Loading...
HomeMy WebLinkAboutC2010-218 - 5/25/2010 - Approved2010 -218 M2010 -125; 05/25/10'' olloman Corporation r s (Revised 7/5/00) OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) Project No. 7259 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised August 2008) Worker's Compensation Coverage For Building or Construction Projects For Government Entities SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A- 4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A 17 Field Office (NOT USED) A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) ._rcd ( ,.cvi -ed 7/5/00) (NOT USED) A -24 Surety Bonds A 25 Sales Tax Exemption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A -27 Responsibility for Damage Claims A -28 Considerations for Contract Award and Execution A -29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 Facilities Special Requirements (NOT USED) A -36 Other Submittals (Revised 9/18/00) A -37 Amended "Arrangement and Charge for Water Furnished by the City" A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 . As- -Built Dimensions and Drawings (7/5/00) A -46 Disposal of Highly Chlorinated Water (7/5/00) A -'17 Pre-Construction Exploratory Excavations (7/5/00) (NOT USED) A -48 Overhead Electrical Wires (7/5/00) A -49 Amended "Maintenance Guaranty" (8/24/00) A -50 Contaminated Soils A -51 Fences A -52 Security A -53 Protection of Public and Private Property A -54 Noise Control A -55 Access roads A -56 Parking A-57 Dust Control A -58 Temporary Drainage Provisions A -59 Amended Prosecution and Progress A -60 Technical Special Provisions A -61 Dewatering (NOT USED) - TECHNICAL SPECIAL PROVISIONS PART B PART C - GENERAL PROVISIONS - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 01011 - Equipment Documentation Requirements PART T - TECHNICAL SPECIFICATIONS SPECIAL CONDITIONS 1E12[1] - Construction Requirements Within Texas Department of Transportation Right -of -Way SITEWORK T2 -A1 - Demolition T2 -A2[1] - Deviations Occasioned by Existing Obstructions T2-A3 - Clearing, Grubbing and Stripping T2 -B1 - Site Grading T2 -E2 - Structural Excavation and Backfill T2 -B3[1] - Pipe Trench Excavation and Backfill T2 -B5[5] -- Street and Parking Lot Excavation and Backfill T2-B8[1] - Lime Stabilized Subgrade T2-B10[1] - Compacted Embankment T2- B11[2] - Boring and Casing Roadways T2 -F5[2] -- Concrete Inlets (Grate Inlets) T2 -H1[6] - Flexible Base (Limestone) T2 -H6[1] - Prime Coat T2 -H11 - Hot Mix-Hot Laid Asphaltic Concrete Pavement T2- H16[1] - Concrete Sidewalk and Concrete Driveways T2 -H17 - Removing and Replacing Pavement, Curb and Gutter, Driveways and Sidewalks T2- H18[1] - Portland Cement Concrete Pavement T2-J3[1] - Seeding CONCRETE T3 -A - Concrete Formwork T3 -B - Reinforcing Steel T3 -C1 - Normal Weight Aggregate Concrete T3 -C4 - Concrete Structures METALS T5 -A1 - Structural Steel and Other Metals T5 -E9[2] -. Aluminum Access Covers FINISHES T9 -K Painting EQUIPMENT T11 -B2 - Wet Pit Vertical Turbine Pumps T11- C10[6]- Ultrasonic Flow Measuring Equipment (Non- potable water system) T11 -D13 - Containerized Handling Equipment T11-D31 - Dual Flow Traveling Screen T11 -G3[2] - Warning Signs (Outdoor) SPECIAL CONSTRUCTION T13- A11[1]- Pumping and Pressure System T13 -C1[1] - Repairs, Additions and Modifications of Existing Structures 13500 - SCADA System MECHANICAL T15- B14[2]- Copper Water Piping System T15 -C2 - Ductile Iron Pipe and Fittings T15 -C3[1] - Polyvinyl Chloride Pipe and Fittings T15 -05 - Installation of Process Piping T15 -C6 - Testing of Process Piping T15- C12[1]- Fiberglass Manholes for Process Piping T15- C14[1]- Pipe Hangers and Supports T15 -C20 - Pipe Labeling T15 -D1 - Miscellaneous Valves, Fittings and Gauges T15-D2[3] - Resilient Wedge Gate Valves T15 -D4[2] - Check Valves (Rubber Flapper Type) T15 -D8[3] - Air Release Valve T15 -E8 - Power. Operated Slide Gates T15 -F3 - Electric Actuators ELECTRICAL 16010 - Electrical General Provisions 16060 Grounding 16075 - Electrical Identification 16123 - Conductors 16130 - Boxes and Enclosures 16136 - Raceways 16412 - Enclosed Circuit Breakers 16442 - Panelboards 16443 - Motor Control Centers 16448 - Control Panels 16461 - Dry -Type Transformers APPENDIX A GEOTECHNICAL REPORTS LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID)/ PROJECT NO.7259 consists of sitework and demolition, excavation and backfilling, dewatering, concrete structures, four vertical turbine pumps, two hydro - pneumatic tanks, valves and piping, flow metering, dual flow traveling screen, slide gates and operators, painting, concrete pavement, pavement repair, SCADA, electrical and miscellaneous items of work required to complete project. Additionally, the project requires boring across Ennis Joslin with an 8" steel casing and 4" PVC for a new effluent force main. All work will be completed in accordance with plans, specifications and Contract Documents, will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, April 28, 2010, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Wednesday, April 21, 2010 beginning at 2 :00 p.m. The pre -bid meeting will convene at Department of Engineering Services, Main Conference Room, 3rd Floor, City Hall, 1201 Leopard St., Corpus Christi, Texas and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope, followed by a question and answer session. A site visit will follow after the meeting, if requested. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and 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 Engrg. Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance .indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on 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 B. 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 of 2 ❑The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe name of the project must be listed under "description of operations" on each certificate of insurance. ❑For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS 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 (1) 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 al1 persons providing services on the project; and (8) 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 alI required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide.as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (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 I 1 0.1 10(4)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512- 440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.1 1 0(0)(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 a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new 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 notify 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 verb 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) notify 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 of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 SECTION A SPECIAL PROVISIONS SECTION A - SPECIAL PROVISIONS Project No. 7259 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, April 28, 2010. Proposals mailed should be addressed in the following manner: City of Corpuo Christi City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL- OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 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 nonresponsive. 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 will be held on Wednesday, April 21, 2010, beginning at 2:00 p.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project This project consists of sitework and demolition, excavation and backfilling, dewatering, concrete structures, four vertical turbine pumps, two hydro - pneumatic tanks, valves and piping, flow metering, dual flow traveling screen, slide gates and operators, painting, concrete pavement, pavement repair, SCADA, electrical and miscellaneous items of work required to complete project. Additionally, the project requires boring across Ennis Joslin with an 8" steel casing and 4" PVC for a new effluent force main. All work will be completed in accordance with plans, specifications and Contract Documents. A -4 Method of Award The bids will be evaluated based on the Total Base Bid, of funds. The City reserves the right to reject any or all bids, to accept the bid which, in the City's opinion, is most in the best interest of the public. subject to the availability to waive irregularities and advantageous to the City and Section A - SP (Revised 9/18/00) Page 1 of 2S Explanation of Measurement and Payment 1. Pump Station: This item shall be measured as a Lump Sum. This item shall include all work required to construct the improvements to the Oso Water Reclamation Plant Effluent Reuse Pump Station, such as bonds, insurance, move -in, move -out, dewatering and all work to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. 2. PVC Pressure Pipe: PVC pipe will be measured by the linear foot of pipe installed, regardless of the depth. Measurement will be made horizontally along the centerline of pipe from face to face of fitting. This item includes but is not limited to the following work: a. Trench Excavation, including removing and disposing of existing unsuitable soil, pavement, etc. b Furnishing and installing pipe, concrete thrust blocking as specified in the plans and specifications and any other items required to complete the water system improvements in accordance with the Contract Documents that are not measured and paid for under another bid item. c. Making any connections to existing lines as required to complete the improvements ready for use including providing sleeves to make connections as necessary. d. Placing and compacting embedment and trench backfill (including furnishing the select bedding material). e. Grading and cleaning up of pipe trench and affected area. f. Hydrostatic testing of completed line. All blow -off valves, taps, and concrete, mechanical or welded thrust restraint required to test the line. g. Restraining joints as called for in the Plans and Technical Specifications. h. Furnish restoration of property including, but not limited to, fences and vegetation of all disturbed areas as specified in the Contract Documents. i. Repairing caliche and gravel driveways and roads. j. Demolition and removal of obstructions and plugging existing pipes cut during construction. 3. Pipe Fittings: This item will be measured by each individual fitting for each size and type listed on the Proposal. This item includes but is not limited to the following work: a. Trench Excavation, including removing and disposing of existing unsuitable soil, pavement, etc. b. Furnishing and installing the fitting (fittings to be wrapped in polyethylene). Does not include sleeves or fittings required for connection to existing piping, this is subsidiary to PVC pipe installation. c. Restraining joints as called for in the plans and specifications. d. Include the cost of furnishing and installing any adapter, tap, blow off valve, concrete, mechanical or welded thrush restraint or special fitting required to hydrostatic test and complete the installation. e. Placing and compacting embedment and backfill (including furnishing the select bedding material). f. Grading and cleaning up of pipe trench and affected area. g. Repairing caliche and gravel driveways and roads. 4. Tie to Existing Pressure Pipes: This item will be measured by the connection to each existing pipeline. This item includes but is not limited to the following work: a. Exploration to locate existing pipeline and excavation to make connection to existing pipe, including removing and disposing of existing unsuitable soil, pavement, etc. Section A - SP (Revised 9/18/00) Page 2 of 28 b. Cut existing pipe and remove as necessary to make the connection possible. If cutting new fitting into Existing pipeline, cap and plug abandoned end of pipe. If connecting to the end of an existing pipe, remove existing thrust blocking and end 'cap and /or cut end of existing pipe as necessary to make connection. c. Provide and install all fittings, sleeves and pipe as necessary for connecting to the existing line. Connection to existing pipe shall be made with ductile iron solid sleeve (MJ). d. Unless shown or noted otherwise, bend or tee for connection shall be paid for under the fitting bid item. Note that fittings and valve for the connection to the existing plant non - potable water piping is included under this bid item. 5. Steel Casing Installed by Boring: This item will be measured by the lineal foot steel casing installed by boring. This item includes but is not limited to the following work: a. Bore pits and boring. b. Furnishing and installing (including welding and bolting and, when required, grouting) pipe casing. c. Installing carrier pipe where shown (carrier pipe is to be paid for under the pipe line item). d. Sealing the ends of the casing (as shown on Detail Sheets of the Drawings). e. Furnishing and installing carrier pipe spacers as described in the plans and Contract Documents. f. Furnishing and installing marker signs, vents, and test leaders at each end of casing as specified in Technical Specifications or on Plans. 6. Connection to. Existing Effluent Junction Box: The connection to existing effluent junction box shall be paid as a Lump Sum. This item includes, but is not limited to, the following work: a. Excavation, including removing and disposing of existing unsuitable soil, pavement, etc. b. Furnishing and installing the new wail pipe. c. Necessary provisions, including bypass pumping, if necessary, to allow uninterrupted flow of plant effluent through or around the junction box while making the connection. d. Placing and compacting backfill. e. Grading and clean up of area. 7. Gravity Pipe (PVC): This item will be measured by the linear foot of pipe installed and by the depth classifications shown on the proposal. The depth shall be measured from the flow line of the pipe to the ground surface over the center line of the pipe at the time of construction. The length of sewer pipe will be measured between centers of manholes where the installation involves the connection of sewer into a manhole at each end of the line being measured. This item includes, but is not limited to, the following: a. Trench excavation including removing all material encountered (including asphalt and concrete) and disposing of all unsuitable and /or excess material. b. Furnishing and installing C905 PVC pipe, including any special bedding, required to complete the sanitary sewer line in accordance with these Contract Documents that are not measured and paid for under another bid item. c. Making connections to structures and /or lines unless provided elsewhere and as required to complete the gravity line improvements ready for use. d. Placing and compacting backfill. e. Grading and cleaning of backfilled pipe trench and affected area. f. Infiltration and exfiltration testing. g. Protection of existing utilities during construction, including temporary supports, rerouting if necessary and removal and replacement as necessary. Section A - SP (Revised 9/18/00) Page 3 of 28 8. Gravity Pipe Installed by Boring, No Casing: This item will be measured by linear foot of C905 PVC pipe installed by boring as shown on the drawings. .There shall be no additional payment for grouting, multiple pilot holes, etc. and there shall be no additional payment in excess of the length of bore (no casing) shown on the plans. This item includes, but is not limited to, the following work: a. Dewatering b. Bore pits and boring. c. Furnishing and installing pipe d. Any items to complete the improvements in accordance with the Contract Documents that are not measured and paid for under another item. 9. Fiberglass Manholes: This item will be measured by each individual manhole installed. This item includes but is not limited to the following work: a. Dewatering b. Structural excavation including removing all material encountered (including asphalt and concrete) and disposing of all unsuitable and /or excess material c. Furnishing and installing of all material required to complete the manhole accordance with these Contract Documents that are not measured and paid for under another bid item. d. Placing and compacting backfiil e. Grading and cleaning of affected area 10. Trench Safety: Trench Safety shall be measured by the linear foot or lump sum as noted for all pipeline trenches over 5' deep and manhole excavations over 5' deep and shall include the cost to provide trench safety as set out,in Subsection T2 -B3 Pipe Trench Excavation and Backfill. 11. Well Pointing: This item shall be• measured by the linear feet of pipe trench or lump sum as noted where dewatering is needed to keep the excavation dry, as approved by the Engineer and shall include all costs to provide a dry foundation for the proposed improvements. Dewatering for the pump station excavation is not included in this item and is subsidiary to. the Pump Station and Sitework. 12. Concrete Pavement: Concrete Pavement shall be measured by the square yard of finished pavement of the required thickness. This item includes, but is not limited to, the following work: a. Furnishing any excavation, backfili or compaction required. b. Furnishing and installing lime stabilized Subgrade. c. Furnishing and installing all dowels, reinforcing steel, forms and other materials required. d. Furnishing, placing, consolidating and finishing concrete. e. Furnishing and placing curing compound as directed. 13. Concrete Block Curb: Concrete curb shall be measured by the linear feet of completed curb. Curb shall be measured along the centerline. 14. Concrete Walk: This item shall be measured by the square foot of new concrete walk installed. The estimated quantity of sidewalk shown on the proposal form may be more than the drawings indicate, this it to allow revisions to be made to the concrete walk layout during construction without having to delay construction for preparation of a Change Order. The Contractor shall-construct concrete walk as shown on the drawings and a directed by the Engineer in the field. The Contractor shall bid the quantity shown on the proposal form. This item includes but is not limited to the following work: Section A - 5P (Revised 9/16/00) Page 4 of 28 a. Furnishing any excavation or compaction required. b.' Furnishing and installing all dowels, reinforcing steel, forms and other materials required, c. Furnishing, placing, consolidating and finishing concrete. d. Furnishing and placing curing compound as directed. 15. Asphalt Pavement Repair: This item shall be measured by the square yard and shall pertain to any existing asphalt pavement that is cut when necessary to construct this project_ This item includes but is not limited to the following work: a. Furnishing, placing and compacting base course b. Furnishing and applying prime coat c. Placing and compacting asphaltic concrete 16. Removing & Replacing Sidewalk: This item shall pertain to any existing concrete sidewalk that is cut and removed when necessary to construct this project. This item will be measured by the square foot of sidewalk removed and replaced. This item includes but is not limited to the following work: a. Saw cutting, when necessary, and removal and disposal of existing concrete sidewalk. b. Furnishing and placing formwork and reinforcing steel. c. Furnishing, placing and finishing concrete 17. Utility Allowance: Contractor shall insert the figure in his bid proposal. This item shall be used for unanticipated circumstances. Payment shall be negotiated for each circumstance. 18. Items Not Listed on the Proposal: Items of work not listed on the Proposal Form necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their cost should be included in the appropriate bid item. Any item required on the plans and contract documents shall be paid under the appropriate bid which covers the item. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference Oso Water Reclamation Plant Effluent Reuse Pump Station (Rebid)Proiect No. 7259 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 305 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, $300 per working 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 d thpletion 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. section A - SP (Revised 9/18/00) Page 5 of 28 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, 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 -B 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 shall apply. When conflict in wage rates, the higher of the rates shall prevail. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer, The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) Section A - SP (Revised 9/1B/00) Page 6 of 28 One and one -half (12) times the specified hourly wage must be paid for all hours worked in excess of. 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess System at 1 -800 -344- 8377, the Lone Star Notification Company at 1 -800- 669 -8344, and the Verizon Dig Alert at 1- 800 -483 -6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer, Urban Engineering -Mark Marone Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks 6 Recreation Department Streets & Solid Waste Services AEP SSC / A T & T Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) CenturyTel ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 826 -3500 826 -3500 y 854 -3101 826 -3540 882 -1911 826 -1880 826 -1818 885 -6900 826 -1881 826 -3461 826 -1970 299 -4833 881 -2511 857 -1946 857 --5000 887 -9200 225/214 -1169 881 -5767 512/935 -0958 972/753-4355 (826 -3140 after (826 -3140 after (885 -6900 after (826 -3140 after hours) hours) hours) hours) (361/693 -9444 after hours) (1- 800 -824 -4424, after hours) 857 -1960 (857 -5060 after hours) (Pager 800- 724 -3624 (225/229 -3202 (M) (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 flamed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other Section A - SP (Revised 9/18/00) Page 7 of 28 liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather acccon must be provided • demand° of inclement w athcr. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the Standards and Practices as adopted available through the City's Traffic secure the necessary permit from the All costs for traffic control are payment will be made to Contractor. City of Corpus Christi's Uniform Barricading by the City. Copies of this document are Engineering Department. The Contractor shall City's Traffic Engineering Department. considered subsidiary; therefore, no direct A -i.4 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 The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "cl an" dirt top soil. "Clean" dirt Top soil is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt ;oust be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 9/18/00) Page 8 of 28 A -17 Field Office (NOT USED) The Contractor must furni..h thc City Engineer or his representative with -a field office at thc construction- site. Tie field office must contain at least 120 ..quare fcct of us ,able space. Contractor. Thcrc 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 working 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 also 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 for the entire project. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Once a Month Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: a. Operation of treatment facilities during construction: The City is required by law to treat all wastewater entering its collection system; therefore, the schedule of construction must be structured to allow the treatment of all wastewater entering the plant. It is also the Contractor's responsibility to cooperate with the Corpus Christi Wastewater Services Department at all times in order to insure that the Owner may meet its legal obligation with as little inconvenience as possible. No bypassing of untreated wastewater shall be permitted. b. The schedule of construction shall be structured to meet all requirements of Section A -6 "Time of Completion" and as noted above. c. The schedule of construction shall not conflict with any provision of the Contract Documents and also that when the Owner is having other work done, either by contract or by their own forde, the Engineer may direct the time and manner of constructing the work done under this Contract so that conflict will be avoided and the construction of various works being done for the Owner will be harmonized. 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. Section A - SP (Revised 9/18/00) Page 9 of 28 Major controls and two (2) bench marks required for project layout will be provided by the City or Consultant Project Engineer. The Contractor will furnish all lines, slopes and measurements 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. The Contractor shall tie in or reference all valves and manholes, both Existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. 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 verification of compliance with the Contract Documents, Plans and Specifications. Said compliance certification shall be provided and prepared by a third party independent Registered Professional Land Surveyor (R.P.L.s.) licensed in the State of Texas retained and paid by the Contractor. The third party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the third party surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: All curb —rete —a Strcetc: Curb and gutter flow lino both sides of otrcct on a 200' interval Wastewater: • All rim /invert elevations at manholes • All intersecting lines in manholes • Casing elevations (top of pipe and flow line) (TxDOT and RR permits) - All top of valve boxes - Valve vaults rim Water: Storm Water: - All intersecting lines in manholco • A--20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the Engineer Consultant. 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. Section A - SP (Revised 9/18/00) Page 10 of 28 SCHEDULE OF TESTING BY THE CITY: 1. Embedment, Fill and Backfill Laboratory Testing: (1) Moisture- Density Relationship 2 Ea. (2) In -Place Density Tests 20 Ea. 2. Concrete Laboratory Testing: (1) Mix Design: One for each class of concrete. (2) Concrete Cylinders: (1 set is 3 cylinders) a) Bottom Slab 1 Set b) Walls 2 Sets c) Top Slab 1 Set d) Tank Foundation 1 Set e) Wall Support Piers 1 Set f) Concrete Pavement 1 Set SCHEDULE OF TESTING BY CONTRACTOR: Testing, including sampling, will be performed by Engineer or the testing firm's laboratory personnel, in the general manner indicated in the Specifications. Engineer shall determine the exact time, location, and number of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including sampling, to be performed. Contractor shall have no claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by Engineer or the testing firm's laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. When the specifications require inspection of materials or equipment during the production, manufacturing, or fabricating process, or before shipment, such services will be performed by Engineer or an independent testing firm or inspection organization acceptable to Engineer. Contractor shall give appropriate written notice to Engineer not less than 10 days before offsite inspection services are required, and shall provide for the producer, manufacturer, or fabricator to furnish sate access and proper facilities and to cooperate with inspecting personnel in the performance of their duties. The inspection organization will submit a written report to Engineer, with a copy to Contractor, at least once each week. The Contractor must provide all applicable certifications to the Engineer Consultant. A -21 Project Signs The Contractor must furnish and install 1 Project sign as indicated on Attachment No. 1. The signs must be installed before construction 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. Section A - SP (Revised 9/18/00) Page 11 of 28 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 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. 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. Section A - SP (Revised 9/18/00) Page 12 of 28 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 Project, Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) (NOT USED) The Contractor ohall assure thc appropriate building irrepectiono by thc Building IRepee Section D mutt obtain thc Ccrtifi ate of Occupancy, when applicable. • 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: Section A - SP (Revised 9/18/00) Page 13 of 28 "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) not hie 3, Tax Admi Publie Accounts of Texas. Charges" in thc into t-#e Project. 3. Provide resale ccrtifi atce to suppliers. Subcontractors arc eligibac fox sales tax exemptions if thc subcontractor aleo certificate to hie 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: Section A - SP (Revised 9/18/00) Page 14 of 28 In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to 1. Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims Paragraph (a) General Liability of Section. B -6 -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. Contractor must pay all costs necessary to procure such insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A -28 Considerations for Contract Award and 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, Section A - SP (Revised 9/18/00) Page 15 of 28 and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the clam 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 nicety (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: 1. The superintendent must have at least five (5) years recent experience in the day -to -day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not necessarily limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foreman, if utilized, shall have at least five (5) years resent experience in similar work and be subordinate to the superintendent. Foreman cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended "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; Section A - SP (Revised 9/18/GO) Page 16 of 28 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project, If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B- 7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A- 35--K, if applicable. 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. Section A - SP (Revised 9/18/00) Page 17 of 28 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. 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. A -35 Ci Water Facilities: S ecial Re i.rements (NOT USED) -Prior to performing aubcontr- actors, and each of their employees mgt have en their per...on a valid card certifying their prior attendance at a Vioitor /qtr ctor Safety Orientatioe Drogram. conducted by the City Water Department who do not have such a card, any City water facility. Attachment 1. For additional information refer to operator or other authorized maintenance employee of the C.ty Water Department. Section A - SP (Revised 9/18/00} Page 18 of 28 C. Protection of Water Quality Thc City must deliver water of drinking quality t its - customers at all protect thc quality of thc watcr. D. Conformity with ANSI /NSF Standard 61 American National Standards Institute /National Sanitation Foundation Such matcriala include aI1 aolvcnta, cicancr3, lithri anti, gaskot3, Thc Contractor shall providc the Engineer with c pies of written pro f of contact with potable water. • Trc zh All trash generated by thc Centractor or his cmploycca, agent.., or ..ubcontraetors, must be eenta red at all times at thc watcr facility site. 21 wing trash will not be allowed. The C ntractor shall kccp work areas cl -an at all trash daily. CONTRACTOR'S ON BITE PREPARATION 1. es P.M., Monday thru Friday. Contractor must not use any City facility rcatroomc. Contractor must labeled with company name. No rivatc cm lo cc vchicics arc allowed at O. vchicics. During working hours, contras -tor cmployca mu,.t not 1 ave tho during emergency racuation. a 15 1 e .. ACQUISITION) d monitoring and cont includes, but is not limits debugging, canbrat rng, or p1aeng in operatien all hardware and /or software specified or equircd by these specifications. Section A - SP (Revised 9/18/00) Page 19 of 28 uccesofully eenipleted -a:. t -urcr' c training coe sc In configuring and implementing thc for thc Contract. one manufacturer. be-taeed thc new work for thio rrojcct. 9. The Contractor ;hal an example of thc required programming bloc) which thc City rcquirec to be filled in and given to thc City Engineer with all L. Trenching Requirements A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. The Engineer will retain five sets (six if electrical) for distribution to City staff, inspector and Engineer's file. Contractor shall submit the additional number required for return for his files, manufacturers, sub-contractors, etc. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal. Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. Section A - SP (Revised 9/18/00) Page 20 of 28 d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Produdts required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g- Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -- construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage. for Building or Construction Projects for Government 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) The final acceptance of the improvements undcr Ccaeal Provision B 8 9. Section A -- SP (Revised 9/18/00) Page 21 of 28 A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and -Requirements for Municipal Construction Contracts Section B- 8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non- perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day A -42 OSHA Rules & Regulations 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, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built 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. (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: Section A - SP (Revised 9/18/00) Page 22 of 28 (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in cquipmcnt and dimensions duc to :substitution,,. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. (6) Horizontal and vertical dimensions of existing utilities affected, crossed or found during the construction. A -46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre- Construction Exploratory Excavations (7/5/00) (NOT USED) Prior to any constructien whatever on the p 'ej -eat, CentraeteT. shall exe-avate and the exact vertical and horizontal location of each crossing and potentially confli-eting pipeline. pipelines of thc project, Contractor shall cxea ate and expose said exiting pipclinen at a maximum f 300 feet O.C. and Contractor shall survey thc accurato horizontal and vcrti al locations of .=aid parallel pipelines at 300 feet maximum O.C. indi- eating thc Owner of pipelines excavated and surveyed, as-well an thc approximate station thereof, distance to thc pavement centerline and elevations of thc top of existing utilities. Engineer and until Contractor rcceivca Engineer's approval of report. actor shall provide all his own A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided fox all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP /CP&L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Section A - SP (Revised 9/18/00) Page 23 of 28 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 br not. A-49 Amended "Maintenance Guaranty" {8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Contaminated Soils If, during the construction, an area is suspected of a high level of contamination, then the City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow the following procedures: 1. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench. All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the construction drawings. 2. On -Site Stockpiles: Excess material from excavation, whether non - contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run -on, runoff„ and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean -soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. 3. Disposal of Excess Non - Contaminated Soil: The balance of any non - contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. 4. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector. Excess contaminated soil will be transported by the Contractor to a safe disposal area to be designated by the City. 5. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. A -51 Fences All existing fences affected by the work shall be maintained by Contractor until completion of the work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner Section A - SP (Revised 9/18/00) Page 24 of 28 of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate..gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. (No separate pay item) A -52 Security Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. No claim shall be made against Owner by reason of any act of an employee or trespasser, and Contractor shall make good all damage to Owner's property resulting from his failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by Owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures as required to protect the site. A -53 Protection of Public and Private Property Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. No trees shall be removed outside the permanent easement, except where authorized by Engineer. Whenever practicable, Contractor shall tunnel beneath trees in yards and parkings when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage from construction operations. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the Work or any part or site thereof, whether by him or his Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times. A -54 Noise Control Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound - muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. Section A - SP (Revised 9/1B/00) Page 25 of 28 A -55 Access Roads Contractor shall establish and maintain temporary access roads to various parts of the site as required to complete the Project. Such roads shall be available for the use of all others performing work or furnishing services in connection with the Project. A -56 Parking Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. A -57 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 bust screens. Proper ventilation shall be included with dust screens. Monthly payment will be withheld if this provision is not followed. A -58 Temporary Drainage Provisions Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. A -59 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 -60 Technical Special Provisions The requirements of "Technical Special Provisions" are incorporated by reference in these Special Provisions. A -61 Dewatering This item is considered subsidiary to the appropriate bid items where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water Section A - SP {Revised 9/18/00) Page 26 of 28 that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and /or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Marina. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor *.vould include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system, the Contractor shall contact Mark Shell 857-1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record bow long it takes to fill to original level and overnight level. section A - SP (Revised 9/18/00) Page 27 of 28 SUBMITTAL TRANSMITTAL FORM PROJECT: OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 OWNER: CITY OF CORPUS CHRISTI ENGINEER: URBAN ENGINEERING CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 9/1$/00) Page 28 of 28 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 26TH day of MAY, 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 Holloman Corporation termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,675,381.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT N0.7259 (TOTAL BASE BID: $1,675,381.00) 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. OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 BASE BID I 11 III IV v __. _ . ._ BID OTT & DESCRIPTION UNIT PRICE BID ITEM EXTENSION ITEM UNIT IN FIGURES (QTY & UNIT PRICE IN FIGURES) 1 1 LS Pump Station and Sitework, complete in place per LS / /7J EPi °. $ ill J��.] 3 0 e ` 2 404 LF 4" Dia. SDR 21 PVC Pipe, complete in place per LF g / L $ 62,6 3 10 EA 4" Dia. Ductile Iron Fittings, complete in place per EA IM $ 9 ak.s'a 4 1 LS Tie to Existing 4" Dia. Pipe, complete in place per LS [ (e Z = $ (( P Z 3 5 142 LF 8" Steel Casing - Bored, complete in place per LF 1! + r $ / _ $ e� �P 6 1 LS Well Pointing for Bored Casing, complete in place per 46.07 4 .vLS $ 7 88 LF 6" Dia. SDR 21 PVC Pipe, complete in place per LF 2 J F `� $ ��_1/ 8 3 EA 6" Dia. Ductile Iron Fittings, complete in place per EA 2-"21 i. 7 $ 9 1 LS Tie 6" to Existing 3" Non - Potable Piping, Including Fittings and Valve, complete in place per LS °VS $ i79 3 10 707 LF 8" Dia. SDR 21 PVC Pipe, complete in place per LF -s4 32, 11 15 EA 8" Dia. Ductile Iron Fittings, complete in place per EA 3 $ �°� � 12 1 LS Tie to Existing 8" Dia. Pipe, complete in place per LS �i'„ t $ 7® 13 1 LS Tie 8" to Existing 4" Non - Potable Piping, complete in place per LS �J (9 0 ee �511) $ 2.4511) PROPOSAL FORM PAGE 3 OF 6 OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 BASE BID PROPOSAL FORM PAGE 4 OF 6 BID QTY & DESCRIPTION UNIT PRICE BID ITEM EXTENSION ITEM UNIT IN FIGURES (QTY & UNIT PRICE IN FIGURES) 14 63 LF 16" Dia. SER 21 PVC Pipe, complete in place per LF $ 411 7 15 1 EA 16" Dia. Ductile Iron Fittings, complete in place per EA $ 16 1 EA 16" D.I. MJ Cap, complete in place per EA °^� $ ! 17 1 LS Connection to Existing Effluent Junction Box, complete in place per LS 44.. $ 441.0 18 82 LF 24" C905 PVC Open Cut (16' -18' Cut), complete in place per LF `� $ 2.o 6 19 11 LF 24" 0905 PVC Open Cut (22' -24' Cut), complete in place per LF 3 4( ep $ 3 1) 2, 20 126 LF 24" C905 PVC Bore, No Casing, complete in place per LF { {{{ 1 l 1 , $ �r 'ti_z. r 21 2 EA 24" Dia. DIP 45 Deg. Bend (MJ), complete in place per EA -11� $ 0 D 22 93 LF OSHA Pipeline '!Wench Protection, complete in place per LF C:1� $ 663�j 23 1 EA 5' Dia. Manhole, complete in per EA 43" $ 431°* 24 1 LS OSHA Manhole Trench Protection, complete in place per LS $ 7 25 93 LF Well Pointing for 24" Gravity Line, complete in place per LF i2 �/ $ T( 26 67 SY 6" Thick Concrete Pavement, complete in place per SY �/ $ [ed 27 12 LP 6" Concrete Block Curb, complete in place per LF 2-t7 $ 33C- PROPOSAL FORM PAGE 4 OF 6 OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 BASE BID I II III IV v BID QTY & DESCRIPTION UNIT PRICE BID ITEM EXTENSION ITEM UNIT IN FIGURES (QTY & UNIT PRICE IN FIGURES) 28 235 SF 4" Thick Concrete Sidewalk, complete in place per SF 77 _ {� $ `� 29 100 SY Asphalt Pavement Repair, complete in place per SY 31 �.1 p $ 30 300 SF Concrete Sidewalk' Remove /Replace, complete in place per SF -7 $ 21 A D — 31 1 LS Utility Allowance, complete in place per LS $20,000 $20,000 TOTAL BID: (BID ITEMS 1 -31) NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate, include an additional 5& in some cases, and may vary from the final quantities. Do not order material based on these approximate quantities. PROPOSAL FORM PAGE S OP 8 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 305 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTE City Secretary APPROVED A$ TO GAL FO By: Asst. City Attorney A it EST: (If Corporatio (Seal Be1Jbw) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) 010 10 -LAUrHCUE ICY mock .„ SEC1 ETARY CITY OF C PUS CHRIST By= 46(/'" Juan Perales, Jr/,P.E. Assistant City Manager Engineering /Development Services By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Holloman Co - •ration By: ney A. Sch 'arziose Ti e: Vice President 13730 IH 10 East (Address) Converse, TX 78109 (City) (State) (ZIP) 210/667 -9925 * 210/667-9968 (Phone) (Fax) P R O P O S A L F O R M F O R OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL, FORM PAGE 1 OF 8 P R O P O S A L Proposal of Holloman Corporation OR Place: Date: (z.� f r O a Corporation organized and existing under the laws of the State of Texas a Partnership or Individual doing business as xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx . TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: PROPOSAL FORM PAGE 2 OF 8 OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 BASE BID I II III IV v BID QTY & DESCRIPTION UNIT PRICE BID ITEM EXTENSION ITEM UNIT IN FIGURES (QTY & UNIT PRICE IN FIGURES) 1 LS Station Sitework, ompleteinplaceperL5 i41 �3 � $ I�y' 6 Y 2 404 LF 4" Dia. SDR 21 PVC Pipe, complete in place per LF y 3 b $ s/� Ge 3 ID EA 4" Dia. Ductile Iron Fittings, complete in place per EA I / $ @ 4 °.1 4 1 LS Tie to Existing 4" Dia. Pipe, complete in place per LS _ $ ( 2-6 5 142 LF 8" Steel Casing - Bored, complete in place per LF ( 1 1 $ 1/ P 4. IL 4 � 6 1 LS Well Pointing for Bored Casing, complete in place per LS 460 4 .v $ � 7 88 LF 6" Dia. SDR 21 PVC Pipe, complete in place per LF $ 3144 8 3 EA G" Dia. Ductile Iron Fittings, complete in place per EA 0,4'9 $ �J_%7 �p 9 1 LS Tie 6" to Existing 3" Non - Potable Piping, Including Fittings and Valve, complete in place per LS $ 1713 10 7 -0 -7— LF 8" Dia. SDR 21 PVC Pipe, complete in place per LF %1 $ 2.40 0 3 2, 11 15 EA 8" Dia. Ductile Iron Fittings, complete in place per EA 4 6 $ S ��� 12 1 LS Tie to Existing 8" Dia. Pipe, complete in place per. LS t t_ $ � T° 13 1 LS Tie 8" to Existing 4" Non - Potable Piping, complete in place per LS 2016°.D' $ 24545 PROPOSAL FORM PACE 3 OF 8 OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 BASE BID I II III -- IV V HID ITEM QTY & DESCRIPTION UNIT PRICE BID ITEM EXTENSION (QTY & UNIT PRICE IN FIGURES) UNIT IN FIGURES 14 63 LP 16" Dia. SDR 21 PVC Pipe, complete in place per LF $ 41-1 7 15 1 EA lfi" Dia. Ductile Iron Fittings, complete in place per EA 14{l $ 16 1 EA 16" D.I. MJ Cap, complete in place per EA 6,'� -� - $ S 1 Z 17 1 LS Connection to Existing Effluent Junction Box, complete in place per LS r 1 ®O Lt $ 1 D 18 82 LF 24" C905 PVC Open Cut (161-18' Cut), complete in place per LF �� L q 7 r c. $ ter J 19 11 LF 24" C905 PVC Open Cut (22' -24' Cut), complete in place per LF 342? $ 20 126 LF 24" C905 PVC Bore, Na Casing, complete in place per LF �� I $� �f 21 2 EA 24" Dia. DIP 45 Deg. Bend (MJ), complete in place per EA i��� $0° 22 93 LF OSHA Pipeline Trench Protection, complete in place per LF Cil ��j3� $ ww 23 1 EA 5' Dia. Manhole, complete in place per EA 4.36P %] $ SL�3imD I 24 1 LS OSHA Manhole Trench Protection, complete in place per LS 661 $ �� 7 25 93 LF Well Pointing for 24" Gravity Line, complete in place per LF �21. °.4/ 2. 1 $ 4' 26 67 SY 6" Thick Concrete Pavement, complete in place per SY $ / 27 12 LF 6" Concrete Block Curb, complete in place per LF it, $ 33 PROPOSAL FORM PAGE 4 OF 8 OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO. 7259 BABE BID I II III IV V BID QTY & DESCRIPTION UNIT PRICE BID ITEM EXTENSION ITEM UNIT IN FIGURES (QTY & UNIT PRICE IN FIGURES) 28 235 SF 4" Thick Concrete Sidewalk, complete in place per SF a (0 4 $ t 29 100 SY Asphalt Pavement Repair, complete in place per SY 31 $, 3 30 300 SF Concrete Sidewalk' Remove/Replace, complete in place per SF 7 $ 21 O D — 31 1 LS Utility Allowance, complete in place per LS $20,000 $20,000 TOTAL BID: (BID ITEMS 1 -31) NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate, include an additional 5W in some cases, and may vary from the final quantities. Do not order material based on these approximate quantities. PROPOSAL FORM PAGE 5 OF 8 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 chat 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 305 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. number): Receipt of the following addenda is acknowledged (addenda (SEAL - IF BIDDER IS a Corporation) NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached 'papers. Respectfully submi ed; Name: Hollom- j/Cor.,/ By: J SIEi •T ir Address: 13730 IH 1= East (P.O. Box) (Street) Converse, TX. 78109 (City) (State) (Zip) Telephone: 210- 667 -9925 (Revised August 2000) PROPOSAL FORM Page 6 of 8 * *Rodney A. Schwarzlose, Vice President PERFORMANCE BOND Bond No. 46BCSFH7755 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Holloman Corporation of BEXAR County, Texas, hereinafter called "Principal ", andHartford Fire Insurance Compax,y,a corporation organized under the laws of the State of Connecticut , 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 MILLION, SIX HUNDRED SEVENTY-FIVE THOUSAND, THREE HUNDRED EIGHTY -ONE AND NO/100($1,675,381.00) 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 26TH of MAY , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT NO.7259 (TOTAL BASE BID: $1,675,381.00) 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 1 1 1 1 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 ['Jueces 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 3rd day of June , 2010 1 de PRINCIPAL Holloman Corpgration By: Ro ey A. Schwarzlose, Vice President (Print Name & Title) Sherry :urghart, Administration (Print Name & Title) SURETY Hartford Fire Insurance Company 3000 Internet Blvd., Ste 600, Frisco TX 75034 -1991 By: S • hetyN, Attorney -in -fact, Brian S. Horan (Print Name) e Resident Agent of the Surety in Thxeces County, Texas, Agency: Contact Person: Address: Phone Number: errs Swantner & Gordon Insurance Agency, LLP Mary Ellen Moore 500 North Shoreline Blvd., Suite 1200 Corpus Christi TX 78471 (361) 883 -1711 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 for PAYMENT BOND Bond No. 46BCSFH7755 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Holleman Corporation of BEXAR County, Texas, hereinafter called "Principal ", and Hartford Fire Insurance Company, a corporation organized under the laws of the State of Connecticut, 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 suin of ONE MILLION, SIX HUNDRED SEVENTY -FIVE THOUSAND, THREE HUNDRED EIGHTY - ONE AND NO/100($1,675,381.00) 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 26TH day MAY , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: OSO WATER RECLAMATION PLANT EFFLUENT REUSE PUMP STATION (REBID) PROJECT N0.7259 (TOTAL BASE BID: $1,675,381.00) 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 1 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 3rd day of June , 2010 . Ream• PRINCIPAL Holloman Corporation By: Roy A. Schwarzlose, Vice President (Print Name & Title) ATT ST Sherry Burghart, Administration (Print Narne & Title) SURETY Hartford Fire Insurance Company 3000 Internet Blvd., Ste 600, Frisco TX 75034 -1991 Sr By: Attorney -in -fact, Brian S. Horan (Print Name) ant Agent of the Surety in Nueces County, r xas, :r� ,r t,„ cesw Agency: Swantner & Gordon Insurance Company, LLP Contact Person :Mary Ellen Moore Address: 500 North Shoreline Blvd., Suite 1200 Corpus Christi TX 78471 Phone Number: (361) 883 -1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Band Page 2 of 2 ACORD„r CERTIFICATE OF LIABILITY INSURANCE DATE(MMlp0IYYYY) 6/7/2010 OF INFORMATION CERTIFICATE EXTEND OR POLICIES BELOW. PRODUCER Phone: 713 -490 -4600 Fax: 713- 490 -4700 USI Southwest 840 Lessner Suite 600 Houston Gessner 77024 - - -.4. LLC THIS CERTIFICATE IS ISSUED AS A MATTER ONLY AND CONFERS NO RIGHTS UPON THE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ALTER THE COVERAGE AFFORDED BY THE INSURERS AFFORDING COVERAGE rSURERA:Liberty Mutual Fire Insurance NAIC # ___, INSURED Holloman Corporation;Holloman Engineering, L &P Pipeline and Construction, Inc. 333 N. Sam Houston Pkwy. E., Suite 600 Houston TX 77060 IN5URERS:ACE Property & Casualty Insur 20699 42404 INSURERC.Liberty Insurance Corporation INSURERD:Chartis Specialty Insurance C 26883 22 66 7 INSURER E: Ace American Insurance Comnan THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADDt INSRD TYPE OFINSU NCE POLICY NUMBER POLICYEFPECTIVE DATEIMMIOD/YYI POUCYEXPIRATION DATE IMMXIDAIYI UNITS A GENERAL LIABILITY V TB2691451185029 12/31/2009 12/31/2010 EACHOCCURRENCE $1.000,000 X COMMERCIAL GENERALlIABILITY PREMISES(Ea occurence) $500,000 CLAIMSMADE X OCCUR MEDEXP(Anyoneparson) $ 10,000 PERSONALBAOVINJURY $ 1,000,000 2. 000 , 000 $2,000.000 GENERAL AGGREGATE /"$ GENLAGGREGATE LIMIT APPLIES PER: —1 POLICY ][{7.1221- LOC PRODUCTS - COMP/OP AGG Policy Aqg 10, 00Q, 000 A AUTOMOBILELIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS MCS94 AS2691451185049 12/31/2009 12/31/2010 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 HOMY INJURY (Per person) X X X BODILY INJURY (Per ao dent) PROPERTY DAMAGE Per accident) GARAGE LIABILITY ANYAUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESBIUMBRELLALIABILITY 1 X00G24898805 7/1/2009 7/1/2010 EACH OCCURRENCE $ 20, 000, 000 X OCCUR CLAIMS MADE AGGREGATE /$ 20,000,000 S DEDUCTIBLE RETENTION $ 2,5 , 0 Q T $ $ C WORKERS COMPENSATION AND V EMPLOYERS' UABIUTY ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? II yes, describe under SPECIAL PROVISIONS below WA769D45118501 12/31/2009 12/31/2010 [ X ITORYIJMITSI i ER E.L. EACH ACCIDENT $ 1,000,000 $ 1,000,000 $ 1,g0 0. 0 D 0 E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT D E OTHER Contractor's Pollution Professional CPL14237895 G21674023004 12/31/2009 11/10/2009 12/31/2010 12 31/2010 / Loss /Aggregate 3,000,000 Claim /Aggregate 2,000,000 QESCHrPT14N OF UPERATiON8! LOCATIONS./ VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROYISIONS Policy Information Continued: Insuror F: Federal Insurance Company. Contractor's Equipment policy #6635164 Effective 11/01/09 -10 covering owned & rented /leased equipment. Rented and leased equipment is covered on an RCV basis with a maximum limit of $500,000 and a $10,000,000 per occurrence maximum subject to $10,000 deductible. Collapse or Collision of Booms or Jibs & Weight Load Exclusions deleted. Owned equipment per schedule on file with the company. Certificate holder is provided with Loss Payee status on the Contractors Equipment policy when required by written contract. See Attached.., CERTIFICATE HOLDER CANCELLATION *excpt 10 d city of Corpus Christi, Department Y P p Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi TX 78469 -9277 of / f ays •ar nod- payment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ©ACORD CORPORATION 1988 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS / SPECIAL PROVISIONS Workers' Compensation includes USL &W, Maritime, Voluntary Compensation, Stop Gap Liability and when required by written contract, Alternate Employers endorsement. Certificate holder is provided with Additional Insured coverage on the General Liability, Automobile Liability and Contractors Pollution policies when required by written contract. Certificate holder is provided with a Waiver of Subrogation on the General Liability, Automobile Liability, Workers Compensation, Contractor's Pollution and Professional Liability policies when required by written contract. General Liability and Auto Liability coverage is primary and non - contributory to other insurance provided to the additional insured when required by written contract. Umbrella Liability is follow form over General Liability, Automobile Liabiity and Workers Compensation policies and includes sudden and accidental (time element) pollution. Named Insured includes: Holloman Northeast LLC. RE: Proj #7259 -Oso Water Reclamation Plant Effluent Reuse Pump Station IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such 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 certificate does not confer rights to the certificate holder in lieu of such endorsement(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 alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) • nesessia - ACORDT. CERTIFICATE OF LIABILITY INSURANCE ,. ' . 1 I os„112010"Y") ADD 'L NSRC PRDnucER USI Southwest Three Memorial City 840 Gessner, Suite 600 Houston, TX 77024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Holloman Corporation 333 N. Sam Houston P1,,�.�� '*••! �„ .SUlte 600 Houston, TX 77060 INSURER A: Federal Insurance Company 20281 INSURER B: GENERAL INSURER C: INSURER 0: INSURER E: EACH OCCURRENCE COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD 'L NSRC TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYY) POLICY EXPIRATION DATE tMMIDDIYYI LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES lEs_accurrence) $ 1 CLAIMS MADE OCCUR MED EXP (Any one person) $ PERSONAL S ADV INJURY $ GENERAL AGGREGATE $ GENII AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ POLICY PRO- 1-7 LOC JECT AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ — _ BODILY INJURY (Per person) $ — BODILY INJURY (Per accidenl) —, PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ H OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA UABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? Wyss, describe under SPECIAL PROVISIONS below 1 1 WC TORY LIMITS 1 I ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A OTHER Installation Floater - Pipeline Installation 06635166 11/01/09 11/01/10 $1,000,000 Limit $10,000 Deductible DESCRIPTION OF OPERATIONS! LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Proj #7259 Oso Water Reclamation Plant Effluent Reuse Pump Station. As required by written, contract and with respects to the Insured's operations only, the Certificate Holder is shown as Additional Insured. CERTIFICATE HOLDER CANCELLATION 10 Days for Non - Payment City of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469 -9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL RA DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2001106)1 of 2 #S4456940/M4429196 TXAHA o ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such 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 certificate does not confer rights to the certificate holder in lieu of such endorsement(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 alter the coverage afforded by the policies listed thereon. ACORD 254 (2001!08) 2 of 2 #S4456940!M4429196 Liberty Mutual Fla Insurance Con1Aany Aar S SACCT NQ 461 It 8e I 0000 Ito, T.1 I MUM. Limb WWI &wino eguusikaire Mire No. f Taco 1 SALES CFRCE GOOF 1112491-451185-029 I We J HOUSTON, TX-NAT 0198 COMMERCIAL GENERAL LIABILITY DECLARATIONS. SALES REMRESENTATrYE BISHOP NIR 2 1A rR 2008 Item 1. Named tnsuned Holloman Holdings Corporation and as peT Endorsement 1 Address 333 Sam Houston Parkway East Suits 000 Houston, TX 770130 The named Insured is: Corporation Business of named insured is: Oil and Gaa Extrartlon:ONGaa Field Svcs, NEC la rer Yser yq item 2. Policy Pedad From 12 31 2009 to 12 31 2010 12:01 A.M., standard time at the address of the named Insured as stated herein. Item 3. In retum for die payment of the premium, and subject to all of the terms of this policy, we agree with you to provide the Insurance as stated in this policy LIMITS OF INSURANCE EACH OCCURRENCE LIMIT DAMAGE 70O PRA RENTED TO YOU LWrT MEDICAL EXPENSE LIiIfr PERSONAL. i ADVERTISING INJURY LIMIT GENERA!. AGGREGATE LIMIT PRODUCTS / COMPLETED OPERATIONS AGGREGATE UMW Deductible Endorsement Yes ® Nog $ 1, 000, 000 $ 500.000 Any one premises $ 10, 000 Any one person $ 1,000,000 Any one person or organization $ 2,000,000 $ 2,000,000 TERRORISM RISK INSURANCE ACT TOTAL ADVANCE PREMIUM $0 $ 101,787 and premium for this policy is payable $ in advance, $ on Ste second anniversary. an first anniversary Audit Basis: 1 - At Expiration The declarations are completed on the schedulardaeignated Declarations Erosion Schedules Thee* declarations, together with the Common Policy Conditions and Coverage Form(s) end any endorsement(s) complete the above numbered policy. Forme and endorsements attached to this policy: See attached forms and endorsements schedule This potty, including Xi endorsements Issued herewith is hereby ccunteralPred by 'N't L00' roe war ne•d DC 02101/2010 Au5harlasd Repiarnintive PorkdO 'ward $ poi Soh Ate SEW 1 Flom NM TX GPO 40131R3 P. H. 0. 9- 0, Wad d 882.681. 481188-026 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. BLANEET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTION II - WHO IS AN INSURED is amended to include as an insured any person or organization for whom you have agreed in writing to provide liability insurance. But The insurance provided by this amendment. 1. Applies only to "bodily injury" or "property damage" arising out of (a) your work" or (b) premises or other property owned by or tented to you; 2 Applies only to coverage and minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy; and 3. Does not apply to any person or organization for whom you have procured separate liability insurance while such insurance is in effect, regardless of whether the scope of coverage or limits of insurance of this policy exceed those of such other insurance or whether such other insurance is valid and collectible. The following provisions also apply: 1. When the applicable written agreement requires the insured to provide liability insurance on a primary, excess, contingent, or any other basis, this policy will apply solely on the basis required by such watten agreement and Item 4. Other Insurance of SECTION IV of this policy will not apply. 2. Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Item 4. Other Insurance of SECTION 3V of this policy will govern. 3 This endorsement shall not apply to any person or organization for any "bodily injury" or " property damage" if any other additional insured endorsement on this policy applies to that person or organization with regard to the "bodily injury" or "property damage ". 4. If any other additional insured endorsement applies to any person or organisation and you are obligated under a written agreement to provide Debility insurance on a primary, excess, contingent, or any other basis for that additional insured, this policy will apply solely on the basis requited by such written agreement and Item 4. Other Insurance of SECTION IV of this policy will not apply, tegardlesrs of whether the person or organization has available other valid and coAectible insurance. If the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Item 4. Other Insurance of SECTION IV of this policy will govern. This endoasnent is encuted by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium 1 Effective Date For ettadunseu to Peaky No. Audit gam Issued To Eapindon Dan T E12- 691 - 451185-429 g5- At ZAtftNA4 ?OW' SECIETAMY piesm NT Goetnderogned by h� A Issued Saks Office and No. End Sexist No. 22 LN2A814605 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Neme of Person or Organisation: My person or organization with whom you have agreed in writing to waive any right of recovery prior to a loss (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Conditions (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addribn of the folbwing" We waive any right of r covery we may have against the person or organization shown in the Schedule above because of payments we make for Injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and induded in the "products- completed operations hazard'. This waiver applies only to the person or organization shown In the Schedule above. This endorsement Is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium $ Effective Date Expiration Oats For stisdhment to Policy No. T82.891-451185.029 Audit Seale Issued To Issued CG24041093 Countersigned by Si P munutiq PIE5WDIr Salsa Of os and No. End. Safal No. 9 Copyright, insurance Services Office, Inc., 1992 Page 1 of 1 ACCOUNT NO. I SUB ACCT NO. 9- 451185 0000 POLICY NO. AS2- 691 - 451185 -049 1 MutLiberty BUSINESS AUTO DECLARATIONS LIBERTY MUTUAL INSURANCE GROUP/BOSTON Liberty Mutual Fire insurance Co. 175 BERKELEY STREET BOSTON, MASSACHUSETTS 02117 TD/CD 92/7 SALES OFFICE HOUSTON, TX ITEM ONE Hollotnon Holdings Corporation Namedlrmured and as per Endorsement 1 and 333 Sam Houston pkwy E, Suite 600 MailingAddress Houston, TX 77060 CODE 0198 SALES REPRESENTATNS BISHOP M 1009/ CODE 8930 Named Insured Is Corporation and occupation or business is **See Below Policy 12/31/2009 :01 A.M. Standard Time the 12/31/2010 of the he named insu 12:01 red Indicated in ftern One. ITEM TWO - ATTACHED IMMEDIATELY AFTER THIS PAGE * *Oil and Gas Extraction: Oil /Gas Field Svcs, NEC SURCHARGES, TAXES, & ASSESSMENTS SHOWN IN S EPARATE SODU.E ATTACHED $164.00 Thls Policy is countersigned by our Authorized Representative WPM. ID 663 Renewal of: AS2- 691 - 451185 -048 GP03233 R3 DATE ISSUED 02/17/2010 AUDIT BASIS 1 N!R 2 1STYR 2008 SCHEDULE PREMIUM ENDORSEMENT PREMIUM $107, 692 *ESTIMATED TOTAL. PREMIUM *This policy may be subject to final audit $107, 692 AUTHOR ZED REPRESENTATIVE AU0ITSVIVBOLS Owned Hired 1 HC Nit 1L00 RAWIG aASIS E. Reed Reim Yee Yea includes Copyrighted material of insurance Services Office, with h permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies. Insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement. the provisions of the Coverage Form apply unless modi- fied by this endorsement This endorsement identifies person(s) or organization(s) who are insureds" under the Who Is. An Insured Provi- sion of the Coverage Forrn. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name of Person(s) or Organization(s): Any person or organization whom you have agreed in teriing to add as an additional insured but only to coverage and minimum Iimis of insurance required by the written agreement. and M no event to exceed either the scope of coverage or the links of insurance provided In this policy, (if no entry appears above, information required to complete this endorsement we be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured' for Liabity Coverage, but only to the extent that person or organization qualifies as an "insured' under the Who Is An Insured Provision contained in Section II of the Coverage Form. Policy No: A82- 691 - 451185 -049 Effective Date: 12/31/2009 Expiration Date: 12/31/2010 Sales Office: 0198 CA 20 48 02 99 Issued By: Liberty Mutual Fire Insurance Co. Endt Serial No: 2 Copyright; Insurance Services Office, Inc., 1998 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: Business Auto Coverage Form Garage Coverage Form Truckers Coverage Form Motor Carrier Coverage Form SCHEDULE Premium: /NM Name of Person or Organization: Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only If the contract is executed prior to the injury or damage occurring. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US condition is amended by the addilon of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your operations of a covered auto done under contract wih that person or organization. This waiver applies only to the person or organization shown in the Schedule above. Policy No: AS2- 691 - 451165 -049 Effective Date: 12/31/2009 Expiation Date: 12/31/2010 Sales Office: 0198 AX121002OSB Issued By: Liberty Mutual Fire Insurance Co. Erdt Serial No: 16 Page 1 of 1 ISSUING OFFICE 031. INFORMATION PAGE ACCOUNT NO. 9- 451185 POLICY NO. SUB ACCT NO. 0000 WA7 -69D- 451185 -019 LIBERTY Workers Compensation and Lberty Mutual Insurance Employers iiaabb�ity Polley Greop /Boston SUBJECT TO DEDUCTIBLE Liberty Insurance Corponstaan 21114 TD/CD 92/9 SALES OFFICE HOUSTON, TX -NAT CODE 198 SALES REPRESENTATIVE Item 1. Name of Hollomen Holdings Corporation Insured and as per Named Insured Endorsement 1 Address 333 Sam Houston Pkwy East, Suite 600 Houston, .TX 77060 Status Corporation Other workplaces not shown above: See . I t em 4 CODE 8930 N/R 2 1ST YEAR 2008 FEIN 205473185 RISK ID 910783289 tea. Ow Day r Item 2. Policy Period: From 12 31 20 0 9 to 1I Year 31 2010 12 : 01 am standard time at the address of the insured as stated herein. Item 3. Coverage A. Workers Compensation Insurance: Part One of the policy applies to the Workers Compensation Law of the states listed here: AZ CO FL LA MS NV 1114 OK PA TX UT WV B. Empla Liability Inisurance: Part Two of the policy applies to work in each state listed in item 3A. The limits of ow ability Part Two are: Bodily Injury by Accident $ 1,000,000 each accident Y jury by Disease $ 1,000,000 policy limit Body Injury by Disease $ 1,000,000 each employee C. Other States Insurance: Part Three of the policy applies to the states, if any, fisted here: All States except those listed in Item 3.A and the States of: ND ON WA WY D. This pommy includes these endorsements and schedules: SEE EXTENSION OF INFORMATION PAGE AND DEDUCTIBLE ENDORSEMENTS ATTACHED Item 4. Premniull — The premium for this policy will be determined by our Manuals of Rules, ammift Lions, Rates and Rating Plana. All information required below is subject tovion and by audit. Classifications SEE EXTENSION OF INFORMATION PAGE 1W'mimum Premium $ 1481 CPA) Interim adjustment of premium shalt be made: Ann ua 1 Premium Bolo Rams Lass 140 Cads aftam Tabu Amrud Ras uarm[oq Per sue. of Rs munaradoo &mabd Mona Prank= Total Estimated Annual Premium S 240,422 Deposit Premium $ 240,422 This policy, including all endorsements issued therewith, is hereby countersigned Lac. catioopt, PD n. 1/28/2010 f stfrorhai 8ori+aaddlw Dab OI/71pp16 Audit Bade 1 Periodic Payment Kelso Bob DED Pol. KG. iims. ads PA Dividend Renewal Of WA7 -69D- 451185 -018 GPO 4036R1 Copyright 1937 National Council on Compensation Insurance WCOO0001A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 7 NOTICE OF CANCELLATION We will not cancel this policy or make changes that reduce the insurance afforded by this policy until written notice of cancellation or reduction has been nailed or delivered to those scheduled below at least a) 10 days before the effective date of cancellation, if we cancel for non- payment of premium; or b) 30 days before the effective date of the cancellation or reduction if we cancel or reduce the insurance afforded by this policy for any other reason. NAME ADDRESS City of Corpus Christi P.O Box 9277 Department of Engineering Services Corpus Christi, TX 78469 -9277 This endorsement is executed by the Premium $ Effective Date 3/18/2010 For attachment to Policy No. Audit Basis Issued To Expiration Date 12 /31/2010 WA7- 69D- 451185 -019 Hdlloman Corporation 333 N. Sane Houston Pkwy. E Suite #600 Houston, TX 77060 Countersigned by Issued Sales Office and No. WC 99 03 04 (9 -1 -87) Authorized Representative End. Serial No. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named.in the Schedule. Schedule Where required by written contract This endorsement is executed by the Liberty Insurance Corporation Premium $ Effective Data Expiration Date For attachment to Policy No. WA7 - 69D - 451185-019 21814 Countersigned by Authorized Representative End. Serial No. 9 WC 000313 Ed. 4/1/1984 Copyright 1983 National Council on Compensation Insurance. Open installation Floater Conditions Recovered Project If there are any expenses in recovering any lust or damaged covered property, or through Works subrogation, we will share the expenses with you in proportion to the amount we are each (continued) reimbursed. ...: 1.• 1..,,. h{ s�i�': nE�iAv:} r,: u: c3,...? k: Kn.:. n:' fR: k?'.^.+:` v' nG:, cw>: �':; ft' vjyi? c:?;::> 3.'.: y.:v i::: �^: ftk;:. i. �::` v. Ytm' �+`.}: �.. �t� ;�,,a�s'tk:`Yi.:>'.::;r,.:1 <. Waiver (�! We will have no rights of subrogation against: Subrogation • any Named Insured; • any person or entity which is an Additional Insured under this Contract; • any other person or entity provided you have waived your rights of subrogation against them in writing prior to loss or damage but only to the extent of such written waiver. You may not waive your rights of subrogation against any common carrier or public warehouseman for hire. :: itiCktsRtk:. c: M`.oixkktii.+li::`?.:c.:;�:E�}'d. -. •uycLh�i:;r ?- « >,:;i.':. <a._•v 3Y?R2::o>22(i:.. rii' • •:•; 'r Who1 1 ., .. ¢,:... �A: �:> �:<,::; ��N.: �� .�' <,....r..,...>•:;�::,.:�:�v �' ' : »:� �� ... .......... s Insured You are the Named Insured. If you are a contractor and are required by a signed construction contract to insure project works against physical loss or damage for your benefit and for the benefit of • the principal and/or the. principal's representative(s) or any architect, consulting engineer or designer, the principal and/or the principal's representatives and/or architect, consulting engineer or designer are an Additional Insured as their interests may appear; ▪ your subcontractors and sub - subcontractors of every tier, your subcontractors and sub - subcontractors of every tier arc Additional Insureds but only with respect to work they are performing for you under such signed construction contract and only if the value of their work has been included in the contract value declared to us. If you are the principal and are required by a signed construction contract to insure project works against physical loss or damage for your benefit and for the benefit of any architect, consulting engineer, designer, contractor, subcontractor and/or sub- subcontractor, such architect, consulting engineer, designer, contractor, subcontractor and/or sub - subcontractor is an Additional Insured hut only with respect to work being performed for you under such construction contract and only if the value of their work has been included in the contract value declared to us. ..3.c:A:.V4ZPRAC9LbWr.2iCySi MHxo`.ErA,MAt\NMI aM?V:Nk Y• ASP; 9E.W.&okicRtC M:MSMSYfd:,;n.MNSA'C?..R :1%4 g 3 ##§:F§tt>3'MIPZm2E<R31Mi'R¢' ORS' Af��Y ,AMPxMMfl°.6S2'6£iGR?y4SW YIAlSt#i'AW: Inland Marine Insurance Form 04-02.1062 (Ed. 4 -99) Contract Page 15 of 19 CHUMS inland Marine Insurance Insuring Agreement Named Insured and Mailing Address 11O11.OMAN CORPORATION 333 NORTH SAM HOUSTON PARKWAY SUITE 600 HOUSTON, TX 77060 Producer No. 00 13 10 1 -99999 Producer USI INSURANCE SERVICES OF TEXAS 840 CIESSNER, STE 600 HOUSTON, TX 77024-0000 :4;mmsx.iwslamex ,tr eetr- : amxA,mmsmomsx nweActwas ocoft sR xmumezz , a tve(ays an , xzzzm Chubb Group of Insurance Companies 15 Mountain View Road Warren, NJ 07059 Policy Number 0663 -51 -66 I•HOU Effective Date NOVEMBER 1, 2009 Issued by the stock insurance company indicated below, herein called the company. FEDERAL INSURANCE COMPANY Incorporated under the laws of INDIANA Company and Policy Period Insurance is issued by the company in consideration of payment of the required premium. This policy is issued for the period 12:01 AM standard time at the Named Insured's mailing address shown above: From: NOVEMBER 1, 2009 To NOVEMBER I, 2010 Your acceptance of this policy terminates, effective with the inception of this policy, any prior policy of the same number issued to you by us. This Insuring Agreement together with the Premium Summary, Schedule Of Forms, Declarations, Contracts, Endorsements and Common Policy Conditions comprise this policy. In Witness Whereof, the company issuing this policy has caused this policy to be signed by its authorized officers, but this policy shall not be valid unless also signed by a duly authorized representative of the company. President Atulhorivd Representative Secretary 04-02 -1440 (Rev. 12 -06) Insuring Agreement Page 1 of 1