TIME POLICIES BELOW. , P.O. Box 10328 KTxoxville TN 37939-0328 INSURERS AFFORDN~IG COVERAGE NAIC S INSURED BisRlRER A 17AiOn InBUranCQ CoID EtII S . Harm Company J wsuRER e: Coatinental Westitrsa Ins . . O. Box 450 P wsuRER c: Am~erioan Interstate Ins . . 123 Washiagton Avenue 498URER D: Athens TN 37371-0450 INBURERE: THE POLICIES OF WSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATEp. NOTYWTHSTANDINGRNY REQUIREMENT, TERRA OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH ThIN CERTIFICATE MAY SE 188UED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCItIBEO HEREIN IS SUBJECT TD ALL THE TERMS, EXCLUSIONS AND CONDITK)NS OF SUCH POLICIES 6r8R TYPEOFBISU E POLlCYNUMBFR ~ TAE P0~ ~ ~~ GENWtALUABBJTY ~ S 1,000,000 X ICY COMMERCUIL GENERAL LU18Y ELATED : 300 + 000 A . CLAIMS MADE ~ OCCIHt CPA 4344222-iD 4/6/2009 4/6/2010 s 50,000 X Incl X C U Intl Pram Cpst Broad 8orm / a s ,000,000 X , , Contractual Liab Property Damage; xndep S 2,000,000 . GEN'L AGGREGATE LIMB APPLIES PER: Coatzactos S 2 , 000 , 000 X AUT OMOBILE LUIBRJTY COMIBINEO BINGLE LIMB S 1 r b00 r OOO X UTO ~~~~ l A X ANYA ALLONMEOAUTOS SCHEDLILEDAUTOS CPA d344222-10 4/6/2009 4/6/2010 ~ B001LYW-AIRY I~Pkaen) S X HIRED AUTOS BODILY IN.IURY $ X TOS (Per aeelderu) NON-0WNEQAU PROPERTY DAMAGE S (PerseddaN) GARaGELU1BILffY Y-EAACCID NT S NYAUro OTHERTMAN c s a AUTO ONLY: AGG S EXCES5IUMBRELLA LIABILITY s 3, 000, 000 CUR ~ CLAIMSMADE 3, 000, 000 OC f 8 DEDUCTIBLE COA 4344223-10 4/8/2009 4/6/200 S X N 16,000 ,/ C NIORR6ISCO1IIPENBATIOKAND Owner Included X A O '~~ sob,ooo `~-' ANY PROPRIETORR+ARTI4:RlEXECUTNE OFFICERMEMBEREXCLUDEDT AVWCTNiS510320D9 10/1/2009 10/1/2010 E~ E- a MPLOYE i 500,000 II , dasodba ender / I a 500 000 p, OTHER Installation Floater -Completed Valu® CPA 4344222-10 "A11 Riek" Subject to~ Policy >~Sxclusions 4/06/2009 4/06/2/0'0 V Per Jobsite $1,000,000 Per ooaarrance S1, 000, 00 aeKhsetible $5, 000 DESCRIPTION ~ OFERATIONSROCATI~&VEFDaE81EtOLUBl0N8 ADDED BY ENOOIISBIENTfSPECW. PAWISIONS Yro9eot: N809040 Lift Station Rehab; Peary Plac®, Clarlewood So.; Williams: Aooldr3dge; Coquias Bay; Laguna Shores; The City of Corpus Christi is named no additional insured Doti sli general liability (GL) and all automobile liability (AL) Policies. ~ / ...r.,~.......,.~ .,....,te ceacrt_~eT9e*t ..«.~ ~~,..., , ,...,,r...... SNOULO ANY OF THE ABOVE GESCRIBl~ POLICIES EE CANCELLED BEFORE THE City of Corpu3 ChriStl EI~IRAjIDN OATS THEREOF, THE ISSUING INSURER ViIS.L ENDEAVOR TO MAIL y Engineering Services PAYS WIaTIEN NOTCE TO THE CERTIFICATE NOLOER NNYIED TD Tf1E LEFT, BUT 3O Attn: Contract Administrator FAIWRE TO DO SO SIIALI. IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIPN7 UPON THE P.O. Box 9277 ' ITgA~ORREPRESENfKBVEB. tX 78469 Corpus Christi, AUTHOR>~ AEPREBENTATNE /BEC EN ~G k ~~ ~'~ es H . d Bunny Oa - ACORD 26{200'1108) ®AGVRIJ avnrVRA I IVq ~aao Pape 1 Df 2 INS026(o108)oee IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such en~rsement(s) , if 5USROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certfcate holder in lieu of such endorsement{s} . DISCLAIMER The Gertificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative ar producer, and the certificate holder, nor does it atfimnativefy or negatively amend, extend or after the coverage afforded try the policies listed thereon ACORD 26 (2007108) Fape2 oil tNS025tmae).oa. insured: J.S. Haven Company Policy No. CPA 4344222-10 !! Poilcy Period: M06/2009-2010 CG 20 97 07 04 ~ZS E1~7DORSEMENT CSt1t9GE8 ~ PCLICY . P1+EASS READ IT i.AREE'iTLLY. ADDTTIaNAI. TN6IJRED - O)ioNERS LESSEES OR CONTRACTORS - CQt48LS',L'SD 6PERATIONS 7hi endorsement modifies insurance provided under the following: ~COMI3ERCIAL C-ENERAL LiA.BILITY COVERAC,£ PART SCHEDQLE Name of Additional Isssured Peraon(s} es orgaaisatients}: City of Corpus Christi Engineering Services Attn: Contract Administrator P.O. Box 9277 J Corpus Christi, TX 78469 Location And Daect:iption of Complet@d Opezati~s Where required uy written contrail, (3ty of Corpus Christi, Engineering Services, P.O. Box 9277 Corpas Christi, 77C 78469 is additional insured under this Corm only Eor "your work" completed i~ween the effective dat to the expiration date of this polity . Sectios+ II -- Hbo Is An Zaanred is amended to include as an additional insured the person(s) oz organisation(s) shoxn in the Schedule, but only with respect to liability fox "bodily injuryy" or "property damage" caused, in rho a or in part, by 'your mss):" at the location designated and destribed in the schedule of this endorsement pezformed foz that additional insured and included in the "products-completed opesations hazard". ~ 30 37 Q7 49 I50 rcoxsties, Its. i4D9 sego ~ Psured: J. S. Haren Campany~ ollcy No CPA 4344222-10 Policy Period: 4!06/2009-2010 COMMERCIAL. GENERA!. W4BtLiTY CL CG 04431! 06 THIS ENDORSEIIlE:N7 CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S GENERAL LtA61LITY ADVANTAGE ENDORSEMENT This endorsement madffies ir~uranoe provMed under fie fc'owing: COMMERCGIL CeENERAL LtAL91l.iTY COVERAGE PART SUMMARY OF QOVfRAGE DCTETISIONS Paragraph f1o. Name Of 13tberrsLon Umit ar Inatwlad A. MisoBllaneous AddfHonal insureds - d ntjo ~ . p ~r~ ~ ~r~1. tncludled B. Aggr~ate LImBs Df Instearroe For Corr96ruatJon ProJecis: 1. ~Cons6vCbon Protect Aggregate Lirt~ {Away From Egtrat to GBnerai Agprogete L7mit 2. Cap For Afi Damages Prom AU Ongoing Constmdlon Projer;h x,000.000 C. Expar6ad ~ Irdanded Ir~uy Or Damage included D Jolt Var>slura lPp! L'rnitad Llatlil6y Company Coverage included E. WtowrbdgeOFC>e~enoe Included F. Leget LiatrNy - Daman 7'o Ptem(ses Renhd To You {Fire, UgMntng, F.xplasion. or Leakage From Auhorrratic FUe Prohc~a Systems) ~ G. Medieaf Payments $10,000 H. Mol31e C-~utpmerd Redefined Included i ~ y Formed ~' Acquired OrgaNretiorur - Extended Period Of Cover- ~~~ J. Nort•Owrrod WataroraR {lnQeeeed m maximum hngth ofj 6i feat K. SupphnreMay Payments - Incre~ed Um~ 9, 8cll Bonds 52.50D 2. Loss Of Earn6rgs S1*000 L. Unhdentbnsl Omission !n Disclosure Incdudett M Waiver Of Su6mgalion inc&rded The above h a summary ordy. Phase consult the specific provlstons Ilrat topow for oomphte irdommtbn an ttre exiot~rrs piovlded. K theca h a eonflirt betaieen this summary and the endorsement povhtons tfrat iofiow the endorsamarrt proWstona she!! prevafi. q. CG Q4 431106 Includes oc>pyrightsd materit4 of Insurance Services Office, Ina.. Pago 1 of 8 w6h fis permission The provisions Of the Comrrerc~al General Liabili[y Coverage Part apply except as otherwise provided in this anda~eemerrt. Tfds endorsement apptfes only iF such Coverage Part is Inop~ded in this poky. a MISCBJ.ANEt~tJS Aoul7TQNAL INSUIi~us WHO Is iw NSURED (s.ctiorr 11j is amendedbo inobrde as an insured any person or or~nizatlon (~~ m~~~ ~ when you and such person or organi~aUon have agreed in wrNing M a oertrad or agreement that such pereon of argan[aetiion be added ~ an addi- tional insured ~ yow po~ay, Provided that: 1. The wrdten contract or written agreement ~: (a) crurer~y M effect ar beoonung effective during the berm of this poUajr and (b) tugy exegried by you and the addEonal insured prior m the 'txxlily rryur~r', "prop- erty damage'. or 'personal and advertte- ing MlmY• 2. The inenranoe afforded by his provision does not apply th any person or organization in- cMded as an addMlomal Neared by a separate endorsement issued by ~ and made a part of this policy or coverage part. 3. Only the fobwing persons or organbatbns are eddNioned insrreds under this provision, with coverage for such additional instreds amlted as provided herein: a. Managers or Lessors of Prerrrlaes A manager or lessor of premises but only vuplt respect b liability arising out of the ownerstrip. mabdenance or use of that part of the prenrMes I b you and subled b the following additiorret exclu- sbns: This Msuranoe does not apply to: (1) Any "oocur+enoe" which takes place alter you cease ib be a tensM in that prendses. (2) 3trudural al6erations• new oons4vo- tbn or demotffbn operations per- formed by or on behalf of such addi- tionat insun3d. b. Lessor Of Equipment ~ leaeeegrdpmert 3uoh pperson a or- ganiza~tton is em insured only wOh reaped to ilab~y- for "bodily inlay', "properly damage" or "persona! and edvertlsing in- jury" Mused. in whole or M pert, by your ma&oe• operation ar use of equip ment leased to you by such person or cx ~. A personas or organimtian's status as an addltlortei insured under this endorse- m~t e~ when they contract or agree- ment with you for such leased equipment ends. This heKranoe does not apply b any "co- crarerroe" which takes place after the equtpmentlearee expires. c. Corrtro6ing Interest Any Parser(s) or orgemiretion(s) with a cordroling Irrterest in the Nomad insured, but only with rasped bo their IfabiN[y Brio- ing out of 1. Their Bnancfai control of the Named !assured; or 2. Prantaee they own, rrteiMtain or con- trol while the Named krsured leases or ocarpies these premises. This irawance does not apply th strvo- furs! alteratlons. new oonebudior- and demaNtion operations Performed by or fe~ such addtiioned insured. \ d. tiwrprs Or Conlracbars For Whom Yoe Are Psrifarming Ongoing Operations 1. Any person a argarr~n for whom you are pertorrtang operations but ony with respect bo iabNly for "bodi~r sons! ~ adverOsing ~. to whole or to pert, by. a. Your ads or omissions; cr b. Ths ads or omissions of those acting on your behalF, in the performance of your or>9aing operations for the addkiorrai assured. A person's or orgeu>izatter's status as an addtiiorrat insured under this pro- vision ends when your operations for that additieral insured ere oomplebed. CL CG 1!4431106 Includes copyrighted material of insurance Services Office. Inc., Page 2 of 8 with its permission x. Wk1t respect to the insurance af- iordsd ththese addifionat insureds, the following a~it~rrai exduslons apply, This insurance does r%t apply to: a "godly injury, "property damage" Or "personal and advertising in~ jury' ariskrg out of ttre renderMg of, or the fa~ttfe b render, any ~o6easionai archfierdrs'el. engi• nearing or surveying services, kt- duding: (1} The preparhg, approving, or tD prepare or approve, maps, shop cgs, opirr torts, reports, swvsys, field orders, d-ange oMers or drawings and spedticatiorrs; or (2} Super+risory, inspection, ar- ch~turai or engineering ao- tivities. b. "t~diy krjury or "property dam- . age" ocaming after. (1) A~ work, inducting materiels, parts or equfpnrent firnkhed in oonneotion with such work, an the project (other than sen+loe, maintenance or re- pa6's) b be performed by or on behalF of the addtilona! in- sureds) at the kxaEion of the covered operations has been oomp~ted; or (2} That portion of "your work" out of wMch the injury or damage arises has been put to tis irdended use by any person or organtzatlon other than another oonerador a suboadfaoior engaged kn performing operations for a prindpaf as a part of tt,e same project: With rasped to ooverege provided by this provi- sion A 1Nisoellarwourf Addltiatial Insureds, the folbwlr-g addtlorral provfsbns also appy: (1) Any iri$tranoe provided b an additional in• surad des~rreted under paragraphs A$.a through A.3.d above does not apply: (bj to "body injury'. 'properly damage' or 'personal and advertising ir~ury' arising out of the sole negllgeutc:e of such addi• tfonal insured. {2) Paragraph 4.b. of Soctbn 1V - Canrrrerciat General L.labMity Cor~Ntoae Is deleted and replaced with the folbwfig: b. Excess insurancere Thts insurance is excess over: 1. Any of the other instaance, vYheOrer pfiril8ry, excess, oonihpent or on any other beds that k av~labte bo the add3fonal insured unbas you and the edditiotral insured have apeoMoady agreed hr wrtiing that thts irrarrartas bs prkrrrery. Then we w11 ireert any other irlarxanoe nreirrteined by the additional barred for ~+Y a dam- age oov~ered by provision A. Misceb laneous A krerrrads, sac oeptsuch other ~ranos as noted in paragraph b.Z. below, as excess to this ~rarroe. If speaNtcaBy required by such written contract or wrttbsn egreemerrx, Nre wql trot seek oontrfbution tram ergr other Ifabil~y inatrance avai~6le b the ad- ditiorrel Insured for injury or damage ooveired by provisbn A MtscsNarra- ourr AddNloraN Irrsrnsrl~s, except for such other insureno as Haled in paragraph b.2. babes 2. Arty other prhnary IfabiAt)r tnsuranoe avafiable bD the addGonel insured for datrrages arising out of premises or ongdng operations for whidz such person or orgemizatton has been added as an addltionat tns<red by at fadtment of an erdorserriank When this ir>etr once k exaess, we will have no duty under 8eatian 1 - Coverags A i9odNy lerjtrry And Property Dauteyle ilabtllq/ or Cow eraps B Personal And Advartlsfng lnjur~- LiabNiity to defend the insured against any'su~' if any other Insurer has a duty ib defend fire insured ageirrst that "suit". d rro other insurer defends, we wit undertake tp do so, but we w>ti be erditied 1o the irrsrred's rigtrbs agakrst aH those other ~srsers. (a} To "bodly ht)ury or `property damage' When this insurance is excess over fiduded wlhin the "products-oompieted other inswance. we wNl per only our operetons haaerd"; or share of the amorr0 of the bas, if any, that exceeds the sum of. Cl. Ca 0443 71 06 inductee copyrighted material of insureno Services l7ffice, Inc., Pogo 3 of B with its permission TE 99 O4B `~ ADDITIONAL INSURED This endorsement modifies insurance provided under the following: _ /BIIS~88 IlD'1'II ~ FORM GflR71f.~ CGVSRlIBR FORM fiRDCSf3R8 L•CVBRA~ FORM This endorsement changes the policy effective on the inception date of the r.nl i .+v ne.l Daa nnntHer ~lnta i a i nAi rAtsA {tia7 !'f6-! Endorsement Effective Policy Number 03/03/10 CPA 4344222-10 Named Insured ry 3. S. Herren Company Counter geed by ~J941. iJVLi4iL4 AG~/L GAGiJ~+O ViYG, The provisions and exclusions that apply to LIASILITX COVERAGE also apply to this endorsement. City of Carpus Christi Dept. of Engineering Services d Attn: Ccntract Administrator P.O. Hai 9277 Corpus Christi, TX '78469-9277 (Enter Name and Address of Additional TnsurBd.) is an inserted, but only with respect to legal responsibility fox' acts ox omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured i.s not requi~ced to pay for any premiums stated in the policy or earned frwn the policy. Any returx: premium and any dividend, if apglicable, declared by us shall be paid tv you. You are authorized to act for the add3.tioaal iasvrad in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. Zf the cancellation is by us, we will give ten days notice to the additional insured. The additional ias~sred will retain any right of recovery as a claimant under this policy. FOldt TR 99 018 - ADOITIO~iAL INBIIRL~.D Texas Standard Atataanobile 8adorsement Prescribed Z6aroh 18, 1992 COMMERCIAL GBi+FERAL LIABILITY THIS ENDORSEMENT CETP.NGES THE POLICY - PLEASE READ IT CAREFULLY " TE~tAS CHANGES - AMfii~MENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: _,J COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQIICR LIABILITI~ COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODIICTSJCOMPL$TED OPERATIONS LIABILITY COVERAGE PART ..RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces ar restricts the insurance afforded by this Covexage Part, we agree to mail prior writtexizaotice of cancellation or material change to: Schedule 1, Name: SEE BELOW 2. Address: SEE BELOW 3. Number of d..ays advance notice: THIRTY (30~~ City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Chz'isti, TX 78969-9277 J. S. Haren Company Named Insured. Policy Number: CFA 4344222-10 Effective Date of This Endorsement: 03/03/10 Authorized Representative: l . /~ Name (Printed): Raymond L. Oakes, III Title (Painted); President Construction Aivision TE 02 UZA `~ CANCELLATION PROVISION OR COVERAGE .CHANGE This endorsement modifies iasnraaoe provided wader the folloMriag: -- HLTSI~iSBS ]LDTO COVERAOS Fpl~ [3AR~i1GS8 CCiI'811fi1gS FOTdi 'PA4CICIESS COVI~RA6E !~O]I'J[ This endorsement changes tlae policy effective on the ineaption date of the policy w7a whAs~. data 4Q S•ad3 n9 tad hs7 wor. Ersdorsemeat Effective Policy Number 03/03!10 CPA 4344222-10 Named znsured ~ ~ . -/ .J. 5. Haren Company Countersigned by / ~~LibiaVa ifc.i iwLricccai..a..s ~ cI / THIRTY j3a~ days before this policy is caace3led or materially changed to reduce or restrict coverage we will aiai3 z~.otice of the cancellation or change to: 5SS BBI,ON (Eater Name sad Address) ., it City of Corpus Christi Rapt, of Engineering Services Arta: Contract Administrator P.O. Box 9277 CarQus Christi, TX 78469-9277 Authorized Representative: Name iPriated) : R~ytnond L. Oakes, III Title (Priated)• President -Construction Division PORN T8 Ox D2A - GA19CaLLATIGQR PRO'IRSIOlt OR CoV8Ei1GS C6A1sit3E Texas Standard AntomoHile ]5ttdoraeme:at 8seseribed xove~es 1. 1987 t4ORRERS CO1~+ENSATTON AMID EMPLOYERS LIABILITY IN3IIRANCE POLICY NC 4Z 06 O1 TEICAS NOTICE OF M14TERIAL CHANGE SNnORSEMENT This endo=cement applies only to the insurance provided by the policy because Texas is shown in~itsm 3.A. of the Information Page. In the event of cancelation or other material change of the policy, ws will mail advance notice to the person or organization named iact the Schedule. The numbex of days advance notice is shown in the Schedule. Thin endorsement shall not apexate directly or indirectly to benefit anyone not named in the Schedule, Schedule Z. Number of days advance notice: 30 2. Notice will. be mailed to: City of Corpus Christi Department of Engineering Services Attnz Contract Administrator P.O. Sox 9277 Corpus Christi, TX T8459-9277 This eadoFaement changes the policy to which it is attached sad is effective on the date issued ual.esa othervrise stated. {The information below is required only whew this endorsement is issued subsequent to preparation of the policy.} Endorsement Effective 03/03/IO Policy No.AVWCTN1851032L~Q9~orsement No. 3 Insured J. S. Haren Company Insurance Company American Interstate Ins. ~c 42 a6 03 {8d. 7-84) J mium ~t~A/~l Cotuatexsigned Bar: [• 0~ Name (Prixtted): Raymond L. Oakes, III Title {printed)- president - Construction Division GENERAL ENDORSEMENT ' Name of person or organization insured J . s . Harm company Date dais endotsetnent takes effecE 03/fl3/ 1o Endorsetnpat Number 24 `~ PolicyNutnber CPA 4344122-10 / Policy Period U4/06/t}9-10 Builders' Risk f Installation Floater Name of Company issuing dais endorsement Union Insurance Com an (V1ie will not fell in the above unless vet issue this endoiamnmt a~ec we isstee Yom PolicY~ In consideration of no change in premium, add the following as an additional insured: City of Corpus Christi: Departeneut of Engineering 9ernices P.O. Box 927?; Attn: Contract Adtttini~tor Corpus Christi, TX'78459-9277 Should the about descra'bed policy be eancelled or materially changed. before the expiration date thereof, the issuing com~patiy will maa'l 3d days writtaa notice to the above named. J s $IgDatitrC: Authorized Agent KK.-GLflO