Loading...
HomeMy WebLinkAboutC2012-092 - 1/31/2012 - Approved1 1 F O R M S t CSA Construction, Inc. S P E C I A L P R O.V I S I O N S S P E C I F I C A T I O N S A N D O F C O N T R A C T S A N D F O R 2012 -092 M2012 -027 1/31/12 B O N D S OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY ��rtir�j* ir ' ../ . ^- ; �1 za* 1 i� i± WILLIAM LOGAN BURTON. i 93383. ' 't - -. 4'CENS '-••'' i,47., October 2011 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3500 Fax: 361/826 -3501 PREPARED BY: B. Harman Engineering, LLC TBPE Registration # F -10175 4337 Lake Ontario Dr. Corpus Christi, Texas ,78413 Phone: 361/742 -3665 Fax: 361/299 -2291 IPROJECT NO: 7423 rDRAWING NO: STL 183 l . BHASKAR H. PATEL j 613585 :fit =9 O: � A �.G� (Revised 1/1/04) OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY PROJECT NO. 7423 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Contract Time for 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 A -18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A 25 Sales Tax Excmpti.on - 6/11/98) (NO LONGER APPLICABLE) A -26 Supplemental.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 3.1 City Water Facilities Cpccial Rcquircmcnta (NOT USED) A -36 Other Submittals (Revised 9/18/00) TOG Page 1 of 6 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 (NOT USED) A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A 4.0 Dispeoal of highly Chlorinatcd Water (7 /a /00) (NOT USED) A -47 Pre- Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Schedule of Values and Payment Estimates A -51 Project Photographs A -52 Operations & Maintenance Manuals A -53 Progress Schedules A -54 Dewatering A -55 Parking A -56 Amended Prosecution and Progress A -57 Substantial Completion A -58 Incentive /Disincentive (I /D) Substantial Completion Time PART B — GENERAL PROVISIONS PART C — FEDERAL WAGE RATES AND REQUIREMENTS PART S — STANDARD SPECIFICATIONS 021 SITE PREPARATION 021020 Site Clearing and Stripping S5 021040 Site Gradings S6 021080 Removing Abandoned Structures S55 022 EARTHWORK 022020 Excavation and Backfill for Utilities & Sewers S9 022100 Select Material S15 022420 Silt Fence 897 025 ROADWAY 0252 SUBGRADES & BASES 025205 Removing and Replacing Pavements S54 025215 Cement Stabilized Caliche Base 025220 Flexible Base - Limestone 0254 ASPHALTS & SURFACES 025404 Asphalts, Oils and Emulsions 529 025412 Prime Coat (Asphaltic Material Only) S30 025424 Hot Mix Asphaltic Concrete Pavement (Class A) S34 0256 CONCRETE PAVEMENT 025612 Concrete Sidewalks and Driveways 026 UTILITIES 0262 GENERAL 026202 Hydrostatic Testing of Pressure Systems S89 026206 Ductile Iron Pipe & Fittings 581 026210 PVC Pipe - AWAA C900 and C905 S83 TOG Page 2 of 6 026214 Grouting Abandoned Utility Lines S3 0266 SANITARY FORCE MAINS 026602 Installation of Sanitary Sewer Force Main S69 027 SEWERS & DRAINAGE 0272 GENERAL 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 030 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel S42 038000 Concrete Structures 541 050 METALS 050200 Welding 843 055420 Frames, Grates, Rings and Covers 557 PART T — TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS 01010 General Construction Requirements 01330 Submittal Procedures 01340 Shop Drawings, Product Data, And Samples 01570 Stormwater Pollution Prevention Plan 01650 Testing and Startup DIVISION 2 SITE PREPARATION 022021 Control of Groundwater 022022 Trench Safety for Excavations 023720 Drilled Shafts DIVISION 3 CONCRETE 03100 Concrete Formwork 03300 Cast -in -place Concrete DIVISION 4 MASONARY 04200 Glazed Concrete Masonry Unit 048100 Unit Masonry Assemblies DIVISION 5 METAL 051200 052100 053100 055000 Structural Steel Steel Joist Framing Steel Deck Metal Fabrication DIVISION 6 WOOD & PLASTICS 06100 Carpentry and Millwork 06820 Fiber Reinforced Polymer Composite Stairway, Railing and Walkway System DIVISION 7 THERMAL & MOISTURE PROTECTION TOC- rage 3 of 6 07160 Cementitious Crystalline Waterproofing 07200 Insulation, 07620 Sheet Metal Flashing And Trim 07900 Sealants 075216 Modified Bituminous Membrane Roofing DIVISION 8 DOORS & WINDOWS 083300 Overhead Coiling Doors 08411 Aluminum Doors, Frames & Storefronts Windows 08625 Insulated Translucent Skylight System 08700 Finish Hardware 08800 Glazing DIVISION 9 09260 099020 DIVISION 10 FINISHES Gypsum Board Systems Painting SPECIALITIES 10170 Solid Phenolic Plastic Toilet Partitions 10172 Solid Plastic Lockers 10800 Toilet Room Accessories DIVISION 11 EQUIPMENT 11222 Polymer Dilution System 11300 Double Disc Sludge Pumps 11347 Breakpoint Chlorination Pilot System 11400 Belt Filter Press with Independent Gravity 11600 Hopper with Slide Gate 11900 Polyethylene Spill Containment Decks DIVISION 13 SPECIAL CONSTRUCTION 130810 Passive Earth Biofilter Odor Control System DIVISION 14 14800 Sidewall Mounted Exhaust Fan 14900 Winches and Hoists DIVISION 15 MECHANICAL 151020 151030 15170 DIVISION 16 Check Valves Eccentric Plug Valves Low Volt Motors ELECTRICAL 16165 Disconnect Switches 16170 Grounding and Bonding 16750 Closed Circuit Television 160010 Electrical General Specifications LIST OF DRAWINGS Zone 1. Title Sheet and Vicinity Map 2. Site Index, Estimated Quantities and Drawing Legend 3. General Notes 4. Overall Site Plan And Project Benchmarks 5. Site Demolition Plan Sheet 1 of 2 TOG Page4of6 6. Site Demolition Plan Sheet 2 of 2 7. Site Staking Plan Sheet 1 of 2 8. Site Staking Plan Sheet 2 of 2 9. Site Grading Plan Sheet 1 of 2 10. Site Grading Plan Sheet 2 of 2 11. Concrete Joint Layout 12. Concrete Paving and Miscellaneous Details 13. Storm Drainage Details 14. Sludge Dewatering Building- First Floor and Sump Level Dimensioned Plan 15. Sludge Dewatering Building- Second Floor Dimensioned Plan 16. Sludge Dewatering Building- Exterior Elevations Section Through Stairs 17. Sludge Dewatering Building- Interior Elevation Comprehensive Sections 18. Sludge Dewatering Building- Architectural Details 19. Sludge Dewatering Building- Doors And Windows Schedules & Details 20. Sludge Dewatering Building- First Floor Reflected Ceiling Plan 21. Sludge Dewatering Building- Second Floor Reflected Ceiling Plan 22. Sludge Dewatering Building- Roof Details 23. Sludge Dewatering Building- Structural Notes Sheet 1 of 2 24. Sludge Dewatering Building- Structural Notes Sheet 2 of 2 25. Sludge Dewatering Building- Pier Plan 26. Sludge Dewatering Building- Foundation Plan 27. Sludge Dewatering Building- Second Floor Framing Plan 28. Sludge Dewatering Building- Roof Framing Plan 29. Sludge Dewatering Building- Schedule and Details 30. Sludge Dewatering Building- Concrete Details 31. Sludge Dewatering Building- Masonry Details 32. Sludge Dewatering Building- Roof Framing Details 33. Sludge Dewatering Building- Structural Details 34. Sludge Dewatering Building- First Floor Mechanical Plan 35. Sludge Dewatering Building- Second Floor Mechanical Plan 36. Sludge Dewatering Building- Mechanical Building Section 37. Sludge Dewatering Building- Mechanical Building Section 38. Sludge Dewatering Building- Mechanical Building Section 39. Sludge Dewatering Building- Sludge Pump Piping Details 40. Sludge Dewatering Building Biofilter Yard Piping Plan 41. Sludge Dewatering Building- Mechanical Details 42. Sludge Dewatering Building- Sludge Container Track and Guide Rail Details 43. Sludge Dewatering Building- Chemical Piping Diagram 44. Sludge Dewatering Building- Polymer System Schematics 45. Sludge Dewatering Building- HVAC Floor Plans 46. Sludge Dewatering Building- HVAC Details 47. Sludge Dewatering Building- Plumbing Floor Plans 48. Sludge Dewatering Building- Plumbing Schedules and Details 49. Sludge Dewatering Building- Lighting Floor Plans 50. Sludge Dewatering Building- Power Floor Plans 51. Sludge Dewatering Building- Lightning Protection Plan 52. Sludge Dewatering Building- Equipment Grounding Plan 53. Sludge Dewatering Building- Container Winch system and CCTV Plan 54. Yard Piping Wastewater Details 55. Yard Piping Water Details 56. Biofilter Plan & Miscellaneous Details 57. Biofilter Foundation & Sprinkler System Details 58. Biofilter Piping and Electrical Plan 59. Electrical Site Plan 60. Electrical One -Line Diagram MCC -1A & MCC -1B Modifications 60A Electrical One -Line Diagram MCC -3A & MCC 3B Demo. Plan 61. Electrical One -Line Diagram DP 1A -2 & 1B -2 (MCC- 1A /1B) Modification 62. Single Line Electrical Diagram 63. Sludge Dewatering Building - Cable & conduit Schematic and Details 64. Sludge Dewatering Building - First Floor Conduit Layout Plan 65. Sludge Dewatering Building - Second Floor Conduit Layout Plan 66. Electrical Legends 67. Sludge Dewatering Building - Electrical Control Schematic and Panel Schedule TOG Page 5 of 6 68. Miscellaneous Electrical Details 68A Miscellaneous Electrical Details 69. Existing Yard Piping Demolition and Piping Improvement Plan Sheet 1 of 2 70. Existing Yard Piping Demolition and Piping Improvement Plan Sheet 2 of 2 71. Proposed Modifications to Yard Piping Details - Sheet 1 of 2 72. Proposed Modifications to Yard Piping Details - Sheet 2 of 2 73. Oso WRP Breakpoint Chlorination Site Plan 73A Oso WRP Breakpoint Chlorination Electrical Site Plan 74. Oso WRP Breakpoint Chlorination Pilot Plant Schematic 75. Oso WRP Breakpoint Chlorination Mechanical Plan & Sections 76. Oso WRP Lift Station #2 Odor Control Improvements- Sheet 1 of 2 77. Oso WRP Lift Station #2 Odor Control Improvements - Sheet 2 of 2 Reference Drawings 69 Pre- Thickeners No 1 & 2 Appurtenance & Parshall Flumes 77 Post Thickener No 1 & 2 Mechanical Layout 101 Sludge Dewatering Building Pier, Column, Grade Beam Plan 103 Sludge Dewatering Building Floor Slab Plan & details 104 Sludge Dewatering Building Floor Slab Reinforcing Plan & Sections 105 Sludge Dewatering Building Floor Slab & Wall Sections APPENDIX A GEOTECHNICAL REPORT, Arias & Associates NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TOG Page 6 of 6 NOTICE TO BIDDERS NOTICE TO BIDDERS . Sealed proposals, addressed to the City of Corpus Christi, Texas for: OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY, PROJECT NO 7423 project has been broken into four (4) separate parts (A, B, C, & D) in regards to scope of work and project schedule. The bid items associated with each part have been identified on the proposal based on the item number prefix. Each of the four parts are generally described below. PART A includes the construction of a new 5,658 sq. feet sludge dewatering building complete with Four (4) 3- belts, 2 -meter belt filter presses including polymer feed system with pumping equipment and accessories, and four (4) double disc type sludge feed pumps complete with sludge force mains. The scope also includes treatment plant yard piping which will require installation of approx. 500 linear feet of sludge lines of various sizes complete with valves and fittings; interconnecting existing piping, abandoning, plugging and filling up the abandoned pipes with flowable fill material. The project also includes installation of electrical 600 volt feeder cable for the belt filter press building, distribution panels, electrical controls and lighting; along with all the appurtenances as shown on the plans and called for in the specifications and contract documents; PART B includes the construction of a Breakpoint Chlorination pilot facility as shown on Sheets 73 to 75. The facility will be installed on the west train of the plant and will consist of three (3) mixing tanks, a polyethylene chemical containment pad, a 50 gpm effluent feed pump, chemical feed pumps, miscellaneous piping, analyzers, monitoring equipment and a PLC Controller. Part B also involves providing the sodium hypochlorite (bleach) and caustic for running the facility for up to 45 days, running power to the facility from Blower House 1, and programming the PLC to operate in automatic mode as described in the control narrative. PART C includes modifications to the existing odor control facility at Oso WRP Lift Station 2 as shown on Sheets 76 to 77. These modifications involve removing and replacing the existing media, installing a new nutrient tank, removal /installation of miscellaneous piping and upgrading the existing recycle pump. PART D scope includes demolition of existing dewatering building including removal of two (2) 2 -meter belt presses, conveyor system, polymer feed system and pumps. Also to be demolished and hauled off are the corrugated sheet metal maintenance building, two (2) pre - thickener tanks with scraper mechanisms /pumps, and two (2) post thickeners with pumps. will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, December 14, 2011 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 10:00 a.m., Tuesday, November 29, 2011 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. 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. Revised 7/5/00 Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Revised 7/5/00 Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY- -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY .$1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden. & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements X REQUIRED ❑ NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements X REQUIRED ■ NOT REQUIRED Page 1 of 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section 3 -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in, the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not Iimited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the Language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions_" (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (13) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self- insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512440 -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 110.11 o(c) (7) Article Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate') - A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC81, 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 f ling 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 verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain 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 PART A SPECIAL PROVISIONS OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY PROJECT NO. 7423 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, December 14, 2011. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY, PROJECT NO. 7423 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 Tuesday, November 29, 2011 beginning at 10:00 a.m. The pre -bid meeting will convene at the Engineering Services Main Conference Room at 1201 Leopard Street, Corpus Christi, Texas on the 3rd floor, and will include a review of the project scope. A site visit to Oso WWTP at 501 Nile, Corpus Christi will be conducted after the meeting. The Consultant Engineer will be present, to address Bidder's questions. 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 OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY, PROJECT NO 7423 project has been broken into four (4) separate parts (A, B, C, & D) in regards to scope of work and project schedule. The bid items associated with each part have been identified on the proposal based on the item number prefix. Each of the four parts are generally described below. PART A includes the construction of a new 5,658 sq. feet sludge dewatering building complete with Four (4) 3- belts, 2 -meter belt filter presses including polymer feed system with pumping equipment and accessories, and four (4) double disc type sludge feed pumps complete with sludge force mains. The scope also includes treatment plant yard piping which will require installation of approx. 500 linear feet of sludge lines of various sizes complete with valves and Section A -SP (Revisedl2 /15/04) Page 1 of 31 fittings; interconnecting existing piping, abandoning, plugging and filling up the abandoned pipes with flowable fill material. The project also includes installation of electrical 600 volt feeder cable for the belt filter press building, distribution panels, electrical controls and lighting; along with all the appurtenances as shown on the plans and called for in the specifications and contract documents; PART B includes the construction of a Breakpoint Chlorination pilot facility as shown on Sheets 73 to 75. The facility will be installed on the west train of the plant and will consist of three (3) mixing tanks, a polyethylene chemical containment pad, a 50 gpm effluent feed pump, chemical feed pumps, miscellaneous piping, analyzers, monitoring .equipment and a PLC Controller. Part B also involves providing the sodium hypochlorite (bleach) and caustic for running the facility for up to 45 days, running power to the facility from Blower House 1, and programming the PLC to operate in automatic mode as described in the control narrative. PART C includes modifications to the existing odor control facility at Oso WRP Lift Station 2 as shown on Sheets 76 to 77. These modifications involve removing and replacing the existing media, installing a new nutrient tank, removal /installation of miscellaneous piping and upgrading the existing recycle pump. PART D scope includes demolition of existing dewatering building including removal of two (2) 2 -meter belt presses, conveyor system, polymer feed system and pumps. Also to be demolished and hauled off are the corrugated sheet metal maintenance building, two (2) pre - thickener tanks with scraper mechanisms /pumps, and two (2) post thickeners with pumps. A -4 Method of Award' The bids will be evaluated based an the following in priority order, subject to availability of funds: • Total Base Bid The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. 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 Project Name OSO WASTEWATER TREATMENT PLANT, BELT PRESS FACILITY, PROJECT NO. 7423 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 Contract Time for Completion /Liquidated Damages Contract Time for Completion is the total time (calendar days) established to complete the project_ This time begins ten (10) days following issuance of Notice to Proceed (NTP). The Contract Time for Completion of the Total Base Bid improvements (Parts A, B, C & D) will be 520 calendar days. In the event that the scope of work is revised Section A -SP (Revised 12/15/04) Page 2 of 31 by authorized and executed Change Orders in conjunction with the base bid, the working time for completion of the project will be adjusted by the Change Orders as required. Days Allocation for Rain: The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.54 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and. the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days 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, $1000 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of liquidated damages due the City. 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 -8 Faxed Proposals Section A -SP (Revised 12 /15/04) Page 3of31 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, Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (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 1- 800-344-8377, the Lone Star Notification Company at 1-800-669-8344, and Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer 742-3665 Bhaskar H. Patel, P.E. B. Harman Engineering, LLC 4337 Lake Ontario Drive Corpus Christi, Texas 78413 Phone: (361) 742-3665 Fax: (361) 299-2291 Section A-SP (Revised12/15/04) Page 4 of 31 Traffic Engineering Police Deparit Water Departn ent Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C City Street Div. for Traffic Signal /Fiber Optic Locate Time Warner Cablevision ACSI (Fiber Optic) ICMC ( Fiber Optic) Choiceca (Fiber Optic) C .PROC K (Fiber Optic) Brooks Fiber Optic OM Regional Transportation Authority Corpus Christi ISD U.S. Postal Service 'LOOT Area Office A -12 Maintenance of Services 826 -3540 886-2600 826 -1881 826 -1800 885 -6900 826 -1875 826 -3461 826 -1940 1 -877- 373 -4050 881 -2511 826 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 - 753 -4355 289 -2712 886 -9005 886 -2216 808 -2384 (826 -1888 after hours) (826 -1818 after hours) (885 -6900 after hours) (826 -1888 after hours) (1- 800 - 824 -4424, after hours) 826 -3547 826 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888 -204 -1679) (Pager 850 -2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether the Contractor shall make the necessary repairs to place service to construct the work as intended at no increase All such repairs must conform to the requirements of the owns the utilities. shown in the drawings, the utilities back in in the Contract price. company or agency that Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained- Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and Section A -SP (Revised 12/15/04) Page 5 of 31 to provide a minimum of inconvenience to motorists within the Oso Wastewater Reclamation Plant and public at large when exiting the plant site. All weather The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility to all areas of the plant of adjoining r c t' secure thc necessary-permit from thc City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. All cot o for traffic control piano, i.e. items ao lioted in thc Propeal Form. If thc---nitc needs and adjustment in tho traffic control sign location, which may bc required for safety of traffic and bc made to thc Contraetor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job- related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to nidcwalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. Al). necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for nPipe Installation"; therefore, no direct payment will be made to Contractor. 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 Section A-SP (Revised12/15/04) Page 6 431 the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 100 square feet of useable space. The field office must be air- conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60 ", a desk with three locking drawers and a 30 "x60" desk top a filing cabinet with four legal size drawers and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative_ The field office must be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A -18 Schedule and Seguence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must include a detailed critical path method (CPM) schedule clearly identifying the critical tasks associated with Part A and Part B, specifically. 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 schedule Regularly scheduled job site progress meetings shall be held for the purpose of monitoring the CPM schedule. It is the CONTRACTOR'S responsibility to provide OWNER with the status of activities at these progress meetings and with the progress schedule updates. If the contractor should fall behind the CPM schedule, extra work measures should be prescribed until the contractor is back on schedule. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to. the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. 6. Updates Once a month the Contactor shall furnish an updated construction schedule to show the actual progress of the project. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be Section A -SP (Revisecc112 /15/04) Page 7 of 31 provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation- If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. 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 Survey (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: Streets: • Curb and gutter flow line both sides of street 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 uncovered lines and abandoned lines are to be identified and shall_ be marked up as `Red Lines' on Construction Drawings and transferred to the `AS BUILT' drawings Water: • All top of valves box; • Valves vaults rim; Stormwater: • All rim /invert elevations at manholes; Section A -SP (Revised 12/15/04) Page 8 of 31 • All intersecting lines in manholes; Electrical • All electrical duct banks and dull box elevation A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must furnish and install one (1) Project sign as indicated in Attachment I. The sign 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. 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 Section A-SP (Revised 12/ 15/04) Page 9 of 31 (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. 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% Section A -SP (Revised 12/15/04) Page 10 of 31 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 The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10a) 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 (1.0 %) 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 Section ii-SP (Revised12 /15/04) Page 11 of 31 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 MOT USED) Section BC 22, Tax Exemption Provisiell, is del-ct ed in its entirety and thc the Comptroller of Public Account3 of Texaa. If thc Contractor elects to operate under a ocparatcd contract, hc shall. 1. Obtain- the neccooary sales tax permits from thc State Comptroller. 2. Identify in the appropriate apace on the "Statement of Materials and Other Charges" in thc proposal form the coot of materials physically incorporated into the Project. Provide re-alc cartifi ateo to oupplicro. proposal value of matcriala. If thc Contractor doco not elect to operate under a ocparated contract, hc muot pay for all Sales, Exciae, and Uoc Taxco applicable to-this Projcct. Subcontractors arc eligible for sales tax exemptions if thc subcontractor also compile., with the above requiremento. Thc Contractor must issue a resale certificate to hia supplier. A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-1I of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract Section A-SP (Revised12/15/04) Page 12 of 31 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 an installation floater insurance coverage & Builder's risk coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. An installation floater insurance coverage & Builder's risk coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such installation floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the Section A -SP (Revised 12/ 15/04) Page 13 of 31 preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer•s request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures.' The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract, If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1. Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; Section A-SP (Revised' 2/15/04) Page 14 of 31 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 Section A -SP (Revised12 /15/04) Page 15 of 31 Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. 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, IEEE, ANSI specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, Technical Specifications and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) A. Prior to performing work at any City water facility, the Contractor, Ji_itor/Contractor Cafcty Orientation Program conducted by the City Program will bc offered by authorized City Water Department personnel perform any work within any City water facility. For additional information refer to Attachment 1. to City water -facility at any time. Department. 1 such items must be operated by Section A-SP (Revised12/15/04) Page 16 of 31 G. Protection of Water Quality The City must dclivcr water of drinking quality to its cu..tomcra at Dcpartmcnt to protcct thc quality of thc watcr. D. Conformity with ANSI/NSF Standard 61 transportation, rcinatallation, and inapcction of-pumps, or any other itcms, which could comc into contact with potable watcr, mut conform Specifications. thread compound, coatings, or hydraulic cquipmcnt_ Thesc item must not bc uacd unlcas they conform with ANSI/NSF Standard Cl and unlc33 immcdiatcly prior to usc. of AN I/NSF -tandard G1 approval for all into contact with poteblc water. F. tcrialz which could come All trash gcncratcd by thc Contractor or hie cmployccs, agentai or subcontractors, must bc contained at all times at the watcr facility oitc. Blowing trash will not be allowcd. Thc Contractor Shall kccp work arcas clean at all timcs and removc all trash daily. CONTRACTOR'S ON SITE PREPARATION Contractor'n personncl must w ar colorcd uniform overalls other than orangc, bluc, or whitc. Each cmploycc uniform muot providc company H. Working hour n will bc 7:00 A.M. to 5:00 P.M., Monday thru Friday. providc own nanitary facilities. 5. All Contractor vehicles must bc parkcd at dcaignatcd sitc, as dczignatcd by City Watcr Dcpartment staff. A11 Contractor vehicles murt bc clearly labeled with company namc. No privatc employee vchicles arc allowcd at 0. N. Stcvens Watcr Trcatmcnt Plant: All personnel must bc in company vchicicn. During working hours, contractor employ= must not lcavc thc dcsignated construction area nor wandcr through any buildings othcr than for rcquircd work or an dircctcd by City Water Dcpartmcnt perzonncl during cmergcncy cvacuation . K. Contractor Qualificationa CCADA (SUPRVIgOY CONTROL AND DATA ACQUISITION) Section A-SP (Revised12/15/04) Page 17 of 31 Any work to thc computer based monitoring and control system must be performcd only by qualified tcchni al and supervisory personnel, as determined by wing the qualifications oars 1 tfrru 9 below. This worms scicctiono, customizing, furnishing, installing, cennceting, programming, dcbuggi g, calibrating, or placing- in operation—all • Thc Contractor or hi-s :ubcontraete-r prepooing to pe-rfenm the SCADA work must bc able to demonstrate thc following: watcr and wastewater industry. 2. IIc has performcd work on systems of comparable size, typc, and complexity as required in this Contract on at least three prior project.. 3. He has bccn activcly engaged in the type of work specified 4. IIe employs a Registered Professional Engineer, a Control Systems Engineer, -or an Elcctrical Eng4eccr to supcnvicc or -5. G. implcmcnting thc specific proposed for thc Contract. IIc maintains a permanent, facility within 100 milts repair, computer- RTUS's, and software. fully staffed and equipped scryicc of thc Proj-ect site to maintain, alibratc, and program thc systcros specified hcrcin. tical extent. Where this is not practical, all cquipmcnt of a given typc will bc thc product of one manufacturer. 8. Prior perfonmance at thc O. N. Steno Water Tr atment Plant will bc used in evaluating which Contractor or subcontractor Programs thc new work for this Projcot. 9. The Contractor shall product all fillcd out programming blocks rcquircd to show thc programming as needcd and required, to add these two systems to thc existing City CCADA system. nttachcd all change~ made during thc programming phase. Thc attached sheet is an example and is not intended to show all of the required sheets. Thc Contractor will providc all programming block uscd. L. Trenching Rcquircmcnt;s Plant shall be performcd using a backhoc or hand digging duc to the 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 rcquircd by thc City transmit six Section .A-SP (Revised 12 /15/04) Page 18 of 31 (6) copies of each submittal to the City Engineer or his designated representative. The City Engineer will retain three (3) copies. b. Reproducibles: In addition to the -_faired .epic-, six (6) copies as required above, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents_ 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. 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. g. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 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 CityT' Section A -SP (Revised 12/15/04) Page 19 01'31 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) 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 ozone advisory has been issued, except for Contractor about ozone alert. If a delay will not be counted as a work day not be conducted on days for which an repairs. The City Engineer will notify such as this is experienced, the day and the Contractor will be compcncatcd at the 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, material man, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their Section ASP (Revised12 /15/04) Page 20 of 31 officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as- built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. (6) Horizontal and Vertical dimensions of all existing, and abandoned underground pipelines and electrical duct banks found during construction along with other documents and photographs. A -46 Disposal of Highly Chlorinated water (7 /5/00) (NOT USED) particularly high lcvcla of cherinc, will bc used for disinfection, and may sensitive areas. These arc regulated by numerous agencies ouch as TNRCC, EPA, etc. It will bc thc Contractor's rcapensIbllity to comply with thc requirements A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and Section A -SP (Revisedl2 /15/04) Page 21 of 31 expose all existing pipelines of the project within the area where the contractor is required to make tie ins and construct new sludge line or is required to demolish structures and /or is required to reroute yard piping or conduits that - and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. pipclinee of the prejj -ect, Ceitraeter shall � vatc and exposc said cxiting O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on lump sum basis bid. Any pavement repair associated with exploratory excavations shall not be paid separately but will be considered subsidiary to appropriate line item associated with either installation of process piping and /or demolition of tanks and piping as shown on the drawings ccording to the eotabliahcd mil price of pa eecnt pate4ing. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc , to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -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." Section A-SP (Revised1 2/15/04) Page 22 of 31 A -50 Schedule of Values and Payment Estimates A. For contracts based on lump sum amounts, the Contractor is to submit to the Engineer for approval, a breakdown of cost for the Project. The breakdown is to provide adequate detail to allow easy determination of the percentage of completion for periodic payment review by the Engineer. Specification sections and add or deduct items in the proposal are to be used as a guide for preparing the breakdown. This breakdown is to be incorporated onto a form for the submission of payment request provided by the Engineer or in a form approved by the Engineer. S. The Contractor is to submit a schedule showing the anticipated schedule of payments for the Contractor to assist the Owner in determining when funds are to be made available for payment of periodic payment requests. A -51 Project Photographs A. The Contractor shall take photographs of the project site prior to construction, monthly during the construction of the Project and after completion of the Project. Photographs shall be taken with a quality electronic digital camera equipped to photograph either interior or exterior exposures. Photographs shall be taken at locations as designated by the Engineer. B. A CD disk shall be provided that contains the photographs taken. Each photo file shall be labeled or cross- referenced to indicate project name, date and time, location, direction of exposure, and a description of what is being photographed. Digital photographs shall be clear and sharp with proper exposure. If photographs of adequate quality are not produced, additional photographs shall be taken immediately. C. The Contractor shall provide a minimum of ten (10) photographs of the site prior to construction. (Pre - construction and during- construction aerial photographs will not be required). Starting one (1) month after the date of the preconstruction photographs, and continuing as long as the work is in progress, a minimum of six (6) photographs shall be taken each month to accurately record the work that has progressed during that period. The contractor shall take photographs of the area to be demolished including all tanks and underground pipe connections and is to include co- ordinates of the new pipe connections or plugging. D. After the project has been completed and all construction trailers, excess materials, etc., have been removed, the Contractor shall take digital photos of the completed project. Ten (10) photographs, one (1) of which is to be an aerial photograph, area to be taken. A CD disk shall be provided that contains the photographs taken, with the exception of the post - construction aerial photo which may be a hard copy glossy. E. Aerial photographs shall be taken at a maximum scale of 1:50 and shall be clear (not grainy). Aerial photographs shall be approved by the Engineer. A -52 Operations and Maintenance Manuals A. For each type of equipment to be furnished and installed under this contract, the Contractor shall prepare an operation and maintenance manual covering: Section A -SP (Revised12 /15/04) Page 23 of 31 1. Name, address, and telephone number organization who can supply parts and s 2. Equipment function, normal operating conditions, which reflect "as-built" furnished. 3. Assembly, installation, alignment, adjustment, and checking instructions, including field modification made during installation, startup and testing. 4. Operating instructions for startup, routine and normal regulation and control, shutdown and emergency conditions. 5. Lubrication and maintenance instructions. 6. Guide to "troubleshooting". 7. Parts list, and predicted life of parts subject to wear. 8. Outline, cross-section, and assembly drawings; engineering data; control schematics and point-to-point wiring diagrams, and reproductions of all equipment nameplates. 9. Test data and performance curves, where applicable. 10. Specified warranties and service agreements. 11. A listing of the manufacturer's identification, including order number, model and serial number. of nearest competent service ervice. characteristics, and limiting conditions for the equipment operation, B. The above information, as applicable, shall be provided for the equipment as indicated in individual specification sections. C. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. D. Manuals shall be printed on heavy, first quality paper, 83x11 inch size with standard 3-hole punching. Drawings and diagrams shall be reduced to 8%x11 inches. Where reduction is not practicable, larger drawings shall be folded separately, and placed in envelopes which are bound into the manual. Each envelope shall bear suitable identification on the outside. Indicate applicable specification number and location within plant that equipment will be installed on cover of each manual. Provide "Table of Contents" or "Index" for each manual. E. Two preliminary copies of each manual, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted to the Engineer at the time of submittal of the shop drawings. After review by the Engineer, Contractor shall prepare three (3) final copies of each operation and maintenance manual and deliver to the Engineer no later than 90 days prior to placing the equipment into operation. The final manuals shall be bound in stiff artificial black leather binders. F. One electronic copy of each maintenance and operating manual shall be submitted. The electronic copy must contain all the information present in the printed version of the manual. The Operating and Maintenance manuals shall be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum, the Introduction, Table of Contents, and Index shall be in HTML (Hypertext Markup Language) format with hypertext links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. The common formats for scanned images - GIF, TIFF, JPEG, etc. - shall be used. The Contractor shall confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on Owner's computer - Imaging for Win95 (Wang) and Microsoft Section A-SP (Revised12/15/04) Page 24 of 31 Imaging Composer. The manuals shall be delivered an a CD -ROM, not on floppy disks. A -53 Progress Schedules A. Within 10 days prior to the submission of the first periodical estimate for partial payment, the Contractor shall prepare and submit to the Engineer six (6) copies of the schedule in which the Contractor proposes to carry on the work. The schedule is to include the date on which work will be started on each major activity, including procurement of materials and equipment, and the anticipated date for the completion of each activity. The Contractor shall be responsible for developing the construction schedule and monitoring progress. The Contractor shall consider and include the schedules of all subcontractors, material and equipment suppliers to ensure that all necessary information is incorporated into the construction schedule. B. The schedule is to be in the form of a computer generated critical path schedule which includes all work to be performed on the Project. C. The schedule is to be prepared by a person experienced in this field using acceptable scheduling software. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. 2. Require that detailed plans for the execution of the work be prepared in the form of future activities and events in sequential relationships. 3. Establish interrelationships of significant planned work activities and provide a logical sequence of interdependence of planned work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit preparation of new schedules when an existing schedule is not achievable. 7. Log the progress of the work as it actually occurs. D. A time scaled CPM arrow or precedence diagram shall be prepared to indicate each activity and its start and stop dates. Milestone dates and project completion dates shall be developed to conform to time constraints, sequencing requirements and the contract completion date. Durations for items shall be in calendar days, and normal holidays and weather conditions shall be accounted for in the projection of the duration of each activity. E. The schedule shall clearly indicate by a graphical method, the critical path for work to complete the project. Only one critical path shall be shown on the construction schedule. As the work progresses, the Contractor shall enter on the chart the actual progress at the end of each partial payment period. The schedule shall be revised to indicate any adjustments in contract time approved by change order. F. Floating time is to be defined as the amount of time between the earliest start date and the latest start date of a chain of activities on the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or Owner. Contract time cannot be changed by the submission of this schedule. Contract time can only be modified by approved Change Order. Section ASP (Revised12/15 /04) Page 25 of 31 G. Seven (7) copies of the updated schedule shall be submitted with each Periodical Estimate for Partial Payment. At any time the project schedule indicates that the Contractor has fallen more than 30 days behind schedule, the Contractor shall submit a written plan to the Engineer that indicates the action that the Contractor proposes to take to bring the project back on schedule. Progress payments will not be processed for recommendation to the Owner unless accompanied by the required schedule and if required, the report for bringing the Project back on schedule. A -54 Dewatering This item is considered subsidiary to the appropriate line items as described in the Proposal 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 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 into the drainage system of Oso Wastewater Treatment Plant without permission. It is the intent that the 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 OSO BAY. 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 would include pumping to the nearest sanitary sewer manhole within the Treatment Plant site Prior to pumping groundwater from the trench or excavation to the wastewater treatment plant system the Contractor shall contact the Wastewater Pretreatment Coordinator at 826 -1800 to obtain a "no cost" permit from the Wastewater Department. The 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 how long it takes to fill to original level and overnight level. Baseline Parameter for the dewatering discharge are as follows: Parameter Total Petroleum Hydrocarbons Total Lead Benzene Total BTEX Total Dissolved Solids Total Dissolved Solids Polyneuclear Aromatic Hydrocarbons A -55 Allowance Maximum Limitation (mg /L) 15 0.1 0.005 0.1 < Receiving Water < Receiving Water 0.01 The item included in the Base Bid items described as "Allowance For Unanticipated Utilities Adjustments" has been set as noted and shall be included in the Total Section A -SP (Revised 12/15/04) Page 26 of 31 Base Bid for each Bidder. This allowance may be used at the Engineer's discretion should an unanticipated adjustment of existing or planned improvements or heretofore unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the allowance become necessary, the Engineer will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will be needed to be used throughout the course of the work. A -56 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts ", 2-7 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-57 Substantial Completion Substantial Completion is defined as the time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. The Engineer will determine whether the project has reached Substantial Completion by using the definition above and satisfying all of the criteria below: 1. Part A - Oso WRP Belt Press Building a. Belt Press Building shall be fully functional, completely automated, in operation for at least 7 days and capable of producing and disposing of sludge cake in accordance with the Oso WRP's permit. b. 95% complete based on contractor's invoice c. Upon commencing demolition of existing belt press building 2. Part B -- BPC Pilot Facility a. Breakpoint Chlorination Pilot Facility shall be fully functional, completely automated, operational and shall be ready for sampling and analyzing as intended in the process schematic. b. 95% complete based on contractor's invoice A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefore. Section A -SP (Revised 12/15/04) Page 27 of 31 C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefore. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will, within said 14 days, execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the tentative list. A -58 Incentive /Disincentive (I /D) Substantial Completion Time Incentive /Disincentive Substantial Completion is a contract provision which compensates the contractor a certain amount of money for each day identified critical work is completed ahead of schedule and assesses a deduction for each day the contractor overruns the I/D time. Its use is primarily intended for those critical projects where delays are to be held to a minimum. Incentive /Disincentive Substantial Completion Time (I /D Time) is the time (calendar days) established for the contractor to substantially complete critical work on identified facility(s), infrastructure, improvement(s) and /or structure(s). This time begins ten (10) days following issuance of Notice to Proceed (NTP) and ends when the Contractor has reached Substantial Completion for the Work (or a specified part thereof) as determined by the Engineer and as described in Special Provision A -57. This is the time upon which the I/D payment /deduction will be based. The I/D Time has been established to expedite portions of the Work having critical deadlines which must be met to ensure the City is not negatively impacted in any way financially or operationally and to make certain the City remains on schedule implementing various plant improvements as required to discharge effluent capable of meeting the more stringent limitations described in the renewed discharge permit. The term "Incentive /Disincentive Substantial Completion Time" as used in this Article shall mean the "I/D Time" plus adjustments as described below. Section ASP (Revisedl2 /15/04) Page 28 of 31 The Incentive /Disincentive Substantial Completion Time for the Total Base Bid Part A improvements will be 400 calendar days and for the Total Base Bid Part B improvements will be 75 calendar days. In the event that the scope of work is revised by authorized and executed Change Orders in conjunction with the base bid, the working time for Substantial Completion of the project will be adjusted by the Change Orders as required. Parts C & D do not have I/D Time. The Incentive /Disincentive Daily Amount for Part A shall be set at $1,500 per day and the Incentive /Disincentive Daily Amount for Part B shall be set at $1,000 per day. The City agrees to pay the Contractor the "incentive payment" in the amount of the "Incentive /Disincentive Daily Amount" for each calendar day the actual Substantial Completion Time for the Work (or a specified part thereof) as described above precedes the "I /D Time." as set forth above, and as determined by the Engineer and subject to the conditions precedent set forth in this contract. Owner shall make an incentive payment to the Contractor in addition to the contract sum stated herein. Should the Contractor fail to substantially complete the Contract Work on or before the "I /D Time," the City shall deduct the "Incentive /Disincentive Daily Amount" for each calendar day actual substantial completion exceeds the "I /D Time," from monies otherwise due the Contractor. This deduction shall be the disincentive for the Contractor's failing to timely substantially complete the Contract Work. Special Provision A -6 relating to liquidated damages remains in effect and is applicable. For purposes of the calculation and the determination of entitlement to the "incentive payment" or "disincentive deduction" stated above, the "I /D Time" will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., hurricane or a declared state of emergency). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's operations, or other such events, forces or factors sometimes experienced in construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and shall not extend the "I /D Time" for the purposes of calculation "incentive payment" as set forth above. Further, any and all costs or impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract by the "I /D Time," regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the Contractor in every instance. In the event of a catastrophic event (i.e., hurricane or a declared state of emergency) directly and substantially affecting the Contractor's operations on the Contract, the Contractor and the City shall agree as to the number of calendar days to extend the "I /D Time" so that such extended 'I/O Time" will be used in calculation of the "incentive payment." In the event the Contractor and City are unable to agree to the number of calendar days to extend the "I/O Time," the City will unilaterally determine the number of calendar days to extend the "I/O Time" reasonably necessary and due solely to such catastrophic event and the Section ASP (Revisedl2 /15/04) Page 29 of 31 Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the City was arbitrary or without any reasonable basis. As to any Contract Work Item provided for herein, the Contractor will remain responsible for all such work and the continued maintenance thereof until such date as the City issues final acceptance of all Work under the Contract, and without regard to whether the City has provided written verification of the actual completion date or not, and without regard to whether any "incentive payment" was earned or elected hereunder. Section A -SP (Revised 1 2/15/04) Page 30 of 31 SUBMITTAL TRANSMITTAL FORM PROJECT: OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY, PROJECT NO. 7423 OWNER: CITY OF CORPUS CHRISTI ENGINEER: B. HARMAN ENGINEERING, LLC CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A -SP (Revised' 2/15/04) Page 31 of 31 PROPOSAL FORM FOR OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY PROJECT NO. 7423 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL PORE (REV-1) PAGE 1 OF 8 ADDENDUM NO. 2 Attachment No.2 Page 1 of 8 Proposal of OR PROPOSAL Place Corpus Christi, Texas Date: December 21, 2011 CSA Construction, Inc. a Corporation organized and existing under the laws State of Texas of the a Partnership or Individual doing business as TO The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes Lo furnish all labor and materials, tools, and necessary equipment, and to perform the work required f OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY PROJECT NO. 7423 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY PROJECT NO. 7423 REVISED PROPOSAL PORE (REV- 1) PAGE 2 OF 8 ADDENDUM O. 2 Attachment No .2 Page 2 of 8 In Iv V QTY BID ITEM UNITS DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES IN FIGURES Al. 1 L.S. Belt Press Facility in its entirety including but not limited to Mobilization, Demobilization, site preparation, dcwatering, foundation, yard piping, mechanical, electrical site work, structural components, belt presses, polymer system, biofilter, pumps, piping, utility lines and all accessories per lump sum. A2, 135 LF 30" dia. Drilled piers, with temporary steel casing as required, installed complete in place per Linear feet $ $ 150 A3. 885 LF 36" dia. Drilled piers, with temporary steel casing as required, installed complete in place per Linear feet $ 91, 3 A4. 3752 S. Y. 8" Thick Concrete Pavement with 6" Cement Treated Flexible Base Sub- grade, per square yard 76 9s- $ A5 853 S.F. 4' Wide Concrete Sidewalk, complete in place per square foot. A6. 212 S.Y. Asphalt pavement repair complete in place per Square Yard. $ $ RRVI SEED PROPOSAL FORK ( REV - 1 ) PAGE 3 OF 8 ADDENDUM NO. 2 Attachment No . 2 Page 3 of 8 IT BID ITEM QTY UNITS IV DESCRIPTION A7. LS. Storm Water Pollution Prevention Plan, complete in place per lump sum. 1 V UNIT PRICE TOTAL PRICE IN FIGURES IN FIGURES B8. L.S. Part B Oso WRP Breakpoint Chlorination Pilot Facility installed complete in place per Lump Sum C9. LS. Part C - Lift Station # 2, Odor Control System Improvements, Complete in place, per Lump Sum D10. LS. Demolition, Removal, and Disposal including but not limited to pre & post thickeners, maintenance building, belt press building, digester pump station, abandoning existing lines, grout filling, realignment and reconnection of proposed lines, removal of all related above/below ground structures/piping/ equipment, electrical disconnections, and finishing with 3" of top soil as shown in the plans complete in place per Iump sum. $160,cloo°1: $ /60, 0 o D11. 3400 S.Y. Block Sodding for Erosion Control complete in place per square yard $ $ 13, D12. 2055 S.Y. Seeding for Erosion Control complete in place per square vard $ $ Z 0 D13. 1,900 C.Y. Remove, Haul and Dispose sludge, grit from process tanks and piping complete in place per Cubic Yard. $ L2. REVISED PROPOSAL PORN (REV-1) PAGE 4 OF 8 ADDENDUM NO. 2 Attachment No.2 Page 4 of 8 11 111 IV V BID ITEM QTY UNITS DESCRIPTION UNIT PRICE IN FIGURES TOTAL PRICE IN FIGURES 14. L.S. Allowance for Exploratory Excavation for underground pipes and structures. $10,000.00 $ 10,000.00 15. 1 L.S. Allowance for Unanticipated Utilities Adjustments $50,000.00 $ 50,000.00 16. 60 DAY lncentive/Disincentive Payment for Part A (Belt Press Building) Substantial Completion as per Special Provision A- 58 81,500.00 90,000.00 17. 15 DAY lncentivc/Disincentive Payment for Part B (Breakpoint Chlorination Pilot Facility) Substantial Completion as per Special Provision A-58 $1,000.00 $ 15,000.00 TOTAL BASE BID BELT PRESS FACILITY (Items Al thru 17) $ REVISED PROPOSAL FORM (REV-1) PAGE 5 OF 8 ADDENDUM NO. 2 Attachment No _ 2 Page 5 of 8 te The undersigned hereby declares that he has visited the s i and has carefully examined the plans, specifications and contract docr relating to the work covered by his bid or bids, that he agrees to the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor, Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5t 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 520 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work-and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : onetwo (SEAL - IF BIDDER IS a Corporation) . Address: Respectfully submit Name: C&A By: Telephone: E )Richard M. Mayfield Vice President 14 11 ter Road (P.O. Box) 1iouMon,Texas77092 (City) (State) 713-686-8868 (Street) (Zip) REVISED PROPOSAL PORN (REV-1) PAGE 6 OF 8 ADDENDUM NO . 2 Attachment No .2 Page 6 of 8 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 31st day of Januarv, 2012, 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 CSA Construction, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $6,311,200.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY PROJECT NO. 7423 (TOTAL BASE BID: $6,311,200.00) 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, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, 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. Page 1 of 3 Rev. Jun-2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 520 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. Page 2 of 3 Rev. Jun-2010 ATTEST: APPROVED D AS TO EGAL FO M: By: Asst. City Attorney ATTEST: (If Corporation) elow) ote: If Person signing for oration is not President, attach to =Sign)) ecret CITY OF CORPUS CHRISTI By: Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation By: Daniel Biles, P.E. Interim Director of Engineering Services CONTRACTO CSA o rucion Inc. By: Rich u tin Title: President 2314 McAllister Road (Address) Houston, TX 77092 (City) (State)(ZIP) 7131686-8868 * 3611686-8889 (Phone) (Fax) Page 3 of 3 Rev. Jun-2010 09:7 AUTHOMEt tT COUNCIL SECIAETARY-Tiz_ PERFORMANCE BOND STATE OF TEXAS COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: BOND No.46BCSGD8107 That CSA Construcdon, Inc. of the City of Houston , County of Harris , and State of Texas , as principal rPrincipar), and Hartford Fire Insurance Company , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a ,Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER), in the penal sum of SIX MILLION, THREE HUNDRED ELEVEN THOUSAND. TWO HUNDRED AND NO/100 U.S. Dollars ($ 6,311.200.00 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severaliy, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 31ST of JANUARY , 2012, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: OSO WASTEWATER TREATMENT PLANT BELT PRESS FACILITY .PROJECT NO. 7423 (TOTAL BASE BID: $6,311,200.00) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, and if the Principal shall repair andlor replace all defects due to 'faulty materials and/or workrnanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City(OVVNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Petformana Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall He in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 13th day of February ,20j2. PRINCIPAL truction, Inc. By: Rich ustin Title: President Address: 2314 McAllister Road SURETY Hartford Fire Insurance Com tan By: A y-tn- Joni Bowen Address:1111 North Loop West, Suite 400 Houston, Texas 77092 Houston, Texas 77008 FRIM16,1•1.11.171.01“VP. r•artr.rerrrerrsr.r.r.r r r YY,P1,1, n (Rev. Date May 2011) ,i,vsv,34VAV It/ Telephone:713-880-7100 .FaX:713-880-7166 E-Mail:ibowengbmbinc.com Perform nee Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch & Associates Address: 1718 Santa Fe (Physical Street Address) Corpus Christi TX 78404 (CitY) (State) (Zip) Telephone:. 361-883-3803 E-Maitkwoods@keetchins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shail meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Perfomiance Bond must not be prior to date of contract, END (Rev. Date May 2011) Performance Bond Page 3 of 3 PAYMENT BOND STATE OF TEXAS COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: BOND No.46BCSG©8107 That CSA Construction, Inc. of the City of Houston , County of Harris , and State of Texas -, as principal ( "Principal "), and Hartford Fire Insurance Company a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety"), are held and firmly bound unto the City of Corpus Christi, a Horne Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of SIX MILLION THREE HUNDRED L _ EN THOUSAND TW • H NDRED AND NO/100 U.S. Dollars ($ 6,311,200.00 U.S.) to be paid in Nueces County, Texas,` for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 1ST day of JANUARY, 2012 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: 050 WASTEWATER TREATMENT PLANT BELT PRESS FACILITY PROJECT NO. 7423 (TOTAL BASE BID: $6,311,200.00) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Payment Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 13th day of February 2012. Title: President Address: 2314 McAllister Road SURETY Hartford Fire Insurance ompany By: Address: 1111 North Loop West, Suite 400 Houston,Texas77092 Houston, Tx 77008 Telephone: 713-880-7100 Fax: 713-880-7166 E-Mail:ibowen@bmbinc.com Rev. Date May 2011 Payment Bond Page 2 of 3 Name and address of Resident ent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch & Associates Address: 1718 Santa Fe (Physical Street Address) Corpus Christi TX 78404 (City) (State) (Zip) Telephone: 361-883-3803 E-Mail: kwoods@keetchins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payrnent Bond Page 3 of 3 POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS THAT: x1 Direct inquiries/Claims to: THE HARTFORD Bond T-4 One Hartford Plaza Hartford, Connecticut 06155 call: 888- 266 -3488 or fax: 860 -757 -5835 Agency Code: 61-613558, 46- 504809, 46- 507142, 43- 483850, 46- 505579 Hartford Fire insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana TiHartford Accident and indemnity Company, a corporation duly organized under the laws of the State of Connecticut H• artford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut [' T• win City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana ni Hartford insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois H• artford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: David G. Miclette, Sam F. Bowen, Edward G. Britt, Jr., Kristi Lovett, Barry K. McCord, Ashley Britt Russell, Robert C. Davis, David T. Miclette, Michael Tubbs, Susan Zapalowski, Rita G. Gulizo, Joni Bowen, Mary Ann Garcia, Brett A. Tisdale of Houston TX,, Fort Smith AR and New Orleans LA their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by , and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12, 2000, July 21, 2003 or January 22, 2004, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Cheryl A. Co 'i en, Assistant Secretary STATE OF CONNECTICUT sc. Hartford COUNTY OF HARTFORD On this 8th day of February, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that (s)he resides in the County of Hartford, State of Connecticut; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his /her name thereto by like authority. M. Ross Fisher, Assistant Vice President CERTIFICATE I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY tha copy of the Power of Attorney executed by said Companies, which is still in full force effective as of Signed and sealed at the City of Hartford. Therese M. Forgett Notary Public My Commission Expires August 31, 2013 he above and foregoing is a true and corre t i. 2t 2- F. Allan Trifiro, Assistant Vice President MPORTANT NOTICE To obtain information or make a complaint: You may contact your agent. You may call Hartford Insurance Group at the toll free telephone number for information or to make a complaint at: 1-800-392-7805 You may also write to The Hartford: The Hartford Hartford Financial Products 2 Park Avenue, 5 th Floor New York, New York 10016 1-212-277-0400 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 Fax Number (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for your information only and does not become a part or condition of the attached document. F-4275-1,11)(4275-1 HR 42 H006 00 0807 AVISO IMPORTANTE Para obtener informacion o para someter una queja. Puede comunicarse con su agente. Usted puede Ilamar al numero de telefono gratis de The Hartford Insurance Group pare indormacion o pare someter una queja al 1-800-392-7805 Usted tambien puede escribir a The Hartford. The Hartford Hartford Financial Products 2 Park Avenue, 5th Floor New York, New York 10016 1-212-277-0400 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 Fax Number (512) 475-1771 Web: http://www.tdi.state.tx us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con su agente primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NOTE: ---„, NE City of Christi Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION (Revised August 2000) CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: CSA Construction, Inc. P. 0. BOX: STREET ADDRESS: 2314 McAllister Road CITY: Houston, Texas ZIP: 77092-8025 FIRM IS: I. Corporation E 2. Partnership p 3. Sole Owner 4. Association fl 5. Other fl DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named " Name Job Title and City Department (if known) None 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title None 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee None REVISED PROPOSAL FORM ( REV-1) PAGE 7 OF 8 ADDENDIN No . 2 At tachment No. 2 Page 7 of 8 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of t is contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant None FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested: and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Richard M. Mayfield Title: Vice President (Type or Print) Signature of Certifying Person: DEFINITIONS Date: December 21, 2011 a. "Board member." A member of any board, commission, or committee comnlittee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person e ploy eid by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Cotpus Christi, Texas. f. "Ownership interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. RZV1 SRO PROPOSAL FORM (REV -1) PAGE 8 OF 8 ADDENDUM NO . 2 At tachment No 2 Page 8 of 8 ACa CERTIFICATE OF LIABILITY INSURANCE 02 08 /2 is CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(Ies) must be endorsed. 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). PRODUCER Arts*: Risk Solutions, Inc. Two Pierce Pleas Itasca, IL 60143 -3141 1- 630 - 285 -3641 co Maria ?root PMMM jatc- MC.Snr Vie: maria p atsartaxrisk.cam FAX UVC. Not; 630 -285 -4199 8ISURERI I AFFORDING COVERAGE INSURER A: OLD REPUBLIC. INS CO 24147 ersuRED CSA Construction, Inc. 2314 kcAllister Rd. Hopp Wu, TX 77092 INSURGRa: SS PAUL FIRE a 24767 INSURER C: JNSIAtER D: er8URER E : COVERAGES CERTIFICATE NUMBER: 25502623 REVISION NUMBER: 111IS IS TO CERTIFY THAT THE POLICIES OF "ITEM` 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADM map . AOL�Y EPP POUCY �... .- ......M @ER �.......,.,..�... ........� -. LIM TYPE OF 1 COMMERCIAL GENERAL LIABILITY 1 CLAM-MADE ® OCCUR GENT-AGGREGATE UNIT APPLES PER JET AUTON ILELIASMITT X ANl AUTO ALL OWNED AUTOS HIRED AUTOS Comp. Dedz X X TINZT59104 04/01/17 04/01/ EACH OCCNCE DAMAGE TO RENTED PREMISES Ma oaamncrl MED EXP (My 1,000,000 100,000 $ 5, 000 Imo. E ADY INJURY 000,000 GENERAL AGGREGATE v.$ 2,000,000 _COMP/OPAGG 4 2,000,000 SOS icD AU OS D 0011. Ded, MWTB21225 04/01/11 04/01/ TED SMGRE UM! 000,000 YINJURY(Perpa o0 5 BODILY INJURY {Per.cdden '.. PROPERTY DAMAGE ^(PereaidwsD 8 rYRRE R A EXOESS LU OCCUR DED X RET6I+ITI $ 0 Q1L7.202711 04/01/11 04/01/12 EACH OCCURRENCE 7$ 10, 000, 000 AGGREGATE $ 10, 000, 000 WORKERS RIMERS: COMPENSATION D: EMPLOYERS' LIABILITY Y PROPW ETORIPARTNERIEX OFFICE'RSIBrIBER EXCLIIDE07 Mandalay M IRRO IV1[.SCRPT10N OF OPERATIONS ba 16955 -00 04/01/13 04/01/12 X 1,ORY L M I I ER E I- EACH ACCIDENT $ 1,000,000 Z EL DISEASE -E.A EMPLOYEE 4 1,000,000 EL DISFI - POUCI'WJIT $ 1,000.000 DE RP OF OPERi1T10NS I LOCATIONS / VEHICLES IARaeh ACORD 101. Addillorul Remake 3ahedulr. It mom apes. is OSO Wastewater Treatment Plant Belt Preps Facility, Corpus Christi, Teams, Project 17423 The City of Corpus Christi listed as an Additional Ineured under the General Liability and Automobile Liability policies per the terms and oonditions of the contract. She Gabriella policy is follow-Form and applies 'scam' to the underlying GL. Auto and Employerre Liability policies. OL Endorsements attached for ongoing and completed operations; CG20100704 f CG20370704. Auto Endorsement attached; U-917 (8 -89) Form 0. 30 days notice of cancellation applies, 10 days for non- payment of premium. Eadoreements attached; GL, Auto and Workers Compensation, CERTIFICATE HOLDER CANCELLATION City of Corpus Christi Department of Engineering Services Attn: Contract Adminietrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 1 _ ACORD 25 (2010/15) narproortex 25502623 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE t7SA The ACOR name ®1988 -2010 ACORD CORPORATION. All rig d logo are registered marks of ACORD reserved. ACCORD CERTIFICATE OF PROPERTY INSURANCE DATE IMMFDOIYYYY) 2/20/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. If this cent ficabe is being prepared for a party who has an insurable interest in th PRODUCER Bowen, Miclette & Britt Insurance Agency, LLC 1111 North Loop West, #400 Houston TX 77008 property, do not use this form. Use ACORD 27 or ACORD 28. AIaE; Linda Tucker PHONE (A/C, No, Em800-966- 5497 E-MAIL ADDRESS: ltuckert brnbint . tom PRODUCER CUSTOMER ID: -FAX IA/C, No):713 - 880 -7166 URED CSA Construction, Inc. 2314 McAllister Road Houston TX 77092 COVERAGES CERTIFICATE NUMBER: INSURER {S) AFFORDING COVERAGE INSURERA :Wes tchester Fire Ins Co INSURER 8: NAIL # 21121 INSURER C : INSURER D INSU RE: INSURER F: ..v ... ..wyr aaw,MIV1• II MIL3Grt. LOCATION OF PREMISES! DESCRIPTION OF PROPERTY (Attach ACORD 101,: Additional Remarks Schedule, if more space Is required} * Builders Risk /Installation- Temporary Location Limit: $250,000 /I * Temporary Structures $100,000 THIS IS TO CERTIFY THAT 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, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MWODNYYY) POLICY EXPIRATION DATE (MMIDDNYYY) COVERED PROPERTY LIMITS A PROPERTY DEDUCTIBLES 121062091001 a/" V/ 2/27/2012 7/27/207/,3 III ■ CI X BUILDING PERSONAL PROPERTY BUSINESS INCOME EXTRA EXPENSE RENTAL VALUE BLANKET BUILDING '. BLANKET PERS PROP BLANKET BLDG & PP Y 1 Occ. Transit CAUSES OF LOSS $ BASIC BUJ LDING $ BROAD CONTENTS $ SPECIAL $ EARTHQUAKE $ VIAND 5 ',.. FLOOD $ X Builders R, $6,311,200 *See above $250,000 NLAND MARINE OF LOSS NAMED PERILS TYPE OF POLICY - $ CAUSES POLICY NUMBER CRIME OF POLICY _. TYPE '.. BOILER & MACHINERY / EQUIPMENT BREAKDOWN $ S SPECIAL CONDITIONS I OTHER COVERAGES {Attach ACORD 101, Additional Remarks Schedule, !I mare space is requited) Project No. 7423 0so Wastewater Treatment Plant Belt Press Facility at 501 Nile Drive, Corpus Christi, TX All Risk Coverage Except those perils specifically excluded under the policy / See Attached... City of Corpus Christi Engineering Attn: Contract Administrator Po Box 9277 Corpus Christi TX 78469 Services SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE af!t l Of _ ACORD 24 (2009/09) 1995 -2009 ACORD CORPO The ACORD name and logo are registered marks of ACORD TION. All rights reserved. ACRD AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE AGENCY Bowen, Miclette & Britt Insurance Agency, LC POLICY NUMBER CARRIER Nmccom NAMED INSURED CSA Construction, Inc. 2314 McAllister Road Houston TX 77092 Page, of EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDMONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 24 FORM TITLE: CERTIFICATE OF PROPERTY INSURANCE Special Conditions Policy is Completed Value Form City of Corpus Christi are added as Additional Insured, Loss Payee and 30 Days Notice of Cancellation parties via Specific Additional Interests Endorsement, form number ACE0467 (05/09), see attached form. ACORD 101 (2008/01) +0 2008 ACORD CORPOFtATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDITIONAL INTERESTS ENDORSEMENT Named insured CSA Construction, Inc. Enclinserneel Number Policy Symbol IMC Policy Number \ 121062091 001 Policy Period 2/27/2012 to 7/27/2013 Effective Date of Endorsement issued By (Name of Insurance compeny) Westchester Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUILDERS RISK XTRA COVERAGE FORM The following individuals and entities are added as an Additional Insured, Loss Payee or Mortgagee as shown below: Name of person or organization Address Interest City of Corpus Christi Attn: Contract Services, PO Box Department of Engineering Christi, Texas 78469 Services All other terms and conditions remain unchanged. 277, Corpus Loss Payee and Additional Insured with 30 Day Notice of Cancellation ACE0467 (05/09) Page 1 of 1 POLICY NUMBER: MWZY59104 V COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. :ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations All Persons or Organizations as required by written contract or agreement. Informaton required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional Insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage or "personal and advertising injury' caused, in whole or in part, by 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG 20 10 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to *bodily injury" or "property damage occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its In- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: mys9xo4 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization (s) ocation And Description Of Completed Operations City of Corpus Christi Department of Engineering Services Sox 9277 Corpus Christi, TX 78469 -9277 USA Inform tion required to complete this Schedule, if not shown above, will be shown In the Declarations. Section It — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by ''your work" at the location designated and de- scribed in the schedule of this endorsement perforrned for that additional insured and included in the "products - completed operations hazard ". CG 20 37 07 04 © ISO Properties, tnc., 2004 Page 1 of 1 CSA Construction, Inc. Policy Number MWTB21225 11-917 (8 -$9) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PL ASE READ IT CAREFULLY. V ADDITIONAL INSURED This endorsement modifies insurance provided under the following: V BUSINESS AUTO COVERAGE FORM SCHEDULE Designated Person(s) or Organization(s): All portions or organ lar bons whore required by written contract WHO IS AN INSURED (Section 11) is amended' to Include the person(s) or organization(s) shown In the above Schedule, but only with respect to "accidents" arisIng out of work being performed for such person(s) or organizatIon(s). As respects any person(s) or organization(s) Shown In the above Schedule with whom you have agreed In a written contract to provide primary insurance coverage, this coverage will be primary and any Insurance maintained by such person(s) or organlzallon(s) wig apply on an excess basis. FORM 0 U-40A ENDORSEMENT Additional Premium: Return Premium: This endorsement, effective 2-8-12 forms a part of Policy No. MWTB 21225 policy effective date 4-1-11 expiration date 4-1-12 issued to CSA Construction, Inc. by OLD REPUBUC INSURANCE COMPANY, Greensburg, Pennsylvania It is hereby understood and agreed that the following form is added and attached: PI 028 05 10 Designated Entity - Notice Of Cancellation Provided By Us All other terms and conditions remain the same. Endorsement #1 Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, agreements or limitations of the Policy or any Endorsement attached thereto, except as herein set forth. This Endorsement shall not be valid until countersigned by a duly authorized representative of the Company. Attest: / Secretary President Countersigned at Brookfield, Wisconsin this ....29th ..... day of ...February 2012 Authorized Representative. 2/29/12 IL 10(12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: Person or Organization: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator Address: P.O. Box 9277 Corpus Christi, TX 78469-9277 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PL 028 05 10 Endorsement #1 CSA Construction, Inc. MWTB 21225 Effective: 2-8-12 IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US HEDULE Number of Days Notice ofCancellation:d Person or Organization: City of Corpus hristi Department of Engineering Services Attn: Contract Administrator Address: P.O. Box 9277 Corpus Christi, TX 78469-9277 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PH_ 028 05 10 Endorsement #1 CSA Construction, Inc. MWZY 59104 Effective: 2-8-12 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: Person or Organization: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator Address: P.O. Box 9277 Corpus Christi, TX 78469-9277 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PIL 028 05 10 Endorsement #1 CSA Construction, Inc. MWTB 21225 Effective: 2-8-12 U-40A ENDORSEMENT This endorsement, effective 2-8-12 policy effective date 4-1-11 Additional Premium: Return Premium: forms a part of Policy No. MWZY 59104 expiration date 4-1-12 issued to CSA Construction, Inc. by OLD REPUBLIC INSURANCE COMPANY, Greensburg, Pennsylvania It is hereby understood and agreed that the following form is added and attached: PIL 028 05 10 Designated Entity - Notice Of Cancellation Provided By Us All other terms and conditions remain the same. Endorsement #1 Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, agreements or limitations of the Policy or any Endorsement attached thereto, except as herein set forth. This Endorsement shall not be valid until countersigned by a duly authorized representative of the Company. Attest: Secretary President Countersigned at Brookfield, Wisconsin this ....29th........ day of ...February 2012 Authorized Representative. 2/29/12 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY DESIGNATED ENTITY - NOTICE OF CANCELATION PROVIDED BY US Number of Days Notice of Cancelation: Person or Organization: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR kir SCHEDULE Address: PO BOX 9277 CORPUS CHRISTI, TX 78469-9277 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancelation in the schedule above, we will mail notice of cancelation to the person or organization shown in the schedule above. We will mail such notice to the address shown In the schedule above at least the number of days shown for cancelation in the schedule above before the effective date of cancelation. PC 0090510 MISUREOCOPY Policy Number MWC 116955 00 ENDORSEMENT OLD REPUBLIC INSURANCE COMPANY Insured Name CSA CONSTRUCTION, INC . Agent Name Policy Effective Date: 04-01-2011 12:01 A.M., Standard Time ARTEX RISK SOLUTIONS, INC. Agent No. 305 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE FOLLOWING FORM (S) HAS BEEN ADDED: PC 009 05-10 DESIGNATED ENTITY—NOTICE OF CANCELATION This endorsement changes the policy to which it is attached and is effective on the dale issued unless otherwise slated. All other terms and conditions of this Policy remain unchanged. (The information below is required to be completed only when this endorsement is issued subsequent to the policy effective date.) Endorsement Effective Dale: 02-08-12 , this endorsement forms part of Policy Number: MWC 116955 00 Insured Name: CSA CONSTRUCTION, INC . Policy Effective Date: 04-01-2011 NCCI Carrier Code: 11509 Endorsement No: 0 01 WC 890600B TO BE ADJUSTED AT TIME OF AUDIT Page 1 INSURED COPY