Loading...
HomeMy WebLinkAboutC2012-335 - 9/18/2012 - ApprovedJUNE 2012 JRevised 7/5/00} ALLISON WNTP NEW MECHANICAL BAR SCREEK AND GRIT REbOVAL �/ 32 PROJECT BYO 7417 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Marcia 2009) Insurance .Requirements NOTICE TO CONTRACTORS - B (Revised August 2008) Texas Administrative Code, Title 28, Part 2, Chapter 110, Subchapter B. Rule 110.110 PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals/Pre-Bid Meeting A -2. Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A--5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowl.e.dganent 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 Project Layout and Control A-20 Testing and Certification A-21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 50/98) Pe-23 Inspeetlen Required (Rev�iaed (NOT USED) A--24 Surety Bonds A-25 Sale Tax r__ p t; ..,.. NO IX24 MR APPLICMnS (6/11/98) A -26 Supplemental Insurance Requirements A--27 Responsibility for Damage Claims A -28 Considerations for Contract.Award and Execution A-29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A--32 Amended "Execution of Contract" Requirements A--33 Conditions of Work A -34 Precedence of Contract Documents (NOT USED) A - 36 Other Submittals (Reprised 9/18/00) A 37 Amended l W ' n (NOT USED) A -38 Wor'ker's Compensation Coverage for Building or Construction Projects for Government Entities (NOT USED) A-40 Amendment to Section B -8 -6: Partial Estimates (NOT USED) A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Bald Harmless (9/98) A-44 Change Orders (4/26/99) A -45 As- Built Dimensions and Drawings (7/5/00) (NOT USED) (NOT USED) A--48 Overhead Electrical Wires (7/5/00) A -49 Amended "Maintenance Guaranty" (8/24/00) A -50 Technical Special Provisions A -51 Contaminated Soils A -52 Fences A -53 Protection of Public and Private property A -54 Security A-55 - _ (NOT USED) A -56 Parking A -57 Noise Control A -58 Dust Control A -59 Temporary Drainage Provisions A -60 Dewatering A -61 Amended Prosecution and Progress Submittal Traii.9mittal Form tRevised 9/18/00) TECHNICAL SPEC PROVISIONS PART R -- GENERAL PROVISIONS PART C - FEDE IBM RATES AND RLQUIRMIENTS PART S - STANDARD SPECIFICATIONS 1011 - Equipment Documentation Requirements PART T — TECHNICAL SPECIFICATIONS DIVISION 2 — SITE WORK SECTION 2A - SITEWORK 2A2[1] - Deviations Occasioned By Existing Obstructions 2A3[1] Clearing, Grubbing and Stripping SECTION 2B - EARTHWORK 2B1[1] - Site Grading 2B2[i] - Structural. Excavation and Backfill 2B3[11 - Pipe Trench Excavation and Backfill 2B5[1] - Street Excavation and Backfill 2B8[l] - Lime Stabilized Subgrade 2B10 [ 1 ] -- Compacted Embankment SECTION 2H - ROADS AND WALKS 2H16[1] - Concrete Sidewalk and Concrete Driveways 2H17 [ 1] - Removing And Replacing Pavements, Curb And Gutter, Driveways And Sidewalk 2HIB(4] - Portland Cement Concrete Pavement SECTION 2J - LAWNS AND PLANTING 2JI [2] Vegetative Treatment DIVISION 3 -- CONCRETE SECTION 3A - CONCRETE FORM WORK 3Al[1] - Scope 3A2 - Material 3A3 - Construction Methods SECTION 3B - CONCRETE REINFORCEMENT 3BI [1] - Scope 3B2 - Material 3B3 - Construction Methods SECTION 3C - CONCRETE CAST -IN -PLACE CONCRETE 3Cl [1] - Normal Weight Aggregate Concrete 3C4 [1] -- Concrete Structures DIVISION 5 - METALS SECTION 5A - STRUCTURAL METAL 5A1[11 - Structural Steel and other Metals 5A3 [ 2 ] -- Steel Shelter SECTION 5C - METAL DECKING 5C2[1] - Aluminum covets for Process Equipment SECTION 5E - MISCELLANEOUS METAL ITEMS 5E2[1] - Stairs.and Walkways 59311] - Handrails 595[2] - Floor Grating DIVISION 9 - FINISHES SECTION 9J - SPECIAL COATINC -S 9Jl [5] - Coating of Concrete Walls 9J2[1] - Lining Concrete malls SECTION 9K - PAINTING 9K[1] -- General 9X2 - surfaces to Receive Faint 9K3 - Painting E Machinery and Metal Work 9K4 - Painting.Exposed and Submerged Metal Piping 9K5 - Responsibility for Paint Systems DIVISION 10 - SPECIALTIES SECTION 10C - FIBERGLASS GRATING 10C1[1] - Heavy Duty Fiberglass Grating DIVISION 11 - EQUIPMENT SECTION 11B ; PUMPS 11B23 [1] - Vortex-Type Slurry Pumps SECTION 11D - PROCESS EQUIPMENT 11DI[1] -Mechanical Bar Screen and Washer /Compacter 1ID2[4] - Degritter Equipment 1I.D13 - Containerized handling Equipment SECTION 11G - SPtCIALTY EQUIPMENT 11G1 [2] - Biofilter Odor Control System. 11G3[3] - Danger Signs (Outdoor) DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13C - REPAIRS, ADDITIONS AND MODIFICATIONS OF EXISTING STRUCTURES 13C1[l] - General Requirements 1302 -Yew Mechanical Bar Screen Connection 1303 - Existing Bar Screen Demolition 1304 - Existing Grit Removal Structure Improvements DIVISION 15 — MECHANICAL SECTION 15C - PROCESS PIPING AND FITTINGS 1502[51 - Ductile Iron Pipe and Fittings 15C3[3] - Polyvinyl Chloride .Pipe and Fittings 15C5[l] - Installation of Process Piping 15C6[l] - Testing of process Piping 15C12[1] - Fiberglass Manholes for Process Piping 15C14[l] -- Pipe Bangers and Supports 15C15[1] - PVC duct and Fittings for Air Service 15C20[1] - Pipe Labeling SECTION 15D - PROCESS VALVES 15D3 [ 1 ] - Plug Valves 15D22[1] - Plastic Valves and Strainers SECTION 15.E - GATES 15E4[2] -- Mechanically Operated Slide Gates SECTION 15F — MISCELLANEOUS MECHANICAL 15F3[3] - Electric actuators DIVISION 16 — ELECTRICAL 16010 - Electrical General Requirements 16170 - Grounding and Bonding 16402 - Electrical. Systems 16461 - Dry Type Transformers 16470 - Panelboards 16510 - Lighting 16800 - Alarm Panels LIST OF DRAWINGS APPENDIX A -- 1. GEOTECANICA,L INVESTIGATION 2. Supplement Leo. I - April 7, 2010 NOTICE AGREEMENT PROPOSAL / DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTXCE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: ALLISON W'P KCAL WM SCREEK AND G=T RZKOVAL XW ROVMMNTS FROaECT NO. 7417 consists of demolition of existing bar screen facility, removal of existing aerated grit chamber equipment and existing grit washer, and sitework, excavation and backfilling, concrete structures, two mechanical step screens, two washing presses, free vortex grit separator system, two vortex slurry pumps, grit separator /classifier unit, slide gates with MOV actuators, aluminum channel covers, fiberglass grating, stairs, aluminum handrail, PVC and DIP piping, PVC duct piping, odor control unit, two blowers, painting, concrete pavement and sidewalk, electrical and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents, will be received at the office of the City Secretary until 2:00 p.m. on Wednesday a!s,3. 25, 2012 and them publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Thursday, allly 12, 2012 beginning at 2:00 p.m. The pre- bid meeting will convene at Department of Rngi.neerri.ng Services, lain Conference Room, 3rd Floor, City Hall, 1201 tkpr and St.,..Cgxpus Texas, and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope, followed by a question and answer session. A site visit will follow after the meeting, if requested. A bid bond in the amount of SW 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 5W bid bond to the City as liquidated damages. Bidders 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. Flans, 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 conditions 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, 11 or "mechanic" employed on this project. The Contractor is required to obtains tentative approval prior to bidding for equipment listed in Article TS -6 of Technical Special Provisions. To be considered., specific information miist be received by the Engineer no later than 10 calendar days prior to the date set for bid opening. 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/ Daniel Biles, P.E. Interim Director of Engrg. services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MYNA INSURANCE COVERAGE 30 -Day Notice of Cancellation regmired an Bodily Injury and Property Damage all ce=tifieates MR OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT I. Commercial Farm 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. .Personal Injury AUTOMOBILE LIABILITY-- OWN1ED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ❑ REQUIRED discharge; to include long -term environmental impact for the disposal of X NOT REQUIRED contaminants BUILDERS' RISK See Section S -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section. B -6--11 and Supplemental Insurance Requirements X REQUIRED ❑ NOT REQUIRED Page 1 of 2 ElThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation .liability coverage. OTh.e mange of the project must be listed under "description of operations" on each certificate of insurance. EIFor 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 endorseaneents to insurance policies or coverages which, are specified in section B -6 -11 or Special Provisions section 'of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regar insurance requirements, please contact the Contract PsclaInIstrator at 850 -3500. Page 2 of 2 - NOTICE TO CONTRACTORS -'B NOTICE TO CONTRACTORS - B WORKER" S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Tee Administrative Code THE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHl'7,P.1`ER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER A EMPLOYER NOTICES RULE §1,10.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terns, when use 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 agreemena (TWCC -81, TWCC -82, TWCC f83, or TW CC -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 durations of the project. (2) Building or construction—Has: the meaning defined in the Texas Labor Code,. §406.0196(e)(1). (3) Contra ,tor -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, §4011 A 11(44). (5) Coverage agreement - -A written agreement on foam TWCC -81, form TW CC -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 Cade, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensabon 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) Pis 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 duly 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 fi=shing persons to perform services on the project. Page 2 of l l "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project, "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. ' (8) Project Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing; to provide o°r 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: (I) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language rewired 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 durations of the project; and (B) no later than seven days after the expiration of the coverage for each ether person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (S) 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 Clic Page 3 of 11 (d) A contractor shalt: (l) 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 out the contractor's current certificate of coverage ends during the duration of the project; (4) obtain f om 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 (l3) 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 info all persons providing services on the project that they are required to be cohered, 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 (S) 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 d uring 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; (0) 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)-R 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: (l) 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 sig 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, crirniraal 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 tinder contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person begimmling work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days afar 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; (13) provide, prier 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 ding the duration of the contract; ( retain all required certificates of coverage on file for the duration of the project and for one year theater; (G) notify the gove — men tal 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 provision 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 contacts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of I I (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 insuran coverage pursuant to Texas Civil Statttes, Article 6675c,,W). (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 1489, 74th. Legislab=,1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive o cem who are excluded From coverage is an insurance policy or certi-ficate, of authority to self-insure that is delivered, issued for delivery, or renewed. on or after January 1, 1996. Source Nate: 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 I28SI 10.11o(a)(7) "REQUIRED WORKERS' COWEM ATION COVERAGE" 'Tie taw requires that each person working on this site or providing services related to this construction project must be covered by workers compensation insurance, I,4is includes persons providing, hauling, or delivering equllpment 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.' "Gall the Texas Workers' ConWensation Commission at 512-440-3789 to receive information on the legal regararement, far coverage, to verb whether your employer has provided the required coverage, or to report an employer `s failure to provide coverage. " Page 8 of 11 T Article . Workers' Compensation Insurance Coverage. A. Def initions: Certificate of coverage ("cert flcate')- A copy of a certtf Cate of insuranc a certificate of authority to self - insure issued by the commission, or a coverage agreement (YWCC -81, TWCC 82, TWCC=83, or Y CC -a84), 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 /persona's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.095) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the ,project, regardless of whether thatperson contracted directly with the contractor and regardless of whether thatperson has employees. Ms includes, without limitation, iruloundent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of arty entity which f urnishes 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 foodlbeverage vendors, offlce supply deliveries, and delivery of portable toilets. A The contractor shall provide coverage, based on proper reporting of class ficat on codes and Payroll amounts and filing `sling 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 o, f'the project C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. A 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 thatperson beginning work on the project, so the governmental entity will have ors 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, f 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 know.% of any change that materially affects the provision of coverage o, f any person providing services on the project. H The contractor shrill post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing call persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage, L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, bared on proper reporting of classification codes and payroll amounts and filing of tansy 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, ject, a certificate of coverage showing that coverage is being provided for all employees of the persona providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period as new certificate of coverage showing extension of coverage, f the coverage period shown on the current certiftcate 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 perio 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 andfor one year thereafter, (6) notify the governmental entity in writing by certified mail or person delivery, within 10 clays after the persona knew or should have kmwn, of any change than 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 certafacaates of coverage to be provided to the person for wham they are providing services. J. By signing this contract or providing or causing to be provided a certificate o, f'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 arnrounts, and that all coverage agreements will be filed with the appropriate inswrance carrier or, in the case of a se r insrxreat with the commission Division o, f `Self- Page 10 of 11. Insurance .Regulation. Providing false or misleading information may subject the contractor to ad)ninistrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to conTly with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void f the contractor does not remedy the breach within ten days after receipt of notice of breachfrom the governmental entity. Page 11 of 11 SPECIAL PROVISIONS FART A - SPEC PROVISIONS A -1 Time and Place of Recei,v' osal.s Fie- -Rid Neeti 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 Ball, 1201 Leopard Street, until. WAd17Estd Ys July 25, 2012 Proposals mailed should' be addressed in the following Manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - ALLISCS WWTP Nom' WCHMICAL BAR SCREEN ,AM GRIT RMOVAL 11WROVEMENTS PROJECT NO. 7417 Any p roposals not pbyp*cally in possession of the Ci ty Secre ' s Office at the ti and date of bid 22geaM will be deed late and nonresponsive. Late Meesals will be returned I! ed to the aser. The user is solel y responsible far delivexv to the City Secretary I s Office. DeUvery of anv =mosal. by the arac�astrr _ address or office other than the City Searetaryl s Office will be deemed Gaon- - responsime if nest in possession of the City Secreta v, s Office uri.or to the date and A pre -bid meeting will be held on Thursday, M4y 12, 2012 beginning at 2:00 pm. The pre -bid meeting will convene at t of Sn i services Maid Conference Room 3 Floor - Cilty H all 1241 Leopard St. Corpus Christi, T'X. , and will be conducted by the City of Corpus Christi.. The meeting will include a review of the project scope, followed by a question and answer session.. A site visit will follow after the meeting, if requested. No additional or se crate visitations will be conducted by the Cit . A-2 Definitions and Abbreviations Section E -1 of the General Provisions will govern. A -3 iDescripti on of Project This project consists of demolition of existing bar screen facility, removal of existing aerated grit chamber equipment and existing grit crasher, and sitework, excavation and backfilling, concrete structures, two mechanical step screens, two washing presses, free vortex grit separator system, two vortex slurry pumps, grit separator /classifier unit, slide gates with MOV actuators, aluminum channel covers, fiberglass grating, stairs, aluminum handrail, PVC and DIP piping, PVC duct piping, odor control unit, two blowers, painting, concrete pavement and sidewalk, electrical and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents. ,A. -4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds- 1. Total Base Bid (Bid Items 1 to 13) plus any or all additive alternatives. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Section A - SP (Revised 9 /18 /00) Page i of 28 Explanation of Measurement and PaEtment I. Bonds & insurance This item will be measured as a lump sum and shall include the bonds and insurance required by the Contract Documents. One hundred percent of this item Will be due on the first approved monthly pay estimate.' Contractor shall provide document to shots cost incurred. 2. Move.In And Move Out This item will be measured as a lump sum. Fifty percent of this item may be requested on the first approved monthly pay estimate after moving onto the site and starting work and the remainder will be dice on the final estimate when all work has been completed. 3. Demolition of Existing Bar Screen Facility This item shall be measured) as a Lump Sun.. This item shall Include all work required to provide control of flow pump and piping system, remove existing equipment and demolish the existing Mechanical Bar Screen Facility, and all work to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. 4. New Mechanical Bar Screen Facilit : This item shall be measured as a Lump Sum. This item shall include all work required to construct the New Mechanical Bar Screen Facility,. such as excavation, backfill, structure, .mechanical, piping, odor control covers /duct, odor control treatment unit and all work to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. 5. Existing Grit Unit Modifications: This item shall be measured as a Lump Sum. This item shall include all work required to remove the existing equipment, provide modifications to the existing structure, provide and install the new grit .rezmoval equipment, provide and install new walkways and slide gates and all work to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract document. 6. Sidewalk This item shall be measured by the square foot of new concrete walk installed (does not include 1' thick concrete foundation required under stairs) . The estimated quantity of sidewalk shown on the proposal form may be more than the drawings indicate, this it to allow revisions to be made to the concrete walk layout during construction without having to delay construction for preparation of a Change Order. The Contractor shall construct concrete walk as shown on the drawings and a directed by the Engineer in the field. The Contractor shall bid the quantity shown on the proposal. form. This item includes but is not limited to the following work: a. Furnishing any excavation or compaction required. b. Furnishing and installing all dowels, reinforcing steel, forms and other materials required. c. Furnishing, placing, consolidating and finishing concrete. d. Furnishing and placing curing compound as directed. 7. Lime Stabilized Stab ride: Lime stabilization of existing subgrade to convert it to a sub -base, will be measured by the square yard of completed base of the thickness .indicated on the drawings. The lime will not be measured and will be considered subsidiary to this bid item. S. Concrete Pavement This item shall be measured by the square yard of new concrete pavement installed. This item does not include the concrete pavement under the structure (this pavement is subsidiary to the New Mechanical Bar Screen). This item Section A - sp (Revised 9118/00) Page 2 of 28 includes but is not limited to the following work: a. Furnishing and installing all dowels, reinforcing steel, forms and other materials required. c. Furn ishing, placing, consolidating and finishing concrete. d. Furnishing and placing curing compound as directed. e. Backfilling and fine grading next to concrete pavement 9. Concrete Block Curb This item shall be measured by the linear foot of new concrete block curb installed on the concrete pavement. This item does not include the block curb under the structure (this block curb is subsidiary to the New Mechanical Bar Screen). This item includes but is not limited to the following work: a. furnishing and installing all dowels, reinforcing steel, forms and other materials required. b. Furnishing, placing, consolidating and finishing concrete. c. Furnishing and placing curing compound as directed. d. Backfilling and fine grading bade of concrete block. curb. 10. Retaining Wall: This item shall be measured by the linear foot of concrete retaining wall installed. This item includes but is riot limited to the following work: a. Excavation and subgrade preparation. b. Furnishing and installing all dowels, reinforcing steel, forms and other materials required. c. Furnishing, placing, consolidating and finishing concrete. d. Curing foundation and wall as directed. e. Backfilling and fine grading next to retaining wall. 11. Trench Safety Trench Safety shall be measured by the lineal foot for all trenches over 5' deep, and shall include the cost to provide trench safety as set out in Subsection 2B3 Pipe Trench Excavation and Backfill. 12. Effluent Diversion Box Handrail This item shall be measured as a Lump Sum. This item shall include all work required to provide and install new handrail on the structure, complete in place, as outlined in the plans and contract documents. 13. Utility Allowance: Contractor shall insert the figure in his bid proposal. This item shall be used for unanticipated circumstances. Payment shall be negotiated for each circumstance. 14. Additive Alternate loo. 1: Odor Control For Existing Grit Removal Unit: This item shall be measured as a Lump Sum.. This item shall include all work required to construct the odor control system all work to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. This item includes but is not limited to the following work. a. Removing existing walkway gratings in channels. b. Furnishing and installing new aluminum channel covers and basin cover with beam supports. c. Providing credit for deleting the new walkway provided in the base bid along the south wall of the grit basin. d. Furnishing and installing new aluminum handrail along south and west walls of grit basin. e. Furnishing and installing odor control air duct pipe, valves, fittings, connections, etc from the Grit Removal new covers to tie -in to the air duct piping on the Mechanical. Bar Screen structure. Section A - 3P (Revised 9 /18/00) Page 3 of 28 15. Additive Alternate No. 2: West Aeration Basin Zm rov ts: Each it shall be measured as a Lump Sum or Unit price, as indicated, and shall include all work required to construct the improvements as detailed on the plans and in Section 13C5 and all work to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. 16. Items Not Listed on the Bros osal: Items of work not listed on the Proposal. Form ?necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their cost should be included in the appropriate bid item.. Any item required on the plans and contract documents shall be paid under the .appropriate bid which corers the item. A -5 Items to be Submitted with Proms The following items are required to be submitted with the proposal: 1. 5 - t.._BidBond {Must reference . _ 17) as identified in the Proposal) (A Cashier's Check certified check money ordar or bark draft from any State or National Sank wIll also be acceptable.) 2. Disclosure of Interests Statement petivxa /I,igni aces A� T of Cngl dated 1 „ The project has been divided into phases. The contractor shall meet deadlines for completion of each item shown below. Time duration for construction is allocated for each item and if the work in that item is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amount of $301.00 . per calendar dam will be assessed against the contractor as liquidated damages. Work can be done concurrently on each phase, a phase sloes NOT have to be completed before starting the next phase. Completion shall be based on satisfactory work, completed, in accordance with the plan., specifications, and contract documents and accepted by the City. Start Of Phase is initiated by the Notice to Proceed. The working time for completion of the entire Project will be 455 Calendar Da Each phase of the Project shall be completed within the number of calendar days allocated as describe in the following;. From nay One � Phase I West Aeration Basin Improvements ---- - - - - -- (Additive Alternative No. 2) 60 Calendar Days Phase II New Mechanical Bar Screen Facility And Odor Control 365 Calendar Days Phase III Grit Removal Improvements (and Odor Control with Add. Alt. No. 1) 455 Calendar Bays 'From the start of contract time as delineated by Notice To Proceed. Entire project shall be completed within 455 Calendar Days. Section A - SP (Revised 9/18/00) .Page 4 of 28 Days Alloca.tlon for Rain The Contractor shall anticipate the following number of work days .lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain Measured by the National Weather Service at the Power Street Storm Water Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days.has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 mays December 3 Days This project is essentially a construction contract for a period of 455 Caliinsivar Days, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. After Contract Award and pre- construction meeting is held, the Contractor shall commence work within ten (20 ) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $300 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City frame the monthly pay estimate. A-7 Workers CbzVmsation X.n.su ranee Covera If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or cancelled 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 wrorkers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will he 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 wrill 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. sectien A - sP (Revised 9 /la /00) Page 5 of 28 A-8 Faxerd. PEegosals Proposals faxed directly to the City mast contain original signatures and Section B -2 of the General Provisions, will be considered non - responsive. Proposals guaranty and be submitted in accordance with A -9 Aaknowled t 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 can 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 Fa_ge Rates (Devised 7/5/00) Labor preference and wage rates for ]sa construction shall apply. ift wage eatee, higher- 96 the imate6 shall Minimum _Prevailin_g_Wage Scales The Corpus Christi City Council has determined the general, prevailing mininum hourly gage 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 pain 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 8 -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) A-11 C tion with Public NMB= ds (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 --8 00- 344 -5377, the Lone Star Notification Company at 1 -800- 669 -8344, and the Verizon Big Alert at 1- 80€3 -483- 6279_ For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826 --3500 Project Engineer, 826 -3500 Urban Engineering -Mark Maroney 854 -3101 Traffic Engineer 826 -3540 Police Department 866 -2600 Water Department 826 -1881 Wastewater Department 826 -1800 Gas Department 885 --6900 Stoma. Water Department 826 -1875 Parks & Recreatidn Department 826-3461 Streets & Solid Waste Services 826 -1940 (826 -1888 after hours) (826 -1818 after hours) (855 -6913 after hours) (8263140 after hours) Section A - SP (Revised 9 /18 /00) Page 6 of 29 AEP 1- 877/373 -4858 5BC / A T & T 881 -2511 (1- 800- 824 -4424, after hours) Signal /Fiber Optic Locate 826 -1946 857 -1960 Cablevision 857.5000 (857 -506€7 after hours) ACSI (Fiber Optic) 887 -9200 (Pager 800 - 724 -3624 CenturyTel 225/214 -1169 (225/229 -3202 (M) ChoiceCom (Fiber Optic) 881 -5767 (Pager 850 -2981) CAPROCIc (Fiber Optic) 512/935 -0958 (Mobile) Brooks Fiber Optic (MAN) 972/753 -4355 A -12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground.. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the .location and nature of underground utilities, etc. However, the ac=ragX and SoeplatAwoss of such inforaation is not tad. 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 Base of this work, it is his responsibility to maintain the services in continuous operation at his own expense. in the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flamed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction. The Contractor roust provide temporary driveways and /or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary tamps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. A11 costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 5 /18 /00) Page 7 of 28 A-° Construction Effilipient Spillage and Tra The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material, that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt top soil. "Clean* dirt Top soil is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth, of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the project; therefore, no direct payment will be made to Contractor. A of Materials Excess excavated material., broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A -13 Field Office The Contractor must furnish the City Engineer or his representative with a .field office at the construction site. The field office must contain at Least 120 square feet of useable space_ The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x GO" 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 roust be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and Sequence of construction The Contractor shall submit to the City Engineer a work plan based on calendar days for construction Of the entire project and 'broken down into construction of each phase. This plan must detail the schedule of work for each phase of construction, and shad be structured to meet all the requirements of Section 'A--6 "Time of Completion' and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. A suggested sequence of construction is provided in section 13C. The Contractor to furnish Construction S cluadu� a for the following Items SCHEDULE OF COMPLETION PHASE I - Vest Aeration Basin Improvements (Add. Alt. No. 1): Existing three basins shall be cleaned and aeration system improvements completed and in service within 60 Calendar Days from commencement of contract time Section A -- SP (Revised 9/16/00) Page 6 of 28 PEE II - New Mechanical Bar Screen Facility And Odor Control: Construct new mechanical bar screen facility, odor control unit, retaining wall, pavement, sidewalk, force main tie -in and put into service. Demolish existing mechanical bar screen Structure and complete improvements. Phase 11 shall be completed and in service within 365 Calendar Days from commencement of contract time. PHASE III - Grit Removal. Improvements (and Odor Control with Add. Alt. No, 1) Construct improvements to grit removal system, provide grit system odor control (if Additive Alternative No. 1 awarded) and put into service. Phase III shall be completed and in service within 455 Calendar Da a .from commencement of contract time. The plan must also indicate the schedule of the following work items: 1. Initial Schedule Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates Indicate submittal dates required for all submittals for the entire project. 4. Re- Submission Revise and resubmit as required by the City Engineer. 5. Once a Month Update Submit Updated Cc ustruction Progress Schedule to show actual progress of each stage by peroemtaga against initial Schedule_ It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute has work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: a. Operation of treatment facilities during construction: The City is required by law to treat all wastewater entering its collection system; therefore, the schedule of construction must be structured to allow the treatment of all wastewater entering the plant. It is also the Contractor's responsibility to cooperate with the Corpus Christi Wastewater Services Department at all times in order to insure that the Owner may meet its legal obligation with as little inconvenience as possible. No bypassing of untreated wastewater shall be permitted. b. The schedule of construction shall be structured to meet all requirements of Section A -6 "Tune of Completion " and as noted above. C. The schedule of construction shall not conflict with any provision of the Contract Documents and also that when the Owner is having other work dune, either by contract or by their own force, the �ngi.neer may disci the time and manner of constructing the work done under this Contract so that conflict will be avoided and the construction of various works being done for the Owner will be harmonized. A -19 Co Proieat Lavout 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 one (1) bench marks required for project layout will be provided by the City or Consultant Project Engineer. The Contractor will furnish all lines, slopes and measurements for control of the work. Section A - SP (Reprised 91181001 Page 9 of 28 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 wench 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 paring 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 sand Surveyor (R.P.L.S.) licensed in the State of Texas retained and paid by the Contractor. The third party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the third party surveyor and certify compliance to any regulatory permits. ■ asi intersecting .Lines in manholes A -20 Testing and Certif:.cation flow line) (TxDOT and RR Permits 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 cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. Section A -- sP (Revised 9/38/00) Page 10 of 28 Wastewater: • All .rim. /invert elevations at manholes ........................... . SCHEDULE OF 'TESTING: 1. Embedment, Fill and Backfill Laboratory Testing: (1) Moisture - Density Relationship ....................... .2 Ea. (2) In -Place Density Tests .............................. 20 Ea. 2. Concrete Laboratory Testing: (1) Mix Design: One for each class of concrete. (2) Concrete Cylinders: (l set is 3 cylinders) a) Foundation Slab ............................... 1 Set b) Columns ............................... ...... 1 Set c) Bottom Slab .... ............................... 2 Set d) Wal ls .......... ............................... 2 Set e) Top Slabs.. .. ............................... 1 Set f) Retaining Gall. ............. .................. 2 Set g) Concrete Pavement ............................. 2 Set 3. Concrete Costing Laboratory Testing: (1) Coating Holiday Detection (See Specification 9J1) ... All surfaces SCHEDULE OF TESTING BY CONTRACTOR: Testing, including sampling, will be performed by Engineer or the testing firm's laboratory personnel, in the general manner indicated in the Specifications. Engineer shall determine the exact time, location, and n=dber of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including sampling, to be performed. Contractor shall have no claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by Engineer or the testing firm's laboratory personnel., Contractor shall furnish personnel and facilities tp assist in the activities. When the specifications require inspection of materials or equipment during the production, manufacturing, or fabricating process, or before shipment, such services will be performed by Engineer or an independent testing firm or inspection: organization acceptable to Engineer. Contractor shall give appropriate written notice to Engineer not less than 10 days before offsite inspection services are required, and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel in the performance of their duties. The inspection organization will submit a written report to Engineer, with a copy to Contractor, at least once each creek. The Contractor must provide all applicable certifications to the Engineer Consultant. Section A - SP (Revised 9!18/04) Page 11 of 28 A -21 . Project Siges The Contractor must furnish and install 1 Project sign(s) as indicated on Attachment No. 1. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the.field by the City Engineer. A -22 Idinorltyftnority Business Ent® rise♦ Parti.ei tion Po1i (Revised 16/98) 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(a). Minority persons include Blacks, Mexican- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Aai_ans or Pacific islanders. For the p of this section, women are also considered as minorities. Minority person(s) :oust collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For are 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 persons). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise as the case inay 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 Section A. - s? (Revised Page 12 of 28 payments, and any other monetary distribution paid by the business enterprise. d. Minority See definition under Minority Business Enterprise. e. Fem Busi n ess Enterprise A sole proprietorship that is owned and cont Own � es, controlled d '� 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 Participatlan Minority Business Entarprise (Percent) Participation (Percent) 45% 15% b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall awake 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 InE222tivn red (Revised 7/5/00) tTOT usED) etizens by Section A - SP (Revised 9/18/00) Page 13 of 28 pa y a ll # _. -. - A -24 Stare EW=ds Paragraph two (2) of Section 13-3-4 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 are 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 bored amount that exceeds ten. percent (10 %) of the Surety Company's capital and surplus with reinsurer(sy authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the rei.nsurer'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 reinsures authorized and admitted to do business in the State of Texas. The Surety shall designate* an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a, reinsures 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 gate the band was issued." A -25 Sales Tax McMptiors (NM USED) - ���eW�ng substlt� ed -n liee--- eFeeg: Pqb44e Aeeeunts -- a f- -Tema r Id " Statement y, yy CSi 7t l at e - e PEej T �.e r t :3. Prov4de eeFtifleatea to rtrl value -ef a °r=te Section A - SP (Revised 9/18/00) Page 14 of 28 he must c r f turn, issaiee A -26 Suppler ten lnsuran(m R.eau izvu mts For each .insurance coverage provided in accordance with Section B- 6--11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation, or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78463 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign, the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign. the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, lasses and expenses, including court casts 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 V.SF ns a bi3 i for D Cl Paragraph (a) General. Liability of section B -6 -11 of the General Provisions is amended to include: section A - SP (Revised 9118/00) Page 15 of 28 Contractor mast provide I'rnstallation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Contractor must pay all costs necessary to procure such insurance coverage, including any deductible. The City must be reamed additional insured on any policies providing such insurance coverage. A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its. obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure.to pay for services or materials supplied against any of its projects begun within, the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall, state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner,' -president or other authorized party, specifying all current assets and liabilities. A -23 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 acceptably: 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 ant experience in the day --to -day field management and oversight of projects of a similar size and complexity to this Project. This experience :crust include, but is not necessarily limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and contract close -out procedures. The superintendent shall be 2resent, on the job site, at all times that work is being performed. 2. Foreman, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the su erintendent. Foreman cannot act as superintendent without prior written approval from the Cit . Documentation concerning these recce irements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Section A - SP (Revised 9/18/00) Page 16 of 28 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" Re rements Under "General Provisions and Requirements for Municipal Construction Contracts" Section 3 -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A. list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. S. 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'requi,red 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 w'or'k 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 tern 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. Section A - 5P fRevised 9/18/00) Page 17 of 28 10. Within five (5) days following bid opening, suba It in letter form, information identi-fying type of entity and state, i.e., Texas (or other state) Cbrpo=atton or Partnership, and name(s) and Title (s) of indiv -aluml (s) authorized to exacute contracts on behalf of said entity. A -31 Amended Policy can Extra Vork and 21epM Orders Cinder "General Provisions and Requirements for Municipal Construction Contracts" B- 8 -5 Policy on Extra Work and Chan a Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council- A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts'r 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 perfo 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 Doc=ents 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 giver: last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public 'Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special. Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -355 City Water Facilities: Special Re is (NOT USED) SeCtiOn A - SP (Revised 9/18/00) Page 18 of 28 , SeCtiOn A - SP (Revised 9/18/00) Page 18 of 28 The GoMwaotew shall not 19tamt, r and pemps, a,- any G s F thread F s i p notes, va1vto eqo4mompAt qv Water "eild;tr at any t&-me- r All Items - must be sueh epermated by aR P�5eteet the quality of the w-atev. All materials and equipment used Inspee-tizen 4:n the raepag:L- Eeasseffibly c r and pemps, a,- any G s F thread F s f er- all materials whdzeh AgA tr-ash gener-ated by the 83! -his R must be eentained at all times at the waterm Y r'• by C-i#y Water- L s ect ion A - SP (Revised 9/18/00) Page 19 of 28 l ia b r i eauts, s F thread F 4�tems awe inspeeted on the site by f er- all materials whdzeh AgA tr-ash gener-ated by the 83! -his R must be eentained at all times at the waterm Y r'• by C-i#y Water- L s ect ion A - SP (Revised 9/18/00) Page 19 of 28 MoM A--36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall f=ollow the procedure outlined below when processing Shop Drawing submittals: Section A - SP revised 9 /IB /00) Page 20 of 28 NO ON MoM A--36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall f=ollow the procedure outlined below when processing Shop Drawing submittals: Section A - SP revised 9 /IB /00) Page 20 of 28 a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. The Engineer will retain six sets (seven if electrical) for distribution to City staff, inspector and Engineer's file. Contractor shall submit the additional number required for return for his files, manufacturers, subcontractors, etc. b. R.eproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. C. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Braving 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. barking: Contractor mast mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer .review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer. and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to, comply with provisions. 2. Samples The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical. Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. � A -37 Amended "Arrangement and 2tLaM for Water Furnished hX the City" (NOT USED) fer- Section A - SP (R evised 9/18/40) Page 21 of 20 " The y ♦r Rr Thie _ the- 3L� --- --- a -thr -e 3thou evsra c c acC�s7zx:" A Worker * s sation C2MLmra for Bui lding or Construction Projects for Governna t fttities The requirements of "Notice to Contractors 'B are incorporated by reference in this Special Provision. A -38 Certificate of O and Final 89ciTtance (Not Used) } final aeeeptanee ef __­ . _ --e-19-t-5 under Genze_-al P�-ev4sleft B 8 9. A -40 Amendment to Sectica a -8 -6: Partial Estinates 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 Advwis (NOT USED) A 08H& Rule .& 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 jabs. A-43 Amended Indemniflea.tlon & Hold Harmless Linder "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 held the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or Liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold. the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or .liability whatsoever from a negligent act or omission of the city, its officials, employees, SeCtiOn A - SP (Revised 9/38/804). Pane 22 of 28 attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a charge 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- -BUi -It Dimensions and D;aw (715/00) (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 followings (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions d7ae 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 vert -Le*1 dinansmons of esi.stIMg Util;.ties affected, crossed or found durisag the conatrtYction. A -46 DiM2aal of Chlorinated water (7/5/00) (NOT USED) - 1 . _ -- -- - - - -- c -- --- - - W ON A -47 Pre- Construatlon Exploratory Excavations (7 151o0) (mar IISED) -11 Yt pet r f eet Mil�Ei s atiOB T_- Section A -- 5P (Revised 9/18/00) Page 23 of 28 A-48 Ovorhead Blewatrlcal Wires 47 /5100) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wares 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 occuxs. Contractor shall coordinate his work with AEP /CP &L and inform AEP /CP &L of has constructions 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 watht regard to overhead lines whether shown in the plans or not. A -49 Amencec't.. '%ai.atenance gq@ar �n (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", H --8 - 11 Maintenance Guaranty add the following. "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Technical §E2Sc al. Provisions The requirements of "Technical Special Provisions" are incorporated by reference in these Special Provisions. A -51 Contaminated Sails If, during the construction, an area is suspected of a high level of contamination, then the City will have the area tested_ If the area groves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall .follow the following procedures: 1. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench.. All materials used for the backfill of excavation's shall also conform to the trench embedment section shown on the construction drawings. 2. On -Site Stockpiles: Excess material from excavation, whether non - contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run --on, runoff,, and infiltration of contamination from precipitation,. Contaminated stockpiles shall be underlain by plastic, with a clean -soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. Section A - SP (Revised 9/18/001 Page 24 of 28 3. Disposal of Excess Non.- -Contaminated Soil. The balance of any non soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the contractor at the designated disposal site. 4. disposal of Contaminated Soil; All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall, be paid for by the cubic yard as measured by the City Inspector. Excess contaminated soil. Thrill be transported by the Contractor to a safe disposal area to be designated by the City. 5. OSSA. Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. A-52 Fences All existing fences affected by the work shall be maintained by Contractor until completion of the work. Fences. which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. There shall be no separate payment for removal, replacement or repairs to existing fences. A-53 Protection of Public and Private P Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All.pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. No trees shall be removed outside the permanent easement, except where authorized by engineer. Whenever practicable, Contractor shall tunnel beneath trees in yards and parkings when on or near the line of trench. viand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage from construction operations. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and ether public or private property, regardless of location or character, which may be caused by transporting equzptter3t, materials, or workers to or from the Work or any part or site thereof, whether by him or his Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. All fire hydrants and water control valves shall be inept free from obstruction and available for use at all times. A..:54 Seccrity Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. section A - 5P (Revised 9/38106) Page 25 of 28 No claim shall be made against Owner by reason of any act of an employee or trespasser, and Contractor shall make good all damage to Owner's property resulting from his failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by Owner to protect has existing .facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures as required to protect the site. Aw-55 Access Roads (NOT USED) -- - - - - ------------ wift -- A--56 Park*ng Contractor shall utilize the staging areas shown, on plans for suitable parkirig areas for the use of all construction workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. A--57 Noise Control Contractor shall take reasonable measures to avoid unnecessary noise. .Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. A--58 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to.dusting shall be kept moist with water or by application of a chemical dust suppressant.. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected.from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust. screens. Monthly' payment will be withheld of this provision Is not followed. A -59 ZtMe2rax DER Provisions Contractor shall provide for the drainage of storm water and such water as may he applied or discharged on the site in performance of the Work. Drainage facilities shill be adequate to prevent damage to the Fork, the site, and adjacent property. .Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. Section A "- SP (ReVaSed 9/18/00) Page 26 of 28 A -60 DeWaL This item is considered subsidiary to the appropriate bad items where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water 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 flows is to p ump 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 Nettling prior to entering a storm water conduit or inlet. Storm water or groundwater shall root be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Nueces River. 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. Mother option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and tracking to a sanitary surer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. prior to pumping groundwater from the trench to the sanitary sewer system, the Contractor shall contact Mark Shell 8571817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will ' require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating; a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill, to original level and overnight level. A- 61_ Prosecutlon and progress Under "General provisions and Requirements for Municipal. Construction Contracts ", B -7 Prosecution . and progress add the following; "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobili.zatzon /remobilizat.ion costs. Such costs shall be addressed through a change order to the contract. Section A - SP (Revised 9118/00) Page 27 of 28 SUMdITTAL TRANSMIT FORM PROJECT: ALLISON WATP NM 14ECHAVICAL BAR SCREEN AND GRIT RMOVAL S. PROJECT NO. 7417 OWNER: City of GqX pus Christi ENGINEER: Urban EIMLineeri CONTRACTOR: MAL )DATE: SUEMITTAL NM48ER: APPLICAE= SPECIFICATION OR DRAG SUSHITTAL Sec ion A - Sp (Revised 9/18/00) Page 28 of 28 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 18TH day of September 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 R.M. Wright Construction Company termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $2,772,662.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: ALLISON WWTP NEW MECHANICAL BAR SCREEN AND GRIT REMOVAL IMPROVEMENTS PROJECT NO. 7417 (TOTAL BASE BID f ADD.ALTS. NO. 1 & NO.2: $2,772,662.00) 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 _ . .. . _ ... -L- -- - 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 455 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: City Secretary APPROVED AS TO L GAL FARM: By: Asst. City Attorney ASTtf C'orportion) (lyote 1fPerson srg��ngfor c t0 # of President, a#actabgY ofaUtlzoratran "': �fiw CITY OF CORPUS CHRISTI By: C/ Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation By: Daniel Biles, P.E. Director of Engineering Services CONTRACTOR R.M. Wright Construction Compan Title: e Ar 285 Rio West Drive (Address) El Paso, TX 79932 (City) (State) (ZIP) 9151584 -1691 * 9151584 -1541 (Phone) (Fax) URI of Page 3 of 3 Rev. Jun -2010 P R O P O S A L F 0 R M F O R ALLISON WWTP NEW MECHANICAL BAR SCREEN AND GRIT REMOVAL IMPROVEMENTS PROJECT NO. 7417 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM PAGE 1 OF 9 ADDENDUM NO. 1 ATTACH NO. 2 Page 1 of 9 Place: Corpus Christi., Texas Date: July 25, 2012 Proposal of M. Wright Construction Company a Corporation organized and existing under the laws of the State of Texas OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: ALLISON WWTP NEW MLCMMICAL ]BAR SCREEN AND GRIT REMOVAL IMPROVE4ENTS PROJECT NO. 7417 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: REVISED PROPOSAL FORM PAGE 2 OF 9 ADDENDUM NO. 1 ATTACMGMT NO. 2 Page 2 of 9 ALLISON MMP NEW MECHANICAL BAR SCREEN AND GRIT REMOVAL IMPROV124ENTS Project No. 7417 BASE BID I IZ III IV V DID ITEM 6 UNIT DESCRIPTION UNIT PRICE HID ITEM EXTENSION 1 1 Bonds and Insurance, complete LS in place per LS _ 3TOOO. o y $ _ 3 Z, O DO.o 0 2 1 LS Move In /Move Out, complete in place per LS ] (+ 000.06 $ w 0 0 00, Demolition of Existing Bar 3 L Screen Facility, complete in place per LS I C30� 0 0 0 - °0 $ 15 aoo, o d New Mechanical Bar Screen 4 L Facility, complete in place f ' 63 gt1,U9 $ 1,'! G 3 . 111. d o per LS 1 Existing Grit Removal 5 LS Modifications, complete in place per LS 54 a0 °. 0 $ 550 ODd, Od 6 179 SF 4" Thick Sidewalk, complete in 'per SF 0 place $ 1 Lime Stabilized Subgrade under 7 SY Pavement, complete in place %00 1 ���, CS d per SY $ 8 194 6" Thick Concrete Pavement, SY complete in place per SY 60.00 $ 1 ( 1t0,Od 9 105 6 Block Curb, complete in 0 0 LF place per LF I5.00 $ 75, 10 124 LF Retaining Wall, complete in place per LF 0.00 $ 3 �� ODo. 4 e 11 292 LF Trench Safety, complete in LF d , $ place per : p 12 1 Effl. Diversion Box Handrail, LS complete in place per LS ODO,dQ $ ( p Q Utility Allowance (Mandatory 13 Allowance), complete in place per L$ $50,000.00 $5.0,000.00 TOTAL RASE BID: $ (Bid Items 1 - 13) ' NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate and may vary from the final quantities. Do not order material based on these approximate quantities. ADDENDUM NO. 1 REVISED PROPOSAL FORM ATTACHMENT NO 2 PAGE 3 OF 9 Page 3 of 9 ALLISON V WTP WK MECHANICAL BAR SCREEN AND GRIT REMOVAL I'MP ROV'JM�=TS Project No. 7417 ADDITIVE ALTERNATE NO. 1 ODOR CONTROL FOR EXISTING GRIT REMOVAL UNIT TOTAL ADDITIVE ALTERNATE NO. 1: (Bid Item AA1 -1) ADDITIVE ALTERNATE NO. 2 WEST AERATION BASIN IMPROVEN1ENTS s — I II III IV V NAA1- QTY s DESCRIPTION UNIT PRICE SID ITEM EXTENSION ITEM [SNIT AA2 -1 1 Odor Control System for LS Existing Grit Removal Unit, k4 3 Duo O O AA2 -2 1 complete in place per LS — pOff � .dO -- TOTAL ADDITIVE ALTERNATE NO. 1: (Bid Item AA1 -1) ADDITIVE ALTERNATE NO. 2 WEST AERATION BASIN IMPROVEN1ENTS s — I II III IV V BID Q & DESCRIPTION UNIT PRICE BID ITEM EXTENSION ITEM UNIT AA2 -1 1 Clean Three Exiting Basins, LS complete in place per LS AA2 -2 1 Repair Existing Air Bridge LS Supports, complete in place S dG $ 5 3, GOO, 60 per LS — AA2 -3 56 Reinstall Missing Air Drops to EA Air Bridges, complete in place $ �$�IQa G O per EA AA2 -4 20 Replace Air Drop Tees /Orifices EA with New, complete in place 2 $ + f { 006 1 , p0 p er EA AA2 -5 150 Replace Air Drop Lower Clamp EA Supports, complete in place 55 ,00 $ 1�, 060 pp p er EA AA2 -6 50 Reinstall Air Drop Lower Clamp EA Supports, complete in place so. 0 Q $ p er EA REVISED PROPOSAL FORM PAGE 4 OF 9 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 4 of 9 ALLISON NAP NEW MECHANICAL BAR SCREEN AND GRIT REMOVAL IMPROV nmNTS Project No. 7417 ADDITIVE AL TERX TL NO. 2 WEST AERATION BASIN TIPROVENdENTS I II III IV V BID QT DESCRIPTION UNIT PRICE BID ITM &XWENSION ITEM UNIT AA1 -7 24 Replace Exist. Air Drop Lager EA Support Angle Segment, $ ZggpO, OO complete in lace per E TOTAL ADDITIVE ALTERNATE NO. 2: $ 19 5 1 � 5 0. 0 d (Bid Items AA2 -1 - AA2- ) ADDENDUM NO. 1 REVISED PROPOS FORM ATTAC 14M NO. 2 PAGE 5 OF 9 page 5 of 9 ALLISON WMP NEW MECHANICAL BAR SCREEN AND GRIT REMOVAL n0R0 TE Project No. 7417 TOTAL BASE BID (Bid Items 1 through 13) $ Z 3 � y , Z ! 2 . D ADDITIVE ALTERNATE NO. 1 (Bid Item AAl-1) $ 1 U. 000, 0 0 ADDITIVE ALTERNATE NO. 2 (Bid Items AA2 -1 through AA2 @7) REVISED PROPOSAL FORM PAGE 6 OF 9 ADDENDUM NO. 1 ATTACM4M NO. 2 Page 6 of 9 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5� of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as Liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. dumber 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 Phase I within 60 Calendar Days after construction is begun, Phase II within 365 Calendar Days after construction is begun and Phase III with 455 Calendar Daya after construction is begun. Entire project shall be.completedwithin 455 Calendar Days (including any of the phasing and additive alternates, if awarded)from the date designated by a Work Order. Completion shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. 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 f orth . Receipt of the following addenda is acknowledged (addenda number) : i Z Respectfully submitte Name: Cnmpany By: (SEAL - IF BIDDER IS GNATURE) Ran 11 M. Wright, President a Corporation) Address: Rio West Drive (9 /0. Boxy (Street) E1 Paso, Texas 79932 (City) (State) (Zip) Telephone: 915.584.1691 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) REVISED PROPOSAL FORM ADDENDUM NO. 1 PAGE 7 OF 9 ATTACK NT NO. 2 Page 7 of 9 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That R.M._Wrigh #_Construction Company of the City of Ell Paso , County of El Paso , and State of Texas , as principal ( "Principal "), and 'Traveler5 Car5ua.l i S o�I 'Ierica_ , a solvent company duly authorized under the awes of 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 "), 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 TWO MILLION, SEVEN HUNDRED SEVENTY -TWO THOUSAND, SIX HUNDRED SIXTY -TWO AND NO1100 U.S. Dollars ($ 2,772,662.00 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 18TH day of SEPTEMBER 20 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: ALLISON WWTP NEW MECHANICAL BAR SCREEN AND GRIT REMOVAL IMPROVEMENTS PROJECT NO. 7417 (TOTAL BASE BID * ADD.ALTS. NO. 1 & NO.2: $2,772,662.00) 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 maybe 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 o which shall be deemed an original, this the 0744L day of n4rm i� r 2012. PRINCIPAL SURETY l<Ir� Ca � Scc Ca ny A �sua r v7� c��zc By. By. �. tto ey n -fact (fro, Title: E R. j ATTEST: c tary Address: v b)cstl Address: P D. Boy 9glo RO-S o, T 7 q q 8 J, Telephone: gjs� -�pSQQ Fax: 9 4 1e&_ BJSQ E -Mail: Rev. Date May 2011 Payment Bond Page 2 of 3 af..R6siden Alter t.af surety in Nueees Caunity exas, or eli�,ery of Name: &I'll Keak Agency: KedrA /75sfc4es Address: Fe L P . D. Boy 3_220 (Physical Street Address) _j Y CA n'sfi' . 7V 1SI 1&3--3 -2 ,Y (city) (State) (Zip) Telephone: E -Mail: 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 Payment Bond Page 3 of 3 P E R F O R M AN C E BOND STATE OF TEXAS § BOND No. COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That R.M. Wright Construction Company of the City of El Paso , County of Ell Paso , and State of Texas , as principal ( "Principal "), and Q Cascrcc/ lure _ 6o, a_ tneric�Q a solvent company duly authorized under the laws of th 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 TWO MILLION SEVEN HUNDRED SEVENTY -TWO._ THOUSAND,_ SIX HUNDRED SIXTY -TWO AND NO1100 U.S. Dollars ($2,772,662.00 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 18TH of SEPTEMBER , 20 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: ALLISON WWTP NEW MECHANICAL BAR SCREEN AND GRIT REMOVAL IMPROVEMENTS PROJECT NO. 7417 (TOTAL BASE BID * ADD.ALTS. NO. 1 & NO.2: $2,772,662.00) 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 and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of Completion and acceptance of improvements by the City(OWNER), 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) Performance 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 c 26A.- day of , 2012. PRINCIPAL SURETY Gkke "r,rFs I�'la h C ny Irar�e lr� Casual Surd Ca, i L a By: B 6tt gin -fact �co o�,�r�c 1111 Title: e Il+ ., Pf per} � �x ti 7 r ATTEST: S r tary Addressi gS �b_d 41-5 ' �)V Address: 71?W -ZO Telephone: _ _qf Wfo Z, MITI t1A (Rev. Date May 2011) Performance Bond Page 2 of 3 �N:arne ant! address ;af Resident Agent of Su =rety m Naeces County, Texas:, for delivery of : Y notice,arid service o °process: Name : cvin /e�e� r Agency: e L Sc�Ci�c S Address: 11 Sanl -Fe (P o, & 3$� (Physical Street Address) Cor-ous Chn4 A 7145 -3-2 (Ci y) (State) (Zip) Telephone: 3SO_1 E -Mail: __. 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 Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 Ct T Y OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469 -927? RE: Certification of Power of Attomey for Performance and Payment Bonds Allison WWTP New Mechanical Bar Screen and Grit Pft3i Gl Game & Na.: Removal Im rovements Project No. 7417 Surety Company. Trav elers Casualt & Surety_ Co. of America _ LadieslGentlemen: Account Executive Officer 1, Peter M. Russell, (Inst rLA1�m f icrr ; s1r rtrd Tiio t7ere 7y CErtIf that the facsirniie power of attorney submitted by Geor ianne Milliken E F N atne t�f for R. M. Wright Construction Company a copy of which is attached to this certificate, is .a true and correct copy of the original power of attorney on file in the records of the surety company ira its Lorne office has not been amended or abridged, Fs still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be rotted in writing by certified mail within seven (7) days thereof at the following address: City of Corpus Christi Department of Engineering Services Atm. Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 Signed thi � day of 0G -r AX — Name: / f -441. 1 t!4. e_ C._ Title: #T cocr.i7r 4C 'CC U -r ;rVA6 - 00< 0 4 XC4�ti Sworn and subscribed to before me can this 26th clay of September 2912_ z_x X �_ Notafi Public oel.Stoltzman Stak of T xas My Commission Expires_ 10/30/2014 mad �Rev 21 v ea 'mFi . T SToL'f'�9 AN e� +® �" ROTARY PUMM �y �n `g, `� OCTOBER 3, 2014 STPAUL TRAVELERS St Paul Travelers Bond 1301 E. Collins Blvd .Richardson TX 75081 Phone: 800 - 842 -0612 Fax: 214 -570 -6405 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity. Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attu: Claims 1500 Market Street Vest Tower, Suite 2900 Philadelphia, PA 1.9102 (267) 675 -3057 (267) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714 -9104 (800) 252 -3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253 -021, Govermient Code, and Section 53.202, Property Code, effective September 1, 2001. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A011111, r ' > POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 223748 Certificate No. ®U 4 3 9 3 1 4 8 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty. Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint John M. Rindt, Georglanne Milliken, and Ted Stoltzman of the City of El Paso , State of Texas , their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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 penpYYed'in any actions orproceedings allowed by law. 1st IN WITNESS WHEREOF, the Companies have caused this instrument: to be signed and their corporate seals to be hereto affixed, this day of July 2411 Farmington Casualty Company" „ _. St. Paul Mercury Insurance Company Fidelity and Guaranty 1nsurance'Cotnpany Travelers Casualty and Surety Company Fidelity and Guaranty Insuranceg Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company G�SU4 FIRE 6 6 �AN l .. Y Jai.INSUq 9 , p �sr 4 tio s` F ypSU@�Y �- coear ,n Z .r i9J� �i$EAL fOn ' �58S.L '3 v` f a = 1s • �•.'t -a � ° State of Connecticut City of Hartford ss. By: Georg Thompson, 'or. ree President On this the 1st day of July 2011 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 0.7 in Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. # pWL any C . Marie C. Tetreault, Notary Public 58440 -6 -11 Printed in U.S.A. SUPPLIERNUMBER TO BE ASSIGNED B1'Z'1T�� PURCHMiNG DIVISION City of CITY OF CORPUS CHMSTI Chnsti DISCLOSURE OF INTEREST City of Corp 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 piling Requirements, Certifications and definitions. COMPANY NAME: g M. Wright Construction Company P. O. BOX: STREET ADDRESS: 285 Rio West Drive CITY: El Paso x:79932 - FIRM IS: 1. Corporation 2. Partnership ® 3. Sale Owner E] 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, ptease 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 "film." Name Job Title and City Department (if known) no ne 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an `ownership interest» constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee none 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant AUDMMUM NO. 3. REVISED PROPOSAL FORM PAGE B OF 9 ATTACHMENT No. 2 Page 8 of 9 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 mernbem of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writin 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 1 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. Certifyiing Person: Randall M. Wright (Type or Print) Signature of Certifying Person: President DEFINITIONS Date: .1uly_25 , 2012 a. "Board member." A member of any board, commission, or committee appointed by the City Council ofthe City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self -employed person, partnership, corporation, joint stock company, joint venture, receivership or mist, and entities which for purposes of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a fuin, including when such interest is held through an agent, oust, 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. REVISED PROPOSAL FORM ADDS MUM NO. 1 PAGE 9 of 9 ATTACHMENT NO. 2 Page 9 of 9 Client #:2069 RMWRIGHTC01 DaTE(NNmnrrmr� a ACORD. CERTIFICATE OF LIABILITY INSURANCE 912612012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOI DER. 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 cerlificate 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). Tr PRODUCER NA PA C I Insurance PHON 915 496 -8500 atc, Ne : 915 496 -8550 AIC No. Ext : P.O. Box 981021 E-MAIL ADDRESS: ' El Paso, TX 79998 -1021 INSURER($) AFFORDING COVER NA # 915 496 -8500 INSURER A, National Specialty Insurance INSURED INSURER B: TeX8 Mutual Insurance Company R.M. Wright Construction Company INSURER c - 285 Rio West Ornre INSURER D El Paso, TX 79932 INSURER E rn�i�I7A2GC f:FRTIPII`ATF NIIMRFR! - REVISION NumaE:R: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. QTR TYPE OF INSU CE INS ADD L I SUBR POLICY NUMBER l O r iv MM1D�YlYEYYY UNITS • GENERAL LIABILITY V CWNO215593 0812912012 0812912013 EACH OCCURRENCE $1,000,00o X COMMERCIAL GENERAL LIABILITY DAM�P ET RENTED . PREMISES Ea accurcence $100 , 000 CLAIMS -MADE [ OCCUR MED EXP (Any one person) $1 0 , 000 PERSONAL SADVINJURY 1,000000 X PDDed:1,000 GENERAL AGGREGATE $2,000,()00 GM AGGREGATE LIMIT APPLIES PER: PRODUCTS- CONPIOPAGG $2000,000 POLICY PRO- LOC • AUTOMOBILE LIABILITY BKNO215593 _ 812912012 081291201 �MB�IN�EO SINGLE LIMIT i.000,000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X HIRED AUTOS X AUTOS BODILY INJURY (Per accidarn) $ PROPERTY DAMAGE ipLr accidenl $ $ • X UMBRE LIAR X OCCUR C KNO215593 8129!2012 0812912013 EACH OCCURRENCE S5,000,000 EXCESS L1AB CLAIMS -MADE AGGREGATE S - 6 - 1 000,00o OED RETENTION$ $ B WORKERS CO MPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNERIE XECUTIVE oFFICERIMEMBER EXCLUDED? (Mandatory in NR NIA SBPDD01100448 WC Reflects Codes 5606 $ 8810 Only 8/29/2012 081291201 X WCSTATU- OTH- E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1, 000,000 U yer. Jokfilee under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1 000,000 _EL i DESCRIPTION OF OPERATIONS I LOCATIONS IF VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 30 Day Notice of Cancellation applies, except for a 10 clay Notice of Cancellation for Nan payment of premium. Project: #7417 Allison WVVTP New Mechanical Bar Screen and Grit Removal Improvements Contract Amount: 2,772,662 Project Location: 4101 Allison Rd., Corpus Christi, TX 78410 (See Attached Descriptions) The City of Corpus Christi SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Ex (RATION DATE THEREOF. NOTICE WILL BE DELIVERED IN P. O. Box 9277 ACCORDANCE WITH THE POLICY PROVISIONS. Corpus Christi, TX 78469 -9277 AUTH ORIZED REPRESENTATIVE U 1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2090105) 1 of 2 The ACORD name and logo are registered Rlarlts of ACORD #S1109191M110687 DELIK SAG[TTA 25.3 (2010105) 2 of 2 #S1109191M110687 Client* 2069 RMWRIGHTC01 ATE (MMICDIYYYY) ACRD. CERTIFICATE OF LIABILITY INSURANCE D 1010512D12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLIER. 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 PRODU AND TH E CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcylies) 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 Rqk�• JDW Insurance PHONE 915 496 -8500 No : 915 496 -8550 AfC No Ext P.O. Box 981021 E SS- ADDRE El Paso, TX 79998 -1021 INSURER(S AFFORDING COVERAGE NAIC q 915 496 -8500 INSURER A: American Alternative Insurance INSURED INSURER B: R.iill, Wright Construction Company INSURER C! 285 Rio West Drive INSURER D El Paso, TX 79932 INSURER E INSURER F : r- nvGRer.FS CERTIFICATE NUMBER- REVISION NUMBER: 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 REOUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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 DD BR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE SR POLICY NUMBER MIDDIYYYY MMIDD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY PREMISES Ea o� once)3 CLAIMS -MADE El OCCUR - MED £XP (Any one pe rson) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER; PRODUCTS -COMPIOPAGG $ POLICY P CT LOC $ AUTONOBILE LIABILITY COMBINED SINGLE LIMIT Me accldard BODILY INJURY (Par person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS ON -OWNED HIREDAUTOS AUTOS BODILY INJURY (Per aecideN) $ PROPERTY DAMAGE Peracdde $ INHBRELLA LIAB OCCUR EACH OCCURRENCE S AGGREGATE $ - EXCESS UAB CLAIMS -MADE DED RETENTION $ $ WDRICER$ COMPENSATION WC STATU- OTH- I ER AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERfEXECUTIVE YIN OFPICERINEMBER EXCLUDED? N f A E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ (MandetM In NH) If yes. describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Installation B9A21M10031800 90/15/2012 01/1512014 See Limits, coverages Floater below DESCRIPTION 6F OPERATIONS I LOCATIONS f VEHICLES (Attwtp ACORD 101, Additional Remarks Schedule, if more space is required) Job site location: 4101 Allison Road, Corpus Christi, TX 78410 Location Limit: $2,772,662 Temporary Storage Location Limit: $1,000,000 Transit Limit: $100,000 Testing Limit $100,000 (See Attached Descriptions) The City Of Corpus Christi SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN P. 0. B ox 9277 ACCORDANCE WrrH THE POLICY PROVISIONS. Corpus Christi, TX 78469 -9277 AUTHORIZED REPRESENTATIVE #A - W ISUB -2070 ACORD CORPORATION, All rights roserved ACORD 25 (2010105) 1 of 2 The ACORD name and logo are registered marks of ACORD #S7127491M112747 DELIK SAGITTA 25.3 (2010105) 2 of 2 #S112749MI12747 R. M. Wright Construction Co Pany Policy # 139A21M10031800 Effective 10 -15 -12 to 01 -15 -14 AAiS This endorsement changes lM 7854 04 04 the Inland Marine Coverage page 1 of 1 -- PLEASE READ THIS CAREFULLY -- LOSS PAYABLE OPTIONS If indicated on the Loss Payable Schedule, the following conditions apply to the property described on the schedule. The following conditions apply in addition to the policy "terms" which are contained in the Inland Marine coverage(s). LOSS PAYABLE Any loss will be adjusted with "you" and will be payable to "you" and the foss payee described on the schedule as'your" and their interests appear. "We" may request payment of the premium from the loss payee, if "you" fail to pay the premium. If "we" pay the toss payee for a loss where "your" insurance may be void, the loss payee's right to collect that portion of the debt from "you" then belongs to "us ". This does not affect the loss payee's right to collect the remainder of the debt from "you". As an alternative, 'we" may pay the loss payee the remaining principal and acorued interest in return for a full assignment of the loss payee's interest and any instruments given as security for the debt. If "we" choose not to renew this policy, "we" give written notice to the loss payee at least ten days before the expiration date of this policy. LENDER'S LOSS PAYABLE Any loss will be payable to "you" and the loss payee described on the schedule as interests appear. If more than one loss payee is named, they will be paid it order of precedence. The insurance for the foss payee continues in effect even when "your" insurance may be void because of "your" acts, neglect, or failure to comply with the coverage terms ". The insurance for the loss payee does not continue in effect if the loss payee is aware of changes in ownership or substantial increase in risk and does not notify "us" CONTRACT OF SALE Any loss will be adjusted with 'you" andwill be payable to "you" and the loss payee described on the schedule as'your" and their interests appear. The loss payee shown en the schedule is a person or organization 'you" have entered into a contract with for the sale of covered property. When covered property is the subject of a contract of sale, the word "you" also means the loss payee. if "we" cancel this policy, "we" notify the loss IM 7854 44 04 payee at least ten days before the effective date of cancellation if "we' can r ur" nonpayment of premiu or 30 day before the effective date of cancel) tion if "we" cancel for any other reason. Gopyrfght, American Association of Insurance Services, Inc.,2004 Named Insured R M Wright Construction Company CG 20 37 0 4.4 Policy Number CWNO215593 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 Organizatlonis): Location And Description Of Completed Operations AUTOMATIC STATUS WHEN REQUIRED By WRITTEN CONTRACT � Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Suction 11 - 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 dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional insured and included in the "products - completed operations hazard ". s t j CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 /R M Wright Construction Company POLICY NUMBER: BKNO216693 CA 04 03 D6 fl4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ -IT CAREFULLY. f TEXAS ADDITIONAL INSURED This endorsement modifies insurance provided under the fallowing: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE Name and Address of Addltional Insured: ; It is agreed that, solel as res ects Automobile Liability l anY person os organization to whom You are obligated by viitue of a writt%l coWI=, Weetnent or pernut shall be deemed to be an Additional Tt�ted, but only with respect to legal Lability for acts or omissions of a person or organization for whom aaminobile liability insurance is afforded under this policy. {if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) A. Who is An Insured {Section II} is amonded to C. You are authorized to act for the additional insured include as an "insured" the person($) or named in the Schedule or Declarations in all organization(s) shown in the Schedule, but only matters pertaining - to this insurance. with respect to their legal liability for acts or D. We will mail the additional insured named in the omissions of a person for whom Liability Coverage Schedule or Declarations notice of any cancellation is afforded under this policy. of this policy, if we cancel, we will give 10 days D. The additional insured nained in the Schedule or notice to the additional insured. Declarations Is not required to pay for any E. The additional insured named in the Schedule or premiums stated in the policy or earned from the Declarations will retain any right of recovery as a policy. Any return premium and any dividend, if claimant under this policy. applicable, declared by us shalt be paid to you. CA 04 03 06 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 Named Insured: R M Wright Construction Company CA fit 44 06 04 Policy Number: BKNO215593 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, T PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided ujider the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the Inception date of the policy unless another date is indicated below. EN rsement Effective; " ed Insured. {Authorized SCHEDULE Number of Days' Notic 30 (Except 10 -day no ce of` cancellation for non - payment of premium) Name Of Person Or Organization Any person or organization as evidenced by a certificate of insurance issued on the company's behalf by its licensed agent. Address If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. CA 02 44 06 04 Copyright, ISO Properties, Inc., 2003 Page 4 of t WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3,A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: CITY OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI, TX 78469 -9277 This endorsement changes the policy to which it is attached effective on the inception date or the policy unless a different date is indicated below. (The fallowing "attaching clause" need he completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 4 /October 1, 2012 at 12:01 A.M. standard time, forms a part of Policy No, SBP- 0001100449 20120829 oftheTexas Mutual Insurance Company fssued to R M WRIGHT CONSTRUCTION COMPANY Endorsement No. 1 Premium $ 0,00 al�y/�� Authorized Representative WC420601 (EA. 1 .94) LXHAMILT 10 -03 -2012 WORKERS' COMPENSATION AND.EMPLOYERS LIABILITY INSURANCE POLICY WC420304A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by The policy because Texas is shown in Item B.A. of the Information Page. We have the Fight to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whorls the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium . The premium charge for this endorsement shall be 2,0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE This endorsement changes the policy to which K Is attached effective an the inception date of the polloy unless a different date Il Indicated below. (The foflowing "attaching clause' need be completed only when this endorsement Is issued subsequent to preparation of the pofwy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. SBP- 0001100448 20120829 of the Texas Mutual Insurance Company Issued to R M WRIGHT CONSTRUCTION COMPANY Endorsement Na. Premium $._ 1,41" .lJ Authorized Representative WC42004A TED. 1_01_2000)L AGENT'S COPY OUSER B -28 -2012 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY %A#^ o%rh Boa% ft. The policy to which this endorsement is attached is amended as shown below: Added WC420601(Texas Material Change Endorsement) in favor of: CITY OF CORPUS CHRISTI This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on October 1 , 2012 at 42:01 A.M. standard time, forms a part of Policy No. SBP- 0001 100446 2D120829 of the Texas Mutual Insurance Company Issued to R M WRIGHT CONSTRUCTION COMPANY Endorsement No. 1 Premium $ 0100 Authorized Representative WC990301 (ED. 1.94) LXHAMILT 10 °03--2012