Loading...
HomeMy WebLinkAboutC2010-115 - 3/23/2010 - ApprovedJ. S. Haren Co. S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS 101,;i City of EC ti engineers I architects I contractors TBPE FIRM NO F -366 801 Navigation, Suite 300 Corpus Christi, Texas Phone: 361 -883 -1984 Fax: 361 - 883 -1986 FOR WASTEWATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -1800 Fax: 361,/826 -1715 • AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS. CHRISTI, TEXAS Phone: 361/826 -3500 Fax: 361/826 -3501 PROJECT NO: E09008 IDRAWING NO: STI, 179 .era -a.. WASTEWATER ...=7,0...... ,�E O F TF....4, I. or y:: * : ..... � ri . •RAMIRO MUNOZ III 100346 4 i I�1t ioNA4��G (D1- a'] -10 2010 -115 M2010 -056 03/23/10 (Revised 7/5/00) OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS PROJECT NO. E09008 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) . A -il Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A 13 Area ACCC3s and Traffic Control (NOT USED) A -14 Construction Equipment Spillage and Tracking A 15 Excavation and Removals (NOT USED) A -16 Disposal /Salvage of Materials A -17 Field Office A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A 21 Project Sign3 (NOT USED) • A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A 25 Sales Tax Exemption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A -27 Responsibility for Damage Claims A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A 35 City Water Faciliti -o Spccial Requirement° (NOT USED) A -36 Other Submittals (Revised 9/18/00) " (NOT USED) A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 Certificate of Gecupaney and Final Acceptance (NOT USED) (NOT USED) A 11 Ozone Advioory (NOT USED) A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) Table of Contents Page 1 of 2 A -45 As -Built Dimensions and Drawings (7/5/00) (NOT USED) (7/5/00) A 47 Prc Construction Exploratory Exca,,;otion3 (7/5/00) (NOT USED) A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Amended Prosecution and Progress A -51 Confined Space Entry Requirements A -52 Errors and Omissions A -53 Noise Control A -54 Dust Control A -55 Electronic Submittal of Bids ATTACHMENTS 1 - Electronic Bid PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONG (NOT USED) PART T - TECHNICAL SPECIFICATIONS Section 500 Section 03600 Section 05120 Section 05200 PART W - DRAWINGS LIST OF DRAWINGS Sheet 1 Sheet 2 Sheet 3 Sheet 4 Sheet 5 Sheet 6 Sheet 7 Sheet 8 Sheet 9 Sheet 10 Mobilization Grouts Structural Steel Miscellaneous Metals Cover Sheet General Notes, Legend & Estimated Quantities Site Plan Plan View - Existing West Aeration Basins Typical Section - West Plant - Existing Aeration Basins Typical Section - West Plant - Existing Catwalk Supports 1 of 2 Typical Section - West Plant - Existing Catwalk Supports 2 of 2 Single Column T- Support System 1 of 3 Single Column T- Support System 2 of 3 Single Column T- Support System 3 of 3 NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents Page 2 of 2 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS; Project No. E09008 consists of structural improvements for the support of the catwalk structures at the West Aeration Basins, Oso Water Reclamation Plant. Base Bid consists of furnishing and installing 47 steel single - column T- supports (W- 10x39); at the locations shown on the drawings and including any minor adjustments & field fitting necessary to accomplish the work in accordance with the plans, specifications, and contract documents. Bids will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, February 17, 2010 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 10:00 A.M., Wednesday, February 10, 2010 and will be conducted by the City. The location of the meeting will be the Engineering Services Main Conference Room, 3rd Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas. A site visit will follow. 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 no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($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 Engineering 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 all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 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 $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY - -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED 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 826 -3500. Page 2 of 2 NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES 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 or construction - -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 a self - 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 in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they 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 coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the 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 known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or- changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person 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: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period -shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificate's 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. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are - declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage 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 verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "certificate')- A copy of a certificate 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 §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable 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 aproject, 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 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. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall not& 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 verj coverage and report lack of coverage. 1 The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain 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 10 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 amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division ofSelf- 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 PART A - SPECIAL PROVISIONS OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS PROJECT NO. 809008 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 p.m., Wednesday, February 17, 2010. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS; PROJECT NO. E09008 Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and non- responsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non- responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre -bid meeting is scheduled for 10:00 A.M., Wednesday, February 10, 2010 and will be conducted by the City. The location of the meeting will be the Engineering Services Main Conference Room, 3rd Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas. A site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -i of the General Provisions will govern. A -3 Description of Project OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS; Project No. 809008 consists of structural improvements for the support of the catwalk structures at the West Aeration Basins, Oso Water Reclamation Plant. Base Bid consists of furnishing and installing 47 steel single - column T- supports (W- 10x39); at the locations shown on the drawings and including any minor adjustments & field fitting necessary to accomplish the work in accordance with the plans, specifications, and contract documents. A -4 Method of Award The bids will be evaluated based on the Total Base Bid, subject to the availability of funding. 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 12/15/04) Page 1 of 24 A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS; PROJECT NO. E09008; as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 240 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. 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, $500 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. 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 stage of the contract. A rain day is defined as any day in which the amount of rain measured 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. MONTH DAYS MONTH DAYS January 3 Days July 3 Days February 3 Days August 4 Days March 2 Days September 7 Days April 3 Days October 4 Days May 4 Days November 3 Days June 4 Days December 3 Days A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Section A - SP (Revised 12/15/04) Page 2 of 24 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. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Heavy Construction. In caoc of conflict, Contractor shall use higher wagc ratc. 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 hi-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 (l3) 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 an Sundays or holidays. (See Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) Section A - SP (Revised 12/15/04) Page 3 of 24 A -11 Cooperatic® 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 DIG TESS 1- 800 - 344 -8377, the Lone Star Notification Ccepany 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 Project Engineer LNV Engineering Dan S. Leyendecker, P.E. Ramiro Munoz, III, P.E. Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services AEP S B C City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) I<MC (Fiber Optic) Choicecom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 826 -3500 883 -1984 826 -3540 886 -2600 826 -1881 826 -1800 885 -6900 826 -1875 826 -3461 826 -1940 299 -4833 881 -2511 826 -3547 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 - 753 -4355 (826 -3140 after hours) (826 -3140 after hours) (885 -6900 after hours) (826 -3140 after hours) (826 -1970 after hours) (693 -9444 after hours) (1 -800- 824- 4424,after hours) (857 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888- 204 -1679) (Pager 850 -2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that Section A - SP (Revised 12/15/04) Page 4 of 24 may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control (NOT USED) sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause public. 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 document arc 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 shall be paid for by the appropriate bid item in the Proposal. 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. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals (NOT USED) be filled with "el an" dirt. "Clean" dirt i 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 arass. All existing concrete and asphalt within the limits of the Project must be sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation "; therefore, no el1Eeet payment will be made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken other unwanted material becomes the removed from the site by the Con considered subsidiary; therefore, Contractor. asphalt, concrete, broken culverts and property of the Contractor and must be tractor. The cost of all hauling is no direct payment will be made to Section A - SP (Revised 12/15/04) Page 5 of 24 A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on aummAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. 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, $500.00 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 to the Contractor the amount of liquidated damages due to the City from the monthly pay estimate. Days Allocation for Rain The contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service 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 Section A - SP (Revised 12/15/04) Page 6 of 24 Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. Certificate of Completion The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections /notes- Engineering Services to coordinate As -Built plan preparation with A/E Consultant). (2) Inspector prepares final quantities, contractor evaluation form, and project summary. (3) Inspector /Engineer verifies that all submittals, payrolls, Inspection Reports, As- Builts, O&M manuals (in electronic format as required), SCADA documentation, and other Field Information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final payment checklist: (a) Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project (d) If CDBC project, all fcdcral forma completed and aubmittcd (8) Final Acceptance Memorandum prepared by Administrative Assistant (9) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork (10) Administrative Asst. submits to director of Engineering Services /Operating Department Head for approval and forwarding to Asst. City Manager (11) Final Acceptance memo returned from Asst. City Manager (12) Authorization for payment (AFP) prepared and submitted to Accounting Department (13) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. (14) Administrative Asst. sends letter to Contractor informing him or her when one -year warranty date begins (Acceptance Memorandum). City acceptance of the project will be described in an Acceptance Memorandum to the Contractor. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. Section A - SP (Revised 12/15/04) Page 7 of 24 The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. proposed, for the purpooc of adjusting valvco and manholes at the completion of the Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and ve*fication of compliance with the Contract Documents, plane and specification. independent Registered Profcaaional Land Curvcy ( R.P.L.S.) licensed in the state of Tcxaa retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved ,Surveyor and certify compliance to any regulatory permits. Strccto: • Curb and gutter flow line both aide° of otrcct on a 200' interval; Wastewater: • All intcraccting lines in manholes; Water: • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permito). Stormwatcr: A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. Section A - SP (Revised 12/15/04) Page 8 of 24 A -21 Project Signs (NOT USED) following drawing°. (Attachment I) The, oigno muot be inotalled before conotruction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise 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 51.0W 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 51.0W 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). Section A - SP (Revised 12/15/04) Page 9 of 24 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% 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. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 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. 4. 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 Section A - SP (Revised 12/15/04) Page 10 of 24 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) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection. aftcr the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, whcn applicablc. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. A -24 Surety Bonds 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 reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (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 Exemption (NOT USED) Section B 6 22, Tax Exemption Provision, is deleted in its entirety and the Contracts for improvements to real property awarded by the City of. Corpus Christi do not qualify for exemptions of Cales, Excise, and Usc Taxes unless the Contractor elects to operate tinder a separated contract as defined by Section 3.291 of Chapter 3, Tax Administration of Title 34, Public Finance of Section A - SP (Revised 12/15/04) Page 11 of 24 7 thc Texas Administrative Code, er ouch othcr rules or regulations as may be promulgated by thc Comptroller of Public Accounts of Texas. If the Contractor elects to eperate under a separated contract, he shall. 1. Obtain thc necessary sales tax permits from thc State Comptroller. 2. Identify in thc appropriate space on the "Statement of Materials and Other Charges" in thc proposal form the cost of materials physi ally incorporated into the Projcct. 1. Provide thc City with copies of material invoices to substantiate the proposal value of materials. must pay for all Sales, Excise, and Use Taxes applicable to this Project. Subcontractors arc eligible for sales tax exemptions if the subcontractor also complies with the above requirements. The Contractor must issue a resale certificate to the subc ntractor and the subcontractor, in turn, issues a resale certificate to his supplier. 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: Section A - SP (Revised 12/15/04) Page 12 of 24 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 -11 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. Installation Floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Installation Floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: Section A - SP (Revised 12/15/04) Page 13 of 24 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: 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. b. 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. Section A - SP (Revised 12/15/04) Page 14 of 24 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. Documcntation as rcquircd by Special Provision A 35 K, if applicablc. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" 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 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. Section A - SP (Revised 12/15/04) Page 15 of 24 A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the 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. (NOT USED) Prior to performing work at any City water facility, the at a Visitor /Contractor Cafcty Orientation Program conducted by the City Water Department Personnel. A Visitor /Contractor Safety Orientation Program will be offered by authorized City Water Department personnel for those persons who do not have such a card, related to City water facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. C. Protection of Water Quality all times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water D. Conformity with ANSI /NSF Standard 61 All materials and equipment used in the repair, reassembly, CI /NCF) Standard Cl as described in the ,Standard Specifications. thread compounds, coatings, or hydraulic equipment. These items personnel immediately prior to usc. Section A - SP (Revised 12/15/04) Page 16 of 24 proof of ANSI /NCF Ctandard 61 approval fer all materials which could come into contact with potable water. All trash generated by the Contractor or his employees, subcontractors, m&wt be containcd at all times at facility site. Blowing trash will not be allowed. The shall keep werk areas clean at all times and remove dais agents, or the water Contractor all trash F. Contractor's personnel must w ar colored uniform overalls other than orange, blue, or white. Each employee uniform must providc company name and individual cmploycc idcntification. C. Contractor shall provide telephones for Contractor personnel. Plant tcicphonco arc not available for Cen-trae-tor ue-e. H. Working hours will be 7:00 A.M. to 5:00 r.M., Monday thru Friday. I. Contractor must not use any City facility restrooms. Contractor must provide own sanitary facilities. J. All Contractor vehicles must be parked at designated site, as designated by City Water Department staff. All Contractor vehicles must be clearly labeled with company name. No private employee vehicles are allowed at O. N. Stevens Water Treatment Plant. All personnel must be in company vehicles. During working hours, contractor employees must not leave the designated construction area nor wander through any buildings other than for required work or as directed by City Water Department personnel during emergency K. Contractor Qualifications SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) as determined by meeting the qualifieatiene 1 thru 9 below. This work includes, but is not limited to, modifications, additions, changes, selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in operation all hardware and /or software specified or required by these specifications. The Contractor or his subcontractor proposing to perform the SCADA 1. Iie is regularly engaged in the computer based monitoring and control system business, preferably as applied to the municipal water and wastewater industry. 2. He has performed work on systems of comparable size, type, and complexity as required in this Contract on at least three prior projects. herein for at least 5 years. Section A - SP (Revised 12/15/04) Page 17 of 24 4 . Systems Engineer, or an Electrical Engineer to supervise or perform thc work required by this specifications. 5. He employs personnel on this Project who have successfully se is eonf figuring and implementing thc -specific computers, RTUS's, and software proposed for thc Contract. 6. He maintains a permanent, fully staffed and equipped service facility within 100 miles of the Project site to maintain, repair, alibrate, and program the systems specified herein. 7. He shall furnish equipment which is thc product of one not practical, all equipment of a given type will be the product of one manufacturer. 8. Prior performance at the O. N. Stevens Water Treatment Plant will be used in evaluating which Contractor or subcontractor programs the new work for this Project. 9. The Contractor shall produce all filled out programming blocks required to show the programming ao needed and required, to add these two systems to the existing City CCADA system. Attached is an example of the required programming blocks which the City requires to be filled in and given to the City Engineer with all changes made during the programming phase. The attached sheet is an example and is not intended to show all of the required sheets. The Contractor will provide all programming blocks used. L. Trenching Requirements All trenching for this project at the O. N. Stevens Water Treatment shall be allowed on the project. A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. Section A - SP (Revised 12/15/04) Page 18 of 24 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. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. J. • 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" NOT USED Under "Cencral Provisions and Requirements for Municipal Construction Contracts ", B 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 thc Plan to C ntractor at thc prc 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 Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance (NOT USED) constitute final acceptance of the improvements under Cenral Provision B 8 4, Section A - SP (Revised 12/15/04) Page 19 of 24 A -40 Amendment to Section B -8 -6: Partial Estimates (NOT USED) Ccncral Provisions and Requirements for Municipal Censtr- uetion Contracts Section B 8 C: 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 worksitc unless the Contractor provides the City Engineer with A -41 Ozone Advisory NOT USED 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 the day will not be counted as a work day and the compensated at the unit price indicated in the proposal. A -42 OSHA Rules & Regulations Contractor will be It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, 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, material man, 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 material man. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. Section A - SP (Revised 12/15/04) Page 20 of 24 (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. (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. A -46 Disposal of Highly Chlorinated water (7/5/00) NOT USED The Contractor shall be responsible for thc disposal of water uocd for testing, disinfection and line flushing in an approved manncr. Contaminants in thc 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 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 for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) NOT USED Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipclincs which parallel and arc within ton feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said the accurate horizontal and vertical locations of said parallel pipelines at 300 feet maximum O.C. indicating the Owner of pipelines cx avatcd and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be paid for according to 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, Section A - SP (Revised 12/15/04) Page 21 of 24 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 CP &L and inform 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. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -ll 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 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 -51 Confined Space Entry Requirements Contractor will be required to comply with all OSHA regulations and guidelines as pertaining to identification and classification of confined spaces, and associated requirements for entry into these areas, including compliance with OSHA Regulation (Standard 29 CFR) Permit Required Confined Spaces 1910.146. All personnel entering confined spaces shall be properly trained and certified. At any time, upon demand, the Contractor shall supply the engineer with this certification information of any /all personnel who are doing confined space entry work. A -52 Errors and Omissions The Contractor shall carefully check these specifications and the contract drawings and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before the work to which they pertain is constructed and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correction any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor prior to construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of Section A - SP (Revised 12/15/04) Page 22 of 24 the Contractor. It is the intent of this Contract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for.. its intended use. A -53 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, the 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 occupants. A -54 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. A -55 Electronic Submittal of Bids The following paragraph modifies B -2 -7 Preparation of Proposal, of the General Provisions: "The bidder has the option of submitting a computer - generated print -out, in lieu of, the Proposal (SHEET 3), INCLUSIVE. The print -out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheet 3. If the Contractor chooses to submit a print -out, the print -out shall be accompanied by properly completed proposal pages 1, 2, 4, 5, and 6. A sample print -out is shown in Attachment 1. In addition, the print -out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices and no other Information from print -out. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as Its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print -out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) (Title) (Date) Section A - SP (Revised 12/15/04) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT: OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENT$; PROJECT NO. E09008 OWNER: CITY OF CORPUS CHRISTI ENGINEER: LNV ENGINEERING, RAMIRO MUNOZ, III, P.E. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 24 of 24 SAMPLE COMPUTER PRINT - OUT PROJECT TITLE DATE (YOUR COMPANY'S NAME HERE) I I1 III IV V Bid Item Qty. Units Item Description Unit Price In Figures Bid Item Ext. Qty x Unit Price Al 34475 SY Street Excavation $ - $ - A2 5,033 SY 6" Cement Stabilized Salvaged Base A3 etc. etc. etc. Sub -Total Base Bid "A" Items (Items Al A21): Sub -Total Base Bid "B" Items (Items B1 -B21): Sub -Total Base Bid "C" Items (Items C1 -C21): Sub -Total Base Bid "D" Items (ItemsDl -D21): Total Base Bid: ATTACHMENT 1 PART B - GENERAL PROVISIONS SECTION B GENERAL PROVISIONS AND REQUIREMENTS FOR MUNICIPAL CONS tUCTION CONTRACTS Table of Contents PAGE B -1 Definitions and Abbreviations B -1 -1 Definition of Terms 1 B -1 -2 Abbreviations 3 B -2 Proposal Requirements and Conditions B -2 -1 Proposal Forms 4 B -2 -2 Quantities in Proposal Forms 4 B -2 -3 Examination of Plans, Specifications, and Site of the Work 4 B -2 -4 Forms, Plans and Specifications 4 B -2 -5 Addenda 4 13-2 -6 Pre -Bid Conference 5 B -2 -7 Preparation of Proposal 5 B -2 -8 Proposal Guaranty 5 B -2 -9 Filing of Proposal 5 8 -2 -10 Withdrawing Proposals 5 B -2 -11 Cancellation of Bid Opening 6 B -2 -12 Opening Proposals 6 B -2 -13 Irregular Proposals 6 B -2 -14 Rejection of Proposals 6 8-2 -15 Disqualification of Bidders 6 B -2 -16 Disclosure of Interests 6 B -3 Award and Execution of Contract B -3 -1 Consideration of Contract 7 B -3 -2 Award of Contract 7 B -3 -3 Equal Opportunity Employer Provisions 7 13-3 -4 Surety Bonds 8 B -3 -5 Execution of Contract 8 B -3 -6 Failure to Execute Contract 8 B -4 Scope of Work • B-.4-1 Intent of Plans and Specifications 9 • B -4 -2 *Subsidiary Work 9 B -4 -3 Increased or Decreased Quantities of Work 9 B -4 -4 Alteration of.Plans and Specifications 10 . B -4 -5 Value Engineering Incentive Procedures 10 .0B -4 -6 Extra Work 11 B -5. Control of the Work and Materials 11-5 -1 Authority of the City Engineer 11 B -5 -2 Authority of Duty of Engineers or Inspectors 11 8 -5-3 Conformity with Plans 11 B -5 -4 Existing Structures 11 B -5 -5 Coordination of Plans, Specifications, Proposal & Special Provision - 12 B -5 -6 Cooperation of Contractor 12 .8 -5 -7 Construction Staking 12 8-5 -8 Source of Supply of Materials 13 8 -5 -9 Samples and Tests of Materials 13 •B -5 -10 "Or Equal" Clause 13 B -5 -11 Storage of Materials 13 B -5 -12 Removal of Defective and Unauthorized Work 13 8 -5 -13 Final Inspection 14 B -5 -14 Warranty Inspection 14 TABLE.OF CONTENTS /PAGE 1 OF 2 (rev. Nov /94) SECTION B GENERAL PROVISIONS AND REQUIREMENTS FOR MUNICIPAL CONSTRUCTION CONTRACTS CITY OF CORPUS CHRISTI, TEXAS 8 -1 DEFINITIONS AND ABBREVIATIONS: B -1 -1 Definition of Terms: Wherever the words, forms or phrases defined herein or pronouns used in their place occur in these specifications, in the contract, in the bonds, in the advertisement or any other documents or instrument herein contemplated, or to which these specifications apply or may apply, the intent and meaning shall be interpreted as follows: Advertisement: All of the legal publications pertaining to the work contemplated or under contract. Bidder: Any person, persons, partnership, company, firm, association, corporation, or joint venture acting directly or through a duly authorized representative submitting a proposal for work contemplated. City: The City of Corpus Christi, Texas, a municipal corporation, acting by and through (a) its governing body or (b) its City Manager, each of whom is required by Charter to perform specific duties. Responsibility for final 'enforcement of contracts involving the City of Corpus Christi is, by Charter, vested in the City Manager. City Attorney: The City Attorney of the City of Corpus Christi, Texas, or duly authorized assistants or agents. City Council: The Council of the City of Corpus Christi, Texas. City Engineer: The Head of the Department of Engineering Services of the City of Corpus Christi, Texas. City Manager: The Manager of the City of Corpus Christi, Texas. City Secretary: The City Secretary of the City of Corpus Christi, Texas, or duly authorized assistants or agents. Contract: •The written agreement covering the performance of the work. The contract includes the advertisement; proposal; specifications, including special provisions; plans or working drawings; any supplemental changes or agreements pertaining to the work or materials therefor, and bonds. Contract Time: The number of calendar days or working days allowed for completion of the contract, including any authorized time extensions. • (a) Calendar Dav: A calendar day is defined as any day shown on the calendar - beginning and ending at midnight. (b) Working Day: a working day is defined as a calendar day, not including Sundays or legal holidays, in which the weather or other conditions affecting the site, not under the control of the Contractor, will in the judgement of the Engineer permit the performance of some substantial unit of work for a substantially continuous period of time of not less than six (6) hours between 7 a.m. and 6 p.m., or during such other hours of the day as the Contractor does in fact work with the permission of the Engineer as elsewhere provided. Each calendar day, not including Sundays or legal holidays, in which the Contractor carries on work on some unit of the contract for a period of more than. six (6) hours shall be charged as one (1) working day, regardless of the number of hours worked in excess of the (6) hour minimum. Saturday will not be charged (rev. Nov /94) PAGE 1 OF 28 Specifications:-The directions, provisions, and requirements contained herein, together with the special provisions supplemental hereto, pertaining to the method and manner of performing the work or to the qualities or quantities of the material to be furnished under the contract. Sureties: The corporate bodies which are bound by such bonds as are required with and for the Contractor. The Work: All work, including the furnishing of labor, materials, tools, equipment, and incidentals, to be performed by the Contractor under the terms of the contract. B -1 -2 Abbreviations: Wherever the abbreviations defined herein occur on the plans, in the specifications, contract, bonds, advertisement, proposal, or in any other document or instrument herein contemplated or to which the specifications apply or m A.A.S.H.T.O. American Association of State Highway and H.S. Horseshoe Transportation Officials In. or • Inches Ac. Acre Lb. or # Pound A.C. Asbestos Cement L.F. Linear Foot A.C.I. American Concrete Institute Lin. Linear A.N.S.I. American National Standards Institute L.S. Lump Sum Asph. Asphalt Max. Maximum A.S.T.M. American Society for Testing Materials M.H. Manhole Ave. Avenue Min. Minimum A.W.P.A. American Wood Preservers Association Mono. Monolithic A.W.S. American Welding Society M.U.T.C.D. Manual of Uniform A.W.W.A. American Water Works Association Traffic Control Blvd. Boulevard Devices C.F. Cubic Foot N. North C.I. Cast Iron No. Number C.L. Center Line % Percent C.M.P. Corrugated Metal Pipe P.L. Property Line C.O. Cleanout Prop. Proposed or Properly Conc. Concrete P.V.C. Poly Vinyl Chloride Cord. Conduit R. Radius Corr. Comtgated R.C.P. Reinforced Concrete Pipe C.P.& L. Central Power & Light Company Reinf. Reinforced Cu. Cubic Rem. Remove Culy. Culvert Rep. Replace C.Y. Cubic Yard R.R. Railroad D.I. Ductile Iron R/W or ROW Right -of -Way Dia. Diameter S. South Dr. or Dwy Drive or Driveway San. Sanitary E. East S.F. Square Foot Ea. Each Sq. Square Elev. Elevation St. Street or Storm Exist. Existing Std. Standard F. Fahrenheit S.Y. Square yard F.L. Flow Line T.C. Top of Curb Ft. or ' Feet Tel. Telephone Gal. Gallon V.F. Vertical Foot G.L. Gutter Line W West G.P.M. Gallons per Minute W.U.T. Western Union Telegraph H.N.G. Houston Natural Gas Co. Yd. Yard Metrics: cm Centimeter m Meter gm Gram mgm Milligram kgm km Kilogram Kilometer mm Millimeter Other abbreviations chat may appear shall have the meatttng cusrotnanly mtctded to such usage. cuamstances. and eontezt. (rev. Nov /94) PAGE 3 OF 28 B -2 -6 Pre -Bid Conference: Any prospective bidder may request a pre -bid conference to discuss the plans, specifications, and proposal. If such a conference is requested, it will be held approximately one week prior to the bid opening. Each prospective bidder who has furnished the Plans Deposit required by the Notice to Bidders will be notified of the date, time, and location of the pre -bid conference. Any clarification to the contract documents deemed necessary as a result of the pre -bid conference will be made by written addenda. B -2 -7 Preparation of Proposal: The bidder shall submit his proposal on the forms furnished by the City. All blank spaces in the forms shall be correctly filled in, and the bidder shall state the prices, written in ink, for which he proposes to do the work contemplated or furnish the material required; the unit prices shall be written both in words and numerals. Such prices shall be written distinctly legible. In case of discrepancy between the unit price written in words and the unit price written in figures, the unit price written in words shall govern. The unit price shall govern over the. amount. If.the proposal is submitted by an individual; his name must be signed by him•or his duly authorized agent. If the proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association, or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the. company or corporate name and business address must be given and the proposal.. signed by an official or duly authorized agent. Proposals submitted by,a joint venture shall list all participants and their addresses. Powers of attorney, authorizing agents or others to sign proposals, must be properly certified and must be in writing and submitted with the proposal. B -2 -8 Proposal Guaranty: No proposal will be considered unless accompanied by an individual bid security (bond) for the project in the amount of five percent (5W) of the highest amount bid. Such bid security shall be issued by a firm licensed for issuance in the State of Texas. A cashier's check, certified check, money order, or bank draft from any state or national bank will also be acceptable. The security shall be deemed a good faith offer on the part of the bidder to accept a contract, if awarded. In the event the successful bidder declines to accept such award or cannot provide the required bonds and insurance certificates within ten (10) calendar days of the award of the contract, then the amount of the bid security will become the property of the City, not as penalty but as liquidated damages. The bid securities of the unsuccessful bidders may be released within forty - eight (48) hours of the time bids are received. The bid security of the successful bidder will be released upon execution of the contract documents and submission of the required bonds and certificates. B -2 -9 Filing of Proposal: No proposal will be considered unless it is filed with the City Secretary's office in the City Hall, Corpus Christi, Texas, within the time limit for -receiving proposals as stated in the advertisement. Each proposal shall be in a sealed envelope, plainly marked with the word "PROPOSAL" and the name and description of the project as designated in the "ADVERTISEMENT ". B -2 -10 Withdrawing Proposals: Proposals filed with the City Secretary cannot be withdrawn or modified prior to the time set for opening proposals. Request for non - consideration of proposals must be made in writing addressed to the City Engineer and filed with the City Secretary prior to the time set opening proposals. After other proposals are opened and publicly read, the proposal for which withdrawal is properly requested may be returned unopened. (rev. Nov /94) PAGE 5 OF 28 proposal. The successful bidder shall be required to submit the form within seven (7) calendar days of the receipt of bids. The City also reserves the right to require similar statements from all material suppliers and subcontractors of the successful bidder. B -3 AWARD AND EXECUTION OF CONTRACT: B -3 -1 Consideration of Contract: After proposals are opened, the proposals the basis of the bid prices and quantities award of the contract, the City reserves the or proceed to do the work otherwise in the will be tabulated for comparison on shown in the proposal. Until final right to reject any or all proposals best interest of the City. B -3 -2 Award of Contract: The City reserves the right to withhold the award of the contract for a reasonable period of time from date of opening proposals, and no award will be made until after investigations are made as to the responsibilities of the low bidder. In the City's considering of an award, the bidder may requested to submit statements regarding previous experience in performing comparable or similar work, his business or technical organization and equipment to help the City evaluate the bidder's abilities. The basis for an award will be determined by the lowest responsible bidder (Article 2368a VATS) deemed most advantageous to the City and not necessarily the lowest bidder. In no case will a contract be awarded until at least forty -eight (4B) -hours shall have elapsed from the time of opening proposals. B -3 -3 Equal Opportunity Employer Provisions: . Every Contractor must agree that during the performance of his contract he will: (1) Treat all applicants and employees without discrimination as to race, color, religion, sex, or national origin. (2) Identify himself as an equal opportunity employer in all help wanted advertising or requests. The Contractor is hereby advised that any complaints filed with the City alleging that a Contractor is not an equal opportunity employer during the six months preceding the date of receipt of bids will be referred to the Human Relations Commission through its Human Relations Administrator for the purpose of review and recommendations. The report of the Human Relations Commission will be transmitted to the City Engineer who will include a summary of such report with any future bid award recommendations for which the Contractor is a bidder and bring to the attention of the City Council any such report received prior to the issuance of a work order to any such Contractor. A copy of this report shall be sent to the Contractor. The Human Relations Administrator will follow up any such report and bring to the attention of the Commission any further action by the Contractor which would include that the findings of the Commission should be modified. Any such modified findings of the Commission will be delivered to the City Engineer with a copy to the Contractor and be included in any future bid award recommendations. The City Council reserves the right to consider such reports in determining the best bid and to terminate, on the basis of such report, any portion of a contract for which a work order has not been issued. However, the Contractor is specifically advised that no equal opportunity employment complaint will be the basis for cancellation of any contract for which a work order has been issued. (rev. Nov /94) PAGE 7 OF 28 B -3 -6 Failure to Execute Contract: The failure of the bidder to execute the required bonds, furnish the required insurance certificates, and sign the required contract within ten (10) calendar days after the contract is awarded and the Contractor has been requested to execute the documents shall be considered by the City as an abandonment of his proposal, and the City may annul the award. By reason of the uncertainty of the market prices of materials and labor and its being impracticable and difficult to determine accurately the amount of damages accruing the City by reason of the said bidder's failure to execute said bonds and contract within ten (10) calendar days, the proposal guaranty accompanying the proposal shall be the agreed amount of damages which the City will suffer by reason of such failure on part of the bidder and shall thereupon immediately be forfeited to the City. The filing of a proposal will be considered an acceptance of this provision. B -4 SCOPE OF WORK: B -4 -1 Intent of Plans and Specifications: The intent of the plans and specifications is to prescribe a complete work or improvement which the Contractor undertakes to do in full compliance with the plans, specifications, special provisions, proposal, and contract. The Contractor shall do all work as provided in the plans, specifications, special provisions, proposal and contract, and shall do such additional extra work as may be considered necessary to complete the work in a satisfactory and acceptable manner. The Contractor shall furnish all labor, tools, material, machinery, equipment and incidentals necessary for the prosecution of the work. B -4 -2 Subsidiary Work: In the course:of furnishing or constructing a complete work or improvement, certain work may be necessary which is subsidiary to the items which are established as pay items. Some such..subsidiary work may be shown and specified in detail in the plans and specifications, other work may be less completely shown, and other such work which is entirely necessary for the satisfactory completion of the work as a whole may not be noted on the plans or in the specifications. It shall be the duty of the Contractor to carry out all such subsidiary work as if fully shown,. and the cost of such work shall be evade subsidiary to the established pay item. B -4 -3 Increased or Decreased Quantities of Work: (a) The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found necessary, and the Contractor shall perform the work as altered. No allowance will be made for any change in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the contract or bonds. (b) A Major Item as used in:.this Section shall be construed to be any individual bit item included in the proposal that has a total cost equal to or greater than five percent (S %) of the total contract cost computed on the basis of the proposal quantities and the contract unit prices. (c) When the quantity of work to be done or of materials to be furnished under any Major Item of the contract is more than one hundred twenty -five (1250 of the quantity of that unit stated in the proposal, then either party to the contract, upon demand, shall be entitled to revised consideration on that portion of the work above one hundred twenty -five percent (125 %) of the quantity stated in the proposal. (d) When the quantity of work done or materials to be furnished under any Major Item of the contract is less than seventy -five percent (75 %) of the quantity of that item stated in the proposal, then either party to the contract, upon demand, shall be entitled to revised consideration on the work performed. (rev. Nov /94) PAGE 9 OF 28 B -4 -6 Extra Work: When additional work not shown in the plans and specifications or reasonably inferred as subsidiary work or as normal adaptation to existing conditions is required, the Contractor shall do such work when ordered in writing by the Engineer. Payment for such extra work will be made as hereinafter provided. B -5 CONTROL OF THE WORK AND MATERIALS: B -5 -1 Authority of the City Engineer: All work shall be performed under the supervision of the City Engineer in a workmanlike manner and to his satisfaction. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, sequence of the construction, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation,mutual rights between Contractors under these specifications and suspension of the work. He shall determine the amount and quality of the work performed and materials furnished, and his decisions and estimates shall be final. His estimate in such event shall be a condition precedent to the right of the Contractor to receive money due him under.the contract. B -5 -2 Authority and Duty of Engineers or Inspectors: ..The City Engineer may appoint Engineers and /or Inspectors as assistants to inspect all work done. and material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication or manufacture of the materials to be used. The Engineer or Inspector will not be authorized to revoke, alter, expand, relax, or waive any requirements of the contract documents. The Engineer or Inspector will keep a record of the progress of the work and the manner in which it is being performed and inform the City Engineer of same. He is authorized to call to the attention of the Contractor any deficiency of the work or of materials to conform to the contract documents; however, failure to do so shall not constitute acceptance of said work. The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work performed was in accordance with the requirements and intent of the plans and specifications. The Engineer or Inspector shall in no case act as foreman or supervisor or perform other duties for the Contractor nor interfere with the management of the work by the latter. Any advice which the Engineer or Inspector may give the Contractor shall in no way be construed as binding to the City or release the Contractor from fulfilling all the terms of the contract. The Engineer or Inspector shall have the authority to reject materials or suspend the work until any questions at issue can be referred to and decided by the City Engineer. If the. Contractor refuses to suspend operations on verbal order, the Engineer or Inspector shall issue a written order giving the reason for suspending the work. After delivering the order to.the person in charge, the Engineer or Inspector shall immediately leave the job site. Work done during the absence of the Engineer or Inspector under these circumstances will not be accepted or paid for. B -5 -3 Conformity with Plans: All work shall conform to the lines, grades, cross - sections, and dimensions shown on the plans. Any deviation from the plans which may be required by the exigencies of construction will be determined by the City Engineer and authorized by him in writing. B -5 -4 Existing Structures: The plans show the location of all known surface and subsurface structures. However, the location of many gas mains, water mains, conduits, sewers. etc. is (rev. Nov /94) PAGE 11 OF 28 B -5 -8 Source of Supply of Materials: The materials shall be the best procurable as required by the plans, specifications, and special provisions. The Contractor shall not start delivery of materials until the Engineer has approved the source of supply. Only material conforming to these specifications shall be used only after written approval has been given by the Engineer, and only so long as the quality of said materials remains equal to the requirements of the specifications. The Contractor shall furnish approved materials from other sources if for any reason the product from any source at any time before commencement or during the prosecution of the work proves unacceptable. After approval, any material which has become mixed with or coated with dirt or any other foreign substances during its delivery and handling will not be permitted to be used in the work. New material is required unless otherwise specially provided in the plans and specifications. B -5 -9 Samples and Tests of Materials: Where, in the opinion of the Engineer or as called for in the specifications, tests of material are necessary, such tests will be made at the expense of the City unless otherwise provided. The failure of the City to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to the specifications. Tests, unless otherwise specified, will be made in accordance with the latest methods of the American Society for Testing Materials. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. B -5 -10 "Or Equal" Clause: All bids shall be based on the specified products. Where two or more products are specified for an item of work, either one thereof is acceptable and the choice is left to the Contractor. Where only one product is specified, and where the term "or approved equal "or similar wording is used in connection with specified products, the Contractor may, if he so desires, offer for consideration a substitute product which he judges to be equal in every respect to the required product. When a specific process is specified as well as a guarantee of the results, the Contractor shall. if in his judgement the process may not produce the required result, offer for approval an alternative process which he would guarantee. All such offers shall be made in writing to the Engineer after award of contract. The Contractor shall furnish to the Engineer with the first submittal sufficient drawings, specifications, samples, performance data, and other information necessary to assist the Engineer in determining whether the proposed substitution is acceptable. The burden of proof shall be upon the Contractor. No consideration will be given to incomplete submittals. Substitutions must be approved in writing before they may be used. B -5 -11 Storage of Materials: Materials shall be stored so as to insure the preservation of their quality and fitness for the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard clean surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. Particular attention is directed to the storage or structural steel and reinforcing steel, which shall not be stored on the ground. B -5 -12 Removal of Defective and Unauthorized Work: All work which has been rejected or condemned shall be repaired, or if it cannot be repaired satisfactorily, it shall be removed and replaced at the Contractor's expense. Defective materials shall be immediately remove from the site of the work. Work done without line and grade having been given, work done (rev. Nov /94) PAGE 13 OF 28 B -6 -3 Patented Devices, Materials and Processes: If the Contractor is required or desires to use any design, device, material or process covered by letters, patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. It is mutually agreed and understood that, without exception, contract prices shall include all royalties or costs arising from patents, trademarks and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the City from any and all claims for infringement by reason of the use of any such patented design, device, material or process or any trademark or copyright in connection with the work agreed to be performed under this contract and shall indemnify the City for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. B -6 -4 Sanitary Provisions: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infection or contagious diseases and to prevent effectively the creation of a nuisance about the work or any property either public or private, and such regulations as are required by the Engineer shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as will.be approved by the Engineer, and their use shall be strictly enforced by the Contractor. All sanitary laws and regulations of the State of Texas and the City of Corpus Christi shall be strictly complied with. B -6 -5 Public Convenience and Safety: Materials stored about the work shall be so placed and the work shall at all times be so conducted as to cause no greater obstruction to the traveling public than is considered necessary by the Engineer. The Contractor shall, upon direction of the Engineer, make provisions by bridges or otherwise at sidewalks and private driveways for the free passage of pedestrians and vehicles provided that, where bridging is impracticable or unnecessary in the opinion of the Engineer, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, provide all material and perform all work necessary for the construction and maintenance of roadways and bridges. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials or plant used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, water valves, gas valves, manholes for telephone, telegraph, signal or electric conduits, sanitary or storm sewers,and fire alarm or police -call boxes in the vicinity. The City reserves the right to remedy any neglect on the part of the Contractor as regards the public convenience and safety which may come to its attention after twenty -four hours notice in writing to the Contractor except in case of emergency when it shall have the right to remedy any neglect without notice, and in either case,the cost of such work done by the City shall be deducted from monies due or to become due the Contractor. The Contractor shall__notify the Fire and Police Division Headquarters when any street is closed or obstructed. Where the Contractor is required to construct temporary bridges or make other arrangements for crossings over ditches or streams, his responsibility for accidents shall include the roadway approaches as well as the structures of such crossings. The Contractor shall mark all detours as directed by the Engineer so that the entire route of the detour is designated, such markings to be by neat and workmanlike signs large enough and so painted and so placed as to be clearly visible. (rev. Nov /94) PAGE 15 OF 28 culverts, bridges, pavements, driveways, sidewalks, etc., to all water, sewer and gas lines; to all conduits, to all overhead pole lines, or appurtenances thereof; and to all other public and private property along or adjacent to the work. The Contractor shall be responsible for all damage or injury to the property of any character resulting from any act, omission, neglect or misconduct in the execution of the work or in consequence of the non - execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition similar to equal to that existing before such damage or injury was done by repairing, rebuilding or otherwise restoring as may be directed, or he shall made good such damage from injury in a manner acceptable to the owner or the Engineer. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Engineer may, after forty -eight (48) hours written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild or otherwise restore such property as may be determined necessary, and the cost thereof will be deducted from any monies due or to become due the Contractor under his contract. B -6 -11 Responsibility for Damage Claims: The Contractor .shall not commence work under this contract until he has obtained all insurance required herein and such insurance has been approved by the City. The Contractor shall not allow any subcontractor(s) to commence work until all similar insurance required of the subcontractor(s) has been so obtained. Within ten (10) calendar days after the date the City requests that the Contractor sign the contract documents, the Contractor shall furnish the City with certificates of insurance evidencing that the Contractor has obtained insurance coverage of the types more particularly described below in parts (a) through (e) of this section. (For self - insured workers' compensation coverage, other documents, specified hereafter, may be substituted for the certificate of insurance just described). The workers' compensation insurance policy need not list the City as an additional insured. Additionally, all certificates of insurance shall state the name of the project in the "Description of Operations" section of such certificate. These certificates and any subsequent insurance certificates in connection with this particular contract shall be delivered to the offices of the City Engineer. The Certificates of Insurance shall state that ten (10) days written notice will be given the City before any policy covered thereby is changed or canceled and shall shown the following minimum coverage in an insurance company acceptable to the City. The City reserves the right to modify minimum limits based upon the nature and scope of the work. The Contractor agrees to comply with the Supplemental Insurance Requirements stated in the "Special Provisions" section of this contract. (a) General Liability, including Commercial General Form; Premises - Operations; Explosion & Collapse Hazard; Underground Hazard; Products /Completed Operations Hazard; Contractual Insurance, with an endorsement on the face of the certificate that it includes the "Hold Harmless" in the last paragraph of this provision; Broad Form Property Damage; Independent Contractors; and Personal Injury: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage MINIMUM INSURANCE COVERAGE $300,000 Per Person $500,000 Each Occurrence $100,000 Each Occurrence (b) Automobile Liability Owned, Nonowner or Rented: MINIMUM INSURANCE COVERAGE Bodily Injury and Consequent Death $100,000 Per Person Bodily Injury and Consequent Death $300,000 Each Occurrence Property Damage $100,000 Each Occurrence (rev. Nov /94) PAGE 17 OF 28 B -6 -12 Contractor's Claim for Damages: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the City, he shall, within three (3) days after sustaining such alleged damage, make a written statement to the City Engineer, setting out in detail the nature of the alleged damage; and on or before the twenty -fifth (25th) day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the City Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the City Engineer access to all books of accounts, receipts, vouchers, bills of lading and other books or papers containing any evidence as to the amount or such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived and he shall not be entitled to payment on account of such damage. B -6 -13 Public Utilities and Other Property to be Changed: In case it is necessary to change or move, the property shall not be moved or interfered with until ordered to do so by the Engineer, unless the plans or specifications show that such work is to be done by the Contractor. The right . is reserved to the owner of public utilities to enter upon the limits of the contract for the purpose of making such changes or repairs of their property that may be necessary by performance of the contract. The City reserves the right of entering upon the limits of the contract for the purpose of repairing or relaying sewer, gas and water lines and appurtenances, repairing structures, etc., and making other repairs, changes or extensions to any City property. B -6 -14 Temporary Sewer and Drain Connections: When existing sewers have to be taken up or removed, the Contractor shall, at his cost and expense, provide and maintain temporary outlets and connections for all private or public drains or sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers; and for this purpose, he shall provide and maintain, at his own expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own expense, shall construct such troughs, pipes or other structures necessary and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such time as the permanent connections are built and in service. The existing sewers and connections shall be kept in service and maintained under the contract except where specified or ordered to be abandoned by the Engineer. All water or sewage shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will adequately be protected. B -6 -15 Arrangement and Charge for Water Furnished by the City: Where the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the City of Corpus Christi, Department of Public- Utilities for so doing. However, this in no way obligates the City to provide water. B -6 -16 Use of Fire Hydrants: No person -shall open, turn off, interfere with, attach::-any pipe or hose to, or connect anything with any fire hydrant, stop valve or stop cock, or tap and water main belonging to the City unless duly authorized to do so by the City of Corpus Christi, Water Division Superintendent. B -6 -17 Use of a Section or Portion of the Work: Wherever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these specifications or the contract pending final (rev. Nov /94) PAGE 19 OF 28 The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's Ruling #95 -0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's Ruling #95 -0.09 as amended to be effective October 2, 1968. B -7 PROSECu'1ON AND PROGRESS: B -7 -1 Subletting the Work: The Contractor shall perform with his own organization and with the assistance of workmen under his immediate superintendence, work of a value not less than fifty percent (50 %) of the value of all work embraced in the contract exclusive of items not commonly found in contracts for similar work or which require highly - specialized knowledge, craftsmanship and /or equipment not ordinarily available in the organizations of Contractors performing work of the character embraced in the contract. No portion of the work covered by these specifications and contract, except contracts for purchase and delivery of materials, shall be sublet without written permission of the City. If the Contractor sublets any part of the work to be done under his contract, he will not,, under any circumstances, be relieved of his responsibility and obligations. All transactions of the Engineer -will` be with the Contractor. Subcontractors will be considered, only in:the capacity of employees and /or workmen and shall be subject to the same requirements as to character, competency, wages and hours. The City will not recognize any subcontractor on the work. The Contractor shall, at all times when the work is in operation, be represented either in person or by a qualified superintendent or other designated representative. B -7 -2 Assignment of Contract: The Contractor shall not assign, transfer, convey or otherwise dispose of the contract or his right, title or interest in or to the same, or any part thereof, without the previous consent of the City Council and concurred in by the sureties. If the Contractor does without such previous consent assign, transfer, convey or otherwise dispose of the contract or of his rights, title or interest therein, or any part .thereof to any persons, partnership, company, firm or corporation, or by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract or make default in or abandon said contract, then the contract may, at the option of the City, be revoked or annulled, unless the sureties shall successfully complete said contract; and any monies due or to become due under said contract shall be retained by the City as liquidated damages for the reason that it would be - impracticable and extremely difficult to fix the actual damages. B -7 -3 Prosecution of the Work: Prior to beginning construction operations, the Contractor shall submit to the Engineer a chart or brief of his.-.work schedule outlining the manner and sequence of prosecution of the work that he intends to follow in order to complete the contract within the allotted time. Whenever, during the course of the work, this planned sequence and /or method must be revised, such revision shall be submitted in writing to the Engineer. The Contractor shall begin the work to be performed under this contract within the time limit stated in the Agreement and shall conduct the work in such a manner and with sufficient equipment, materials and labor as is necessary to insure its completion within the time limit. The sequence of all construction operations shall be at all times as directed be or approver by the Engineer. Such direction or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the contract. Should the prosecution of the work be discontinued by the Contractor, he shall notify the Engineer at least twenty -four (24) hours in advance of resuming operations. (rev. Nov /94) PAGE 21 OF, 28 due to such causes; all provided that actual stoppage of work ensues and no fault of the Contractor is involved. If the satisfactory execution and completion of the contract should require work and materials in a greater amount, or quantities, than those set forth in the contract, then the contract time shall automatically be increased the same proportion as the cost of the additional work bears to the cost of the original work contracted for. No allowance will be made for delays or suspension of the prosecution of the work due to the fault of the Contractor. B -7 -9 Computation of Contract Time for Completion: For the purpose of computation, the contract time shall begin with the tenth (10th) calendar day after the date of the written authorization by the City Engineer to begin work, or such earlier date as work, other than the delivery of materials, is actually commenced. The Engineer shall furnish the Contractor a monthly statement showing the days (calendar or working) charged during the month. If no protest as to the correctness of the statement is filed within seven (7) days by the Contractor, the statement will stand. Contract time shall be charged as described under the definition thereof. B -7 -10 Failure to Complete on Time: The time of completion is the essence of the contract. For each day (calendar or working) that any-work shall remain uncompleted after the time specified in the time specified-in the proposal and contract, or the increased time granted by the City, or as automatically increased by additional work or materials ordered after the contract is signed, a sum per day will be deducted from the monies due the Contractor, not as a penalty but as liquidated damages. This sum of liquidated damages per day will be as shown in the special provisions, proposal or elsewhere in the contract documents. The sum of money thus deducted for such delay, or noncompletion is not to be considered as a penalty but shall be deemed, taken and treated as reasonable liquidated damages since it would be impracticable and extremely difficult to fix the actual damages, with such sums of money to be deducted from Contractor's monies at the time or times such damages begin to occur, thence to the completion of construction. B -7 -11 Suspension by Court Order: The Contractor shall suspend such part or parts of the work ordered by the Court, and will not be entitled to additional compensation by virtue of such Court Order. Neither will he be liable to the City in the event and for the time the work is suspended by Court Order. B -7 -12 Temporary Suspension: The Engineer shall have the authority to suspend the work wholly or in part for such period or periods as he may deem necessary due to unsuitable weather conditions-as—are considered unfavorable for the suitable._prosecution of the work. If it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily or become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work and erect temporary structures where necessary. The Contractor shall not suspend work without written authority from the Engineer and shall proceed with work promptly when notified by the Engineer to resume operations. (rev. Nov /94) PAGE 23 OF 28 have been payable under the contract if the same had been completed by the Contractor, then in such case, the City may pay to the Contractor the difference in cost provided that the Contractor shall not be entitled to any claim for damages or for loss of anticipated profits; in case such expense shall exceed the amount which would have been payable under the contract if the same had been completed by the Contractor, then the Contractor and his sureties shall pay the amount of such excess to the City on notice from the City of the excess due. When any particular part of the work is being carried on by the City by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the contract, and in such manner as not to hinder or interfere with the performance of workmen employed as above provided by the City. B -7 -14 Termination of Contract: The contract will be considered fulfilled, saved as provided in any - maintenance stipulations, bond or by law, when all the work has been completed, the final inspection made by the Engineer, and final acceptance and final payment made by the City. B -8 MEASUREMENT AND PAYMENT: B -B -1 Measurement of Ouantities: The determination of quantities of work acceptably completed under the terms of the contract, or as directed by the Engineer in writing, will be made by the Engineer, based on measurements made'by the Engineer. These measurements will -be taken according to the U.S. Standard Measurements, used in common practice, and will be the actual length, area, solid contents, numbers and weight. It'is :pointed out that inclusion- in the standard construction specifications of paragraphs describing methods of measurement and payment is not intended to imply that separate payments shall be made under each such standard specification. The units for which payment shall be made are those stated in the proposal. B -8 -2 Unit Price: Where in the proposal form a "Unit Price" is set forth, the "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, appliances, plant and equipment appurtenant to and necessary for construction in every detail and the completion in a first class, workmanlike manner of all the work to be done under these specifications. The "Unit Price" shall also include all permanent protection of overhead, surface and underground structures, cleaning up, finish, overhead expense, bond, insurance, patent fees, _royalties, risk due to the elements, delay, profit, injuries, damages, claims and all other items not specifically mentioned that may be required to construct fully each item of the work complete in place. B -8 -3 Scope of Payment: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, equipment and incidentals; for performing all work contemplated and embraced under the contract; for all lose or damage arising out of the nature of the work or from the action of the elements; for any - unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work and before its final acceptance by the Engineer; for all risks of whatever description connected with the prosecution of the work; for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the work as herein specified; for any infringement of patents, trademarks or copyrights; and for completing the work in an acceptable manner according to the plans and specifications. The payment of any current or partial estimate prior to final acceptance of the work by the City shall in no way constitute an acknowledgement of the acceptance of the work nor in any way prejudice or affect the obligation of the Contractor to repair, correct, renew, or replace, at his expense, any defects or imperfections (rev. Nov /94) PAGE 25 OF 28 (b) All change ..orders in involving an expenditure of $10,000.00 or more must be approved by the City Council. (c) The City Manager, or duly authorized Assistant City Manager, has authority to approve change orders between $5,000.00 and $10,000.00. The City Manager may authorize change orders in excess of this amount only in emergency situations where undue delays could cause damages, either physical or monetary, to the City, Contractor, or general public. However, final approval must be granted by the City Council. (d) The City Engineer has authority to issue change orders up to $5,000.00. (e) The total amount of all change orders to a contract shall not exceed 25% of the original contract price. Contractors are advised that the City is under no obligation to appropriate change order(s) which have not been prepared and executed as stated herein. The addition of items of work covered by unit prices may be performed without written change orders unless the quantity and cost of such work, in the Engineer's opinion, require such written change orders, in which event the Contractor will be so notified. B -8 -6 Partial Estimates: After the twenty- fifth (25th) day of the month and at the Contractor's request, the Engineer will make an-approximate estimate of the value of the work done during the month under the specifications, which approximate estimate may include the full net invoice value of acceptable non-perishable .:materials delivered to the work (i.e. materials'on hand }. The Contractor shall .furnish to the Engineer such detailed information as he may request:to aid him as a guide in -the preparation of partial estimates. It is understood that the .partial estimates from month to month will be approximate only and all partial estimates and payments will be subject to correction in -the estimate rrnr red following the -discovery of an error in any previous estimate, and such estimate shall not in any respect be taken as an admission of the City of the amount of work done or of its quality or sufficiency nor as an acceptance of the work or the release of the Contractor of any of his responsibility under the contract. In determining the partial payment to be made to the Contractor, the City will retain five percent (5t) of the total approximate estimate, unless otherwise stated, and will deduct payments previously made. No partial payment will be made when the said estimate or the estimates of work done since the last previous estimate is less than One Hundred Dollars ($100.00) in amount. All retainage is due and payable to the Contractor upon successful completion of the project and will be included in the final payment. Payment shall be withheld as elsewhere herein specified. The City reserves the right to increase the retainage. In contracts in which the total amount bid is Four Hundred Thousand Dollars ($400,000) or more and providing for retainage of greater than five percent (5 %) of the total estimate, the amount retained shall be deposited in an interest bearing account and the interest earned shall be paid to the contractor upon completion of the contract with the final payment, unless withheld as otherwise specified. B -8 -7 Withhoidinq Payment: Payment of estimates may be withheld if the work is not being executed in accordance with the specifications and contract and /or to cover known claims as elsewhere specified. B -8 -8 Final Cleanup: Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work surplus and discarded materials, temporary structures, and debris of every kind. He shall (rev. Nov /94) PAGE 27 OF 28 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 MARCH, 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. Haren Company termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $141,000.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: OSO W.R.P. WALKWAY (TOTAL WEST PLANT AERATION BASINS STRUCTURAL IMPROVEMENTS PROJECT E09008 BASE BID: $141,000.00) 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. Agreement Page 1 of 2 OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS PROJECT NO. E09008 Base Bid I II III IV V ITEM QTY Description Unit Price Total 1 LS Mobilization & Demobilization, complete in place per lump sum O ? it- _0 $_ . 2 1 LS Installation of 47 single column T- supports hot dip galvanized (W10x39)to be placed as shown on drawings, and in accordance with plans and on all specifications and includes all necessary material, labor and equipment. Also includes minor adjustments in order to transfer all dead loads to new columns, any field fits as necessary in order to complete all work as stipulated, complete in place per lump sum. as LIM) r $ tU000 �9- TOTAL BASE BID: $ 144 10 0Q (Bid Items 1 + 2) Proposal Form Page 3 of 6 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 240 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. AT Cit Secretary APPRO D AS TO GAL FORM: il By: Asst. ity Attorney ST: (If Corporation) tAit Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF CORPUS C STI By: \ /(,,.. Juan erales, /Jr. , P. E. Assistant City Manager Engineering /Development Services By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR J.S. Haren Company By: T itie: U6) ° 142rei i es/ ( t 1175 HWY 11 NORTH (Address) ATHENS, TN 37303 (City) (State)(ZIP) 423/745 -5000 * 423/745 -5252 (Phone) (Fax) Agreement Page 2 of 2 P R O P O S A L F O R M F O R OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS PROJECT NO. E09008 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS M� Proposal Form Page 1 of 6 1 Proposal of Q P R O P O S A L Place: 6(1We O ru lv-c, l )( Date: (Ob 4 ( Air if a Corporation or State of and existing under the laws the of the jl Q OR a Partnership or Individual doing business as TO: The City of Cows Christi, Texas Gentlemen: The undersigned materials, hereby proposes tools, and necessar to furnish all required for: y equipment labor and ► and to perform the work OSO W.R.P. WEST at the locations accordance with wit: PLANT AERATION BASINS WALKWAY STRUCTURAL PROJECT NO. E09008 IMPROVEMENTS set out by the the Plans and s s contract specification documents for the l and in strict following prices, to- Proposal Form PaQe 2 of 6 OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS PROJECT NO. E09008 Base Bid I II III Iv v ITEM QTY Description Unit Price Total 1 1 LS Mobilization & Demobilization, complete in place per lump sum (>; II o 0 $ 1 I. `� 2 1 LS Installation of 47 single column T- supports hot dip galvanized (W10x39)to be placed as shown on drawings, and in accordance with plans and on all specifications and includes all necessary material, labor and equipment. Also includes minor adjustments in order to transfer all dead loads to new columns, any field fits as necessary in order to complete all work as stipulated, complete in place per lump sum. rss 1 $ l'66000G2 TOTAL BASE BID: $ 144 Gam+ (Bid Items 1 + 2) Proposal Form Page 3 of 6 City of Corpus Chnsti The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 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, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. 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 240 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): Respectful) submitted: Name: (^J- eomP(�-_ �� _J By: (SEAL - IF BIDDER IS a Corporation) Address: SIGNATURE) P.O. Box) (Stre t) r I.IV� (City) (State) (Zip) Telephone: 03146°0 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION Proposal Form Page 4 of 6 (Revised August 2000) STATE OF TEXAS § COUNTY Or NUECES § THAT J.S. Hazen Company of McMINN County, Tennessee, hereinafter called "Principal ", and Ullico Casualty Company , a corporation organized Under the laws of the State OfDelaware 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 co- rporatians supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE HUNDRED FORTY -ONE THOUSAND AND NO/100($141,000.00) 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 Or THIS OBLIGATION IS SUCH TEAT: Whereas, the principal• entered into a certain contract with the City of Corpus Christi, dated the 23RD day MARCH , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of Executed in Four Original Counterparts Bond No. sb001 CJ0364 1 NOW AIL BY THESE PRESENTS OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY 'STRUCTURAL IMPROVEt4NTS PROJECT E09008 (TOTAII BASE BID: $141,000.00) 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 terns of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby wrive 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 PAYMENT BOND STATE OF TEXAS § KN W ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT J.S. Haren Company of McMINN County, Tennessee, hereinafter called "Principal ", and a corporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE HUNDRED FORTY -ONE THOUSAND AND NO /100($141,000.00) 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 23RD day MARCH , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS PROJECT E09008 (TOTAL BASE BID: $141,000.00) 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 he'ein 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 1 EREOE, this instrument is executed in 4 copies, each One of which shall be deemed an original, this the 26th day of March , 20 10 PRINCIPAL J.S. Haren Company BY: / J.S. Haren, President (t ri.nt Name & Ti.tle) /It ILA .02 Title) SURETY Ullico Casualty Company 1625 Eye Street NW, Wash'- •ton, DC 20006 Attorne in- act Jeremy Crawfo (Print_ Name)` The Resident Agent of the Surety in Wtoces County, Texas, for delivery of notice and service of process is: Agency: Snelling Professional Services Coi tact Person: Gina Tyler Address: 5350 S. Stailes, Ste. 110 Corpus Christi, TX 78411 Phoue Number: (361)906 -1213 tNOTE: Date: of Payment Bond not be prior to date of contract) ,1.evised 3 /06I Payment Bond Page 2of2 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 day of , 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney -in -fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF NUECES § Executed ' Four Original Counterparts Bond No. sb001d00364 KNOW ALL BY THESE PRESENTS: • THAT J.S. Hazen Conpany of McMDENN County, Tennessee, hereinafter called "Principal", andUllicoCasualtyCompany , a corporation organized under the laws of the State ofDelaware and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "city", in the penal sum of ONE BUNDBX FORTY-ONE THOUSAND AND NO/100($141,000.00) 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 TEAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 23RD of MARCH , 20 10 • a copy of which is hereto attached and made a part hereof, for the construction of: OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS PROJECT E09008 (TOTAL BASE BID: $141,000.00) NON, TSBREFORF, if the principal shall faithfully Perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (I) Year from the date of completion and acceptance of improvement s by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED puRTHER, 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 waivc 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 Pace 1 of 2 PERFORMANCE BOND STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT J.S. Haren Company of McMINN County, Tennessee, hereinafter called "Principal ", and , a corporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of ONE HUNDRE FORTY -ONE THOUSAND AND NO /100($141,000.00) 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 23RD of MARCH , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: OSO W.R.P. WEST PLANT AERATION BASINS WALKWAY STRUCTURAL IMPROVEMENTS PROJECT E09008 (TOTAL BASE BID: $141,000.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nuecaes County to whom any zequisite notices nay 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 26th day of March , 2010 PRINCIPAL J.S. Haren Company 13y: J.S. Haren, President ( Print Name & Title) {Print blame 6 Title SURETY � Ullico Casual Cornnany 1625 Eye Street NW, Was gton, DC 20006 ttorn = - -in Jeremy Crawford (Print Name) The Resident Agent of the Surety ' in Nueces Couutyt Texas, for delivery of notice and service of process is: Agency: Snelling Professional Services Contact Person: Gina Tyler Address: 5350 S. Staples, Ste. 110 Corpus Christi, TX 78411 Phone Numberr (361)906 -1213 (NOTE: Date of Perfo sa.ncc Bone must not be prior cc date of contract) (Revised 3/08) Performance Bond Page 2 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 day of , 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney -in -fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 f UI' lico ULLICO Casualty Company 1625 Eye Street, N.W. Washington D.C. 20006 Power of Attorney 3068 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 Board of Directors of ULLICO Casualty Company at a meeting duly called the 15th day of July, 2009. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attomey(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 26th day of March 20 10 Daniel Aronowitz President ULLICO Casualty Company, a Delaware Corporation. On this 26th day of March 20 10 , before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom 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. Nola ry 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 Board of Directors and this Power of Attorney issued pursuant thereto on this 16th day of July 2009 are true and correct and are 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 16th day of July 2009. Teresa E. Valentine Senior Vice President, General Counsel & Secretary ULLICO Casualty Company Acknowledgment of Surety State of Minnesota County of Hennepin On this 26th 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. LLLE ANN FERN Notary Public- Minnesota My Commission Expires Jan 31, 2015 A CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112 as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: 9 t . r) 0) mpaRq P.G. Ea 463 STREET ADDRESS: 11 1) t{'m 9 it ku i V\ FIRM IS: 1. Corporation [r 4. Association ((__ JJ CITY: f1IMIE .1N 2. Partnership 5. Other ZIP: 31a)3 3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) NIP- 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 OIPt- Proposal Form Page 5 of 6 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)] CERTIFICATION 1 certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: 1,9 , Raton Title: pi cedoil (Type or Print) Person: of Certifying G � Date: mulct(y � avto 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 form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - 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." "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form Page 6 of 6 ACORD„, CERTIFICATE OF LIABILITY INSURANCE l 3 TE(MW O D PRODUCER (865) 691 -4847 FAX: (865) 694 -4847 TI3 Insurance Services, Inc. 1900 Winston Road, Suite 100 P.O. Box 10328 Knoxville TN 37939 -0328 THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED J. E. Harem Company' P. 0. Box 450 123 Washington Avenue Athens TN 37371 -0450 INSURER*: Union Insurance Company INSURER a Continental Western Ins. INSURERC :American Interstate Ins. ENSURER 0: INSURER E: COVERAGES - THE POLICIES OF INSURANCE LISTED BELOW REQUIREMENT, TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY THE POLICIES AGGREGATE LIMITS SHOO/ MAY HAVEBEEV HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTMTHSTANDING ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. DESCRIBED HEREIN 18 BUS.N:CT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POUCIES REDUCED BY PAID CLAD TYPE OF POLICY NUMBER PeLIATVIWJE aA7EACON" LASTS A GENERALUJABILIWYY X COMMERCIAL GI UABILIfY CPA 4344222 -10 Incl Prem Ops; Broad Form Property Damage; Indep Contractor 4/6/2009 4/6/2010 V/ EACH OCCURRENCE $ 1,000,000 � MSS i 300,000 I CLAIMS MADE X OCCUR ___ ___ „iED woman, emson) $ 10,000 PERSONAL &ADVItJURY $ /1,000,000 X Zacl X,C,U GENERAI.AGGREGATE s ✓ 2,000,000 X Contractual Liab. PRODUCTS • COMPIOP AGG $ 2,000,000 eon AGGREGATE LIMIT APPLIES PER: POUC f PR1 LOC A AUTOMOBILE X X X X LI BILfY ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON•OWNED AUTOS CPA 4344222 -10 4/6/2009 4/6/2010 a! COMBINED SINGLE LINK Ms eminent) s �1,00a,000 eooa. W my (Per mien) $ BODILY INJURY (Per eeddenl) s PROPERTY DAMAGE (Per =Went) S GARAGE LIABILITY ANY AUTO A1ITOONLy -EA ACCIDENT 5 OTHER THAN EA ACC $ AUTO ONLY: AGM S B EXGESSIUMBREU.A X LIABILITY 1 OCCUR CLAIMS MADE DEDUCTIBLE RETENn0n 510.000 CIA 4344223 -10 4/8/2009 4/6/20],.0 EACH.00CURRENCE $ . 3,000,000 AGGREGATE s 3,000,000 $ s C / WORKERS COMPENSA N AND ./ ANYPROPR1ET0RARTNERIEXECUTTIVE OFFICERRMEMBEREXCLUDED? Iteu,describe under SPECIALPRQV$ION9belor Owner Included AVWCTN1851032009 10/1/2009 10/1/2014 ✓ y� g H X I'M 1 17t E.L. EACH ACCIDENT S 500,000 E.DlSESE•EAF►PoYfE S 500 r 000 ELL - DISEASE - POLICY LIMIT s 500,000 A MIR Installation Floater - Completed Value CPA 4344222 -10 "All Risk° subject to Policy Exclusions 4/06/2009 4/06/2010 f per Jobsite $1,000,000 Per Occurrence ✓ $1,000,000 Deductible $1,000 DESCRIPTION OF OPERATIONSI L0CATIONSWVEHICLE&EXCLUSIONS ADDED BY ENDORSEMENTIIPECIAL PROVISIONS Project: 4309008 OSO W..A_P. West Plant Aeration Basins Walkway; The City of Corpus Christi is named as additional insured on all general liability (GL) and all automobile liability (AL) policies. R/ CERTIFICATE HOLDER CANCELLATION City of Corpus Christi Engineering Services Attn : Contract Administrator P.O. Box 9277 Corpus Christi, TX 76469 1 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WLL ENDEAVOR TO MAIL /30 DAYS WRITTEN NOTICE TD THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE 70 DO so SHALL IMPOSE NO OBLIGATION OR UABIJTY OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED RSENTATIVE /'� Bunny Oakes /BECHEN /. ,G _ �.- _____ ACORD 25 (2007108) INS025 (01oa) Dew O ACORD CORPORATION 1988 Pape 1 of 2 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 Iieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this cerlficate does not confer rights to the certificate holder In lieu of such endorsemenf(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing insurer(s), authorized representative or producer, and the certificate holder, nor does It affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon. ACORD 25 (2001!08) INS025 lotus! oft Pape 2 of 2 Insured: J. S Haren Company v Policy No. CPA 4344222 -10 Policy Period: 4106/2009-2010 COMMERCIAL GENERAL LABILITY CL CG 0443 11 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S GENERAL LIABILITY ADVANTAGE ENDORSEMENT This endorsement modifies insurance povided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART SUMMARY OF COVERAGE EXTENSIONS Paragraph Name Of Extension Lima or Included A. Miscellaneous Addilloixd Insureds — O IN D i "5.. OO.Prcr..11„Or1S Inchnied B. Aggregate Limits Of Insurance For Construction Projects: 1. Single Cons on Project Aggregate Limit (Away From Conant) 2. Cap For AN Damages From All Ongoing Construction Projects $5,000,000 C Expected Or Intended Injury Or Damage included D Joint Ventura / P1Statrship /Umfted LIMO Compeny Coverage Included E. Knonfsdge OFOoouirence Included F. Legal Ual — Damage To Premises Rented To You (Fre. Lightning, Explosion, or Leakage From Autorna0o Fire Prvtecive %stems) 8300,000 G. Medical Payments $104000 11. Mobile Equipment. Redefined eluded i Newly Formed Or Acquired Organizations — Extended Period Of Cover - age Included J. Non -Owned Watercraft Qrrreased b maximum langth of) 61 feet K Supplementary Payments — increased UrnrI 1. Ball Bonds $2.600 2. Loss OfEarnings $1,000 L Unintentional Omission In DIdosere included M. Waiver OfSubroga0on Included The above is a mummery only. Please consult fhe specific provisions Met fallow for complete trdbrmstlon an the extensions provided If them is eonEat between thb summary and the endorsement provisions That Woad the endorsement provisions shall mama. CL CG 0443 11 06 includes copyrighted material of Insurance Services OfiIce, Inc., Page 1 of 8 vvillt Ib permission The provisions of the Commercial General Liability Coverage Part apply except as otherwise provided in this endorsement. This endorsement applies only if such Coverage Pmt is Included in this policy. J � MISCELLANEOUS ADDITIONAL INSUREDS WHO IS AN INSURED (Section ifj is amended to Inhale as an insured any person or organization (referred to as additional insured below) de- scribed in paragraphs A.3.a. through A.3.d. below when you and such person or organization have agreed in wilting in a oont act or agreement that such person or organization be added as an add - tional insured on your policy, provided that 1. The vwitten contract or written agreement Is: (a) currenly in effect or during rm the te of this policy; and effedlve (b) n led prior the and the addffional injury', "prop- erty damage%, or "personal and advertis- ing Iujry. 2. The frherrance afforded by this provision does not apply to any person or organization In- cluded as an additional insured by a separate endorsement issued by us and made a part of this policy or coverage part 3. Only the folbwing persons or organizations are adder insureds under this provision, with coverage fix such additional insureds limited as provided herein: a. Managers or Lessors of Premises A manager or lessor of premises but only with respect m liabil ty arising out of the ownership, rnalrrtenance or use of that part of the promises leased to you and subject b the following additional exclu- sions: This insurance does not apply to: (1) Any "occurrence* which takes place after you cease to be a tenant In that premises. (2) Sirucbrat alterations, new construo- tion or demolition operations per- formed by or on behalf of such addi- tional insured CL CG 0443 1106 b. Lessor Of Equipment Airy person or organization from whom you lease equipment. Such person or or- ganization Is an Insured only eft respect to IfabIE.y kw "aodlY k4uN , 'ppertY damage" or 'personal and advertising In- jury" caused, in whole or In pat, by your maintenance. operation or use of equip- ment leased to you by such person or ar- ganization. A person's or organization's status as an additional insured under this endorse- ment ends when their oohiract or agree- ment with you for such leased equipment ends. This insurance does not apply to any "oo- currence" which takes place after the equipment lease expires. c. Controlling Interest Amy t (s) a' m(s) vAlit a controlling interest in the Named Insured, but only with respect to their liability aris- ing out of: 1. Their financial control of the Named Insured; or 2. Premises they own, maintain or con- trol while the Named insured leases or occuples these premises. Thle insurance does not apply to sfrua turat alterations, new constr uctlon and demolition operations performed by or for such additional insured. d. Owners Or Contractors For Whom You Ave Performing Ongoing Operations 1. Any person or organization for whom you ere peribining opendions but only wait respect to liability for "body • and damage' nd ng , ire whole or in tart, by a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance 01 your ongoing operations for the additional Insured. A person's or o gardzation's status as an additional inured under thhis pro - vision ends when your operatibns for that additional Insured are completed. Includes copyrighted material of Insurance Services Office, Inc_, Page 2 of 8 with its permission 2. With respect to the insurance af- forded to these additional insureds, the following additional exclusions apps This insurance does not apply to: a. "Bodily Irrjtry, "property damage" or "personal and advertising in- jury' arising out of the rendering o1 or the fadtre to render, any professional architectural, engi- neering or surveying services, in- cluding: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opin- ions, reports. surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, ar- cihitec10 ai or engineering ao- b. "Bodily injury" or "property dam- age" occurring after (1) M work, including materials, or in�connection with such work, on the project (other than service, irrarice or re- pa to be performed by or on behalf of the addifbnai In- sure* at the location of the covered operations has been Completed; or (2) That portion of "your work" out of which the injtay or damage arises has been put to its intended use by any person or organization other than another contracor or subcontractor engaged in perbrinImg o for a principal as a part of the same project With respect to coverage provided by this provi- sion A. Miscellaneous Addflonai Insureds, the following additional provisions also apply. (1) Any insurance provided 10 an additional in- sured designated under paragraphs A.3.a through AAA above does not apply: (a) To "bodily tnjtryr or "property damage' included within the "products - completed operations hazard "; or CLCCs04431106 (b) To "bodily injury,. 'properly damage' or 'personal and advertising injury, arising out of the sole negligence of such addl- tonal insured. (2) Paragraph 4.b. of Section IV — Commercial General Liability Conditions is deleted and replaced with the following: b. Excess insurance 'lids insurance is excess over: 1. Any of the other insurance, whether primary, excess, contbugent or on any other basis that is available 10 the addBonal insured unless you and the addBonai insured have specifically agreed In wrung that this insurance be primary. Then we VA treat any other insurance maktabed by the additional insured for irgury or dam- age covered by proviebn A. Miscel- laneous Atiohal Insureds, es- rapt such other insurance as noted in paragraph b.2. below, as excess to this insurance. if apec><tcaiy required by such written contract or written agreement, we wilt not seek cordrbulion from any other liability insurance available to the ad- ditional insured for injury or damage covered by provkdon A. Miscellane- ous Additional Btsueds, except for such other insurance as noted in paragraph b.2. bebw. 2. My other primary liability Insurance available to the additional insured for damages arising out of premises or ongoing operations for which such person or organization has been added as an addgonal insured by at- tachment of an endorsement. When this insurance is excess, we will have no duly under Section 1— Coverage A Bodily injury And Properly Cov- erage Pew Liability Injury Liability to defend the insured against any 'ad" if any other barer has a duty to Mend the Insured against that "stir 1f no other insurer defends, we will undertake to do so, but we will be entitled to the irstred's rights against all those other insurers. When this insurance Is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of Includes copyrighted material of Insurance Services OiTice, Inc.., Page 3 of 8 with its permissbn Insured: J S Horan Company Policy No CPA 4344222 -10 V Policy Period: 410612009.2010 CS 20 37 07 04 TRES ENDORSEMENT CREMES ERZ POLICE PLEASE BEAD IT CAREVOLIT. ,ADDITIO1 I INSURED — =UMW LESSEES OR CONTRACTORS cozdPLETED 6PERBTIoNs This endorsement modifies insurance provided under the following: CONMIEBCIAL GENERAL LIABILITY COVERAGE PART SCREDOLE 3tene of Additional Insured Person (s) or organi:atioa (s) : City of Corpus Christi / Engineering Services V Attn: Contract Administrator P 0. Box 9277 Corpus Christi, TX 78469 Location And Description of Completed Operations Where required by written contract, Gty of Corpus Christi, Engineering Services, P 0 Box 9277 Corpus Christi, TX 78969 is additional insured under this form only for "your work' easnp)eted between the effective dat to the expiration date of this policy Section Is - lobo Ie An Insured is amended to include as an additional insured the person(s) or orgeniration(s) shown in the schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products - completed operations haserd ". or 20 34 u1 04 757 etbparties, Zs= %004 Page 1 TE 99 O1B ADDITIONAL INSURED This endorsement modifies insurance provided under the following: SDS7NESS AUTO COQ FORM KERR= COMMIE FORM TRUCKERS COVEMASE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 03/26/10 Policy Number CPA 4344222 -10 Named Insured / J. S. Heren Company d P y Counter sgned by /9 L . IDYL orized Representative) The provisions and exclusions that apply to LIASILIft COVERAGE also apply to this endorsement. ' City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator F.A. Box 9277 Corpus Christi, TX 78469 -9277 (Enter Name and Address of Additional Insured.) is an insured, but only with respect to legal responsibility fof acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any preen unit stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORK= 99 O R - 9DDXTXp AL ENSURED Texas Standard Antomebile Endorsement Prescribed March 18, 1992 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR. LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: Schedule Name: SEE BELOW 2. Address: SEE BELOW 3, Number of days advance notice: THIRTY D30) V City of Cu.,.pus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 Named Insured: 3. S. Hazen Company Policy Number: CPA 4344222 -10 Effective Date of This Endorsement: 03 /26/10 Authorized Representative: Name (Printed); Raymond L. Oakes, III Title (Printed): President - Construction Division CG0205 (11. -85) TE 02 QZA '( CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEIVIENT This endorsement modifies insurance provided under the following: WETNESS AUTO COVERAGE VOW GARAGE COVERAGE FORK TROCHEES COVERAGE FORK This endorsement changes the policy effective on the inception date of the policy another date is indicated below; Endorsement Effective 03/26/10 Policy Number ,/ CPA 4344222 -10 Named Insured 3. S. Haren Company Countersigned by rzzed Aepresentatz V TWIRTY (301 days before this policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to 7 El SEE _ BELOW (Enter Same and Address) City of Corpus Christi Dept, of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 7B469 -9277 Authorized Representative:1 AIL Name (Printed) :, Raymond L. Oakes, III Title (Printed): President - Construction Division Foam= 02 02A - C iCBLLATTOS PROVISION OR COVERAGE CO M= ENDORSEMENT Tema Standard Anto ebile Sadorsement Prescribed Iaoreebee 1, 1087 WORKERS COMPENSATION MID 22471.0TERS LIABILITY IUSDRANCE POLICY WC 42 06 O. (Ed. 7 -84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cance)ation or other material change of the palicy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule, This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule• 1. Number of days advance notice: 2. Notice will be mailed to: 3D Schedule City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorrsement is issued subsequent to preparation of the policy.) Palley No. AVWCTN1851032(Qn9dorsement No, 3 Endorsement Effective 03/26/10 Insured J. S. Haren Company Insurance Company American Countersigned By: Interstate Ins. Raymond L. Oakes, III WC 42 06 01 Name (Printed): ym s J (149446 (Ed. 7 -B4} Title (Printed) : President - Construction Division GENERAL ENDORSEMENT Name of person or organization insured J• S • Harem Company Date this endorsement takes effect 03/26/10 Endorsement Number 24 Policy Number CPA 4344222 -10 Policy Period 04 /06/09 -10 Builders' Risk / Installation Floater Name of Company issuing this endorsement Union Insurance Company . (We will not fill in the above unless we issue this endorscrnent alter we issue your policy) In consideration of no change in premium, add the following as an additional insured: City of Corpus Christi: Department of Engineering Services P.Q. Box 9277; Attn: Contract Administrator Corpus Christi, TX 78469 -9277 Should the above described policy be cancelled or materially changed before the expiration date thereof, the issuing company will mail 30 days written notice to the above named. Signature: KK-GLOO Authorized Agent