Loading...
HomeMy WebLinkAboutC2013-070 - 2/26/2013 - Approved2013 -070 2/26/13 M2013 -038 CSA Construction Inc. F 0 R. K S B LI N D S S P E C I A L P R Q V I S S 0 N S S F E C I F I C A T I 0 N S A N D D F C 0 N T R A C T S A M D F 0 R OSO WATER PLANT NUTRIENT REMOVAL PROJECT (AMMONIA) — PHASE I December 2012 W FOR 'DEPARTMENT OP ENGINEERING SERVICES CITY OF CORPUS C'HRISTI, TSX_kS Phone. . 361/326 -3,900 Fax- 361/826-3501 cm+�wr,c ASTEATEP n City of Carus Ch risti ff ► f *faldiFyl « yyF f(( yyydMf tYI'' � �l�Lnl��dl.f� 8f KyIil�Akla�Fi PREPARED BY L.Mv TBPE Re-', gia n F _.366 801 Navi.qatAon, Ste 300 Corpus Christ l, Texas 18408 Phone: 3 63-/833-1.98.1 y r 61_ / 8 y 3 :3 -1.0 1: 0. Fax 361/ - 19 8 6 WIfYYri�f�� L PROJEE T 110: E09007 "" RAC; ING WO: SA - 560 d xi +' � ti C k /h; OSO WATER RECLAMATION PLANT NUTRIENT REMOVAL PROJECT (AMMONIA) - PHASE 1 PROJECT No. 809007 (Revised 7/5/0€3) Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTPACTORS -- A(Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - .S(Revzsed 7/5/00) Worker's Compensation Coverage for Building or Construction Projects for Government Entities PART A - SPECIAL PROVISIONS A - Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award/Explanation of Bid Items A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A-°9 Acknowledgment of Addenda A -10 Wage Rates A -11 Cooperation with Public Agencies 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 P 1 ?field Offlee (N(}T USED) P_ -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required A -24 Surety Bonds A 96 - ales- Tam Bmemptian LONGER APPLICABLE) (6/11/98) A -26 Supplemental Insurance Requirements A Respensibility fey Daffiage Giai (NOT USED) A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A--_1l Amended Policy on Extra Work and Change orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A - 36 Gity Watey Fae�4it e (NOT USED) A -36 Other Submittals (Revised 9118100) A--37 Amended "Arrangement and Charge for Water Furnished by the City A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities . . - (NOT USED) A--40 Amendment to Section B -8--6: Partial Estimates " - (NEST USED) A -42 OSHA Rules & Regulations Table of Contents Page 1 of 5 A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/991 System Integrator A -45 As-Built Dimensions and Drawings Coordination with Owner's Operations Section T -01330 (NOT USED) Section T- -01450 A -47 Pre- Construction. Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7 /5/00) T- -01770 A -49 Amended " maintenance Guaranty" (8 /24/'00) T- 01782 A -50 Amended Prosecution and Progress T -01784 A -51 Computer Generated Proposals T -01812 A -52 Schedule of Values and Payment Estimates T -03100 A--53 Operations and maintenance. Manuals T -03200 A-54 Progress Schedule T -03300 A -55 Security T -03500 A -56 Allowance T -05120 A -57. Substantial. Completion T- 11241 A -58 Incentive/Disincentive (I /D) Substantial Completion ATTACM NITS I - Project Sian II - Electronic Bid PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND RZQT3nXEMENTS PART S - STANDikRD SPECIFICATIONS Section 021040 Site Grading Section 022020 Excavation and Backfill for Utilities and Sewers (S -91 Section. 022022 Trench Safety Section 022100 Select Material (S -15) Section 028020 Seeding (S -14) PART T - TECHNICAL SPECIFIC&TIONS Section T -01010 General Construction Requirements Section T -01020 System Integrator Section T- 01143 Coordination with Owner's Operations Section T -01330 Submittal Procedures Section T- -01450 Quality Control Section T -01650 Testing, Start -up and commissioning Section T- -01770 Closeout Procedures Section T- 01782 Operation and Maintenance Manuals Section T -01784 Record Documents Section T -01812 Training Section T -03100 Concrete Formwork section T -03200 Reinforcing Steel. Section T -03300 Cast -in -Place Concrete Section T -03500 Grout section T -05120 Structural Steel Section T- 11241 Peristaltic Pumps and Appurtenances Section T -11510 Hypobolia Mixer Section T- 13122 Pre - Engineered Fiberglass Shelters Section T -13205 Cross - Linked Polyethylene Tanks Section T -15065 Thermoplastic Pipe Sectaon.T -15070 Temperature Controlled Piping Section T- 15075 Double Containment Piping System Table of Contents Page 2 of 5 . Section T -15085 Thermoplastic Valves, Operators and Appurtenances Section T -15105 Check Valves Section T- 15106 Resilient Seated Gate valves Section T -15115 HDPE Solid 'fall Pipe . Section T -15652 Skid Mounted Electric Pumps Section T -16010 Electrical General, Provisions Section T -16060 Grounding Section T -16075 Electrical Identification Section T- -16123 Wire and Cable Section T -16130 Boxes and Enclosures Section T -16133 Cable Trays Section T -16340 Wiring Devices Section T- 16412 Enclosed Circuit Breakers Section 7-1.6481 Motor Starters �- Low voltage Section T- -16500 Lighting Section T -17050 Process Control. and Instrumentation System General Requirements Section T -17051 Prequalification of Instrumentation and Contrail System Contractor Section T -17140 Control Strategies Section T- 172€0 Process Control Systems Primary Sensors and Instruments Section T -17201 Electromagnetic Flowmeter Section T-- 17202 Olsen Channel Flowmeter Measuring System Section T -17710 Control Systems - Panels, Enclosures, and Panel Components Section T- 17712 Control. Systems - Uninterruptible Power Supplies 10 KVA and Below Section T -17720 Control Systems - Programmable Automation: Controllers .hardware Section T -17721 Control Systems - Operator Interface 'Terminal Hardware Section T -17730 iDACS.Computer Equipment Section T -17733 Network Materials and Equipment Section T -17750 Wireless Communications Section T- 17761 Automation Software Section T -17762 Data.Acquisition System Software Section T -17950 Testing, Calibration, Commissioning Section T -51243 Miscellaneous Metal PART W - DRAWTNGS I. COVER SHEET 2. SHEET INDEX & GENERAL NOTES 3. LEGENDS & ESTIMATED QUANTITIES 4. P &ID SYMBOLS 5. CORTTROL & OVERALL SITE PLAN 6. STEP FEED SITE PLAN 7. STEP FEED PIPING LAYOUT & SECTIONS 8. STEP FEED JUNCTION BOX DETAIL 9. DEMOLITION PLAN 1 OF 2 10 DEMOLITION PLAN 2 OF 2 11. EAST SODIUM HYPOCHLORITE FEED PFD (1 OF 2) 12. EAST S0DIUM HYPOCHLORITE FEED PFD (2 OF 2) 13. EAST SODIUM HYPOCHLORITE SITE PLAN 14. FAST SODIUM HYPOCHLORITE CONTAINMENT PLAN 15. EAST SODIUM HYPOCHLORITE & SODIUM HYDROXIDE 16. EAST SODI€]M HYDR0XIDE FEED PFD (1 OF 2) 17. EAST SODIUM HYDROXIDE FEED PFD (2 OF 2) PIPING PLAN Table Of Contents Page 3 of 5 18. EAST SODIUM HYDROXIDE CONTAINMENT PLAN 19. WEST SODIUM HYPOCHLORITE FEED PFD (I OF 2) 20. WEST SODIUM HYPOCHLORITE FEED PFD (2 OF 2) 21. WEST SODIUM HYPOCHLORITE SITE PLAN 22. WEST SODIUM HYPOCHLORITE CONTAINMENT PLAN 23. WEST SODIUM HYPOCHLORITE & SODIUM HYDROXIDE PIPING LAYOUT 24. WEST SODIUM HYDROXIDE FEED PFD (I OF 2) 25. WEST SODIUM HYDROXIDE; . FEED B'P'D (2 OF 2 ) 26. WEST 80DIUM HYDROXIDE CONTAINMENT PLAN 27. SODIUM DISULF'ITE FEED PFD 28. SODIUM BIS€TLFITE SITE FLAN 29. SODIUM BISULFITE CONTAINMENT PLAN 30. SODIUM BISULFTTE PIPING LAYOUT 31. SODIUM BISULF"ITZ DETAILS 32. OUTFALL IMPROVEMENTS 33. EAST INJECTION POINT & SUPPORT DETAILS (1 OF 2) 34. WEST INJECTION POINT & SUPPORT DETAILS (2 OF 2 ) 35. MISCELLANEOUS DETAILS (1 OF 5) 36. MISCELLANEOUS DETAILS (2 OF 5) 37. MISCELLANEOUS DETAILS (3 OF 5) 38. MISCELLANEOUS DETAILS (4 OF 5) 39. MISCELLANEOUS DETAILS (5 OF 5) 40. ADMINISTRATION .BUILDING WORK STATION 41. ELECTRICAL SITE PLAN 42. EAST PLANT ELECTRICAL SITE PLAN 43. EAST CHEMICAL FEED ELECTRICAL AREA PLAN 44. EAST CHEMICAL ELECTRICAL PLAN - SODIUM HYPOCHLORITE 45. EAST CHEMICAL ELECTRICAL PLAN - SODIUM HYDROXIDE 46. SODIUM! BISU.L,F'ATE ELECTRICAL PLAN 47. ECR -LS2 CABLE ROOTING PLAN 48. EAST CHEMICAL FEED ELECTRICAL ELEVATIONS 49. ELECTRICAL PANEL INSTALLATION DETAILS - EAST SIDE 50. WEST CHEMICAL FEED ELECTRICAL AREA PLAN 51. WEST CHEMICAL ELECTRICAL PLAN - 80DIUM HYPOCHLORITE 52. WEST CHEMICAL ELECTRICAL PLAN SODIUM HYDROXIDE 53. WEST CHEMICAL FEED ELECTRICAL ELEVATIONS 54. ELECTRICAL PANEL INSTALLATION DETAILS 55. PLANT OUTF'ALL ELECTRICAL PLAN 56. ELECTRICAL PANEL INSTALLATION DETAILS 57. STEP PUMPS CABLE ROUTING PLAN 5B. ECR -2/3 CABLE ROUTING PLAN 59. 480V ONE LINE DIAGRAM . ECR LS2 60. 48€1V ONE LINE DIAGRAM - ECR 2/3 61. PANEL SCHEDULES 62. NETWORK COMMUNICATIONS DIAGRAM 63. ELECTRICAL DIAGRAMS & SCHEMATICS 64. ELECTRICAL DETAILS SHEET 1 65. ELECTRICAL DE'T'AILS SHEET 2 66. CABLE TRAY DETAILS NOTICE PROPOSAWDISCLOSURE STATMONT Table of Contents Page 4 of 5 PEPOORMANCE BOND Table of Contents gage 5 of 5 NOTICE TO BIDDERS NOTICE TO B:I DD Sealed proposals, addressed to the City of Corpus Christi, Texas for: OSO WATER RECLMATION PLANT NUTRIMM R KOVAL PROJECT (AMMOMIA) , PROJECT NO E09007 consists of the construction of a Breakpoint Chlorination (BPC) chemical feed system including two (2) concrete storage containment areas, fourteen (14) 6,150 gallon XL,PE storage tanks, peristaltic feed pumps {eight (S) @ 285 gph and thirteen. (13) V 55 gph), PVC piping, valves, flour meters, mixers, and appurtenances for sodium hypochlorite (bleach), sodium hydroxide (caustic) and sodium bisulfite. The chemical feed systems will also include electrical improvements, analyzers, monitoring equipment, communication radios, sample pumps, equipment racks, cable trays, PLC controllers, prefabricated fiberglass building (3.2'x1.0') and the programming and automation of the entire system. A single system integrator shall oversee, incorporate and ultimately be responsible for the integration of each of the chemical feed, automation, monitoring, and control component subsystems into a single combined system. A work station will be installed in the existing administration building for monitoring and controlling the entire system. The project also includes the installation of three (3) skid mounted 75hp electric self - priming centrifugal. pumps, 12 in.HDPE pipe, valves, and electrical work for the step feed improvements. The Oso WRP shall remain in service at all times and contractor shall effectively coordinate work to avoid impacts on the operation of the plant. All work shall be completed in accordance with the plans, specifications, and contract documents. Bads will be received at the office of the City Secretary until. 2100 g.m. on Neftesday, J� 16, 2013 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled. for 10:00 a.m., Wedne ®day, January 5, 2013 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Fain Conference Room, Thud Floor, City Mall, 1201 Leopard ,Street, Corpus Christi, TX. A. bid bond in the amount of S% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a none- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid band 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. Plans, proposal forms, specifications and contract documents may be procured from the city Engineer upon a deposit of Fi fty no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mall upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the _ contract documents obtainable at the office of the city Engineer and the: Contractor shall, pay not less than the wage rates so shown for each craft or type of "laborer," "Workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Daniel Biles, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 ! ! • ' ' ! NOTICE TO CONTRACTORS -- INSURANCE REQUIREMENTS Revised March, 2009 A certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MIN IMLIM INSLRANCE COVERAGE 3€3 Day Notice of Cancellation requirad on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREG&T~E Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY-- O-3NED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHIC14 COMPLIES WITH THE 'TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBSNED SINGLE UNIT PROFESSIONAL POLLUTION LIABILITY'/ $2,000,000 COMBINE€? 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 BUIT,I3ERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements X REQUIRED ❑ NOT REQUIRED INSTALLATION FLOATER See Section B- 6.11 and Supplemental Insurance Requirements X REQUIRED ❑ NOT REQUIRED Page i of 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations " on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable .insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section. B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest " must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 825 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTOR'S - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11. Texas Administrative Code TITLE 28 INSURANCE PART 2 'TEXAS DEPARTMENT OF INSURANCE, I rVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, useless 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 certificate of insurance, a certificate of authority to self - insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including these subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction- -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation, insurance meeting the statutory requirements of the Texas Labor Code, §401.€111(44). (5) Coverage agreement --A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers! Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor " in §406.096 of the Act) -- With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees.. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of. any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 1 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) Plgjectn- 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 poeject are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission "s Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or ether person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than severe days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to theta 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 Gra phic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (Z) provide a certificate of coverage shoring workers` compensation coverage to the governmental entity prior to be work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends daring the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide ,coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and. shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the cortunission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually requite each person with whore 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 prier to that person begi 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 l l (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain, all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 0 contractually require each other person with whore it contracts, to perform as required by subparagraphs (A.) -(M of this paragraph, with the certificate of coverage to be provided to the person for whore they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By sighing this contract or providing or causing to be, provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil. actions. " (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration, of the project, (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate 'of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 ( retain all required certificates of coverage on file for the duration of the project and for one year thereafter; () notify the governmental entity in writing by certified nrmail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to. (A) provide coverage; based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it poor to that other person beginning work on the project; (C) include in Al contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the proj ect, and provide, as required by its contract: (i) a certificate of coverage, prior to the other person be ginnin g work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage; period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within tern days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person, or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This mile is also applicable for those building or construction contracts-entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this .rule dues not apply to motor carriers who are required pursuant to Tees Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sale proprietors, pagers, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1,20). This subsection applies only to sale proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self - insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28SI 10.1 i 'The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includespersons providing, hauling or delivering equipment or materials, orproviding labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage or to report an employer's failure to provide coverage " T28SI MI 1£1(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( certificate')- A copy of a certi fkate of insurance, a certificate of authority to self'-insure issued by the commission, or a coverage agreement (TWCG81, TW"CC- W 82, 7WCC43, or TWCC 84), showing statutory workers' compensation insurance coverage for the person's or entity � 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 contractorVperson `s work on theproject has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in x'406. - includes tall persons or entities perfom ng all orpart of the services the contractor has undertaken to perform on the project regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foo&beverage vendors, ojfxce supply deliveries, and delivery of portable toilets. B. The contractor shallprovide coverage, based on proper reporting of classification codes and payroll amounts adfling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of th6project. C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. -- D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage; prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, of the coverage period shown on the current certificate of coverage ends during the duration of the project: Page 9 of 11 F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing 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 whoa it contracts to provide services on a project, to: (1) provide coverage, based on groper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 40I.01I (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person Beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the egad of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtainfrorn each otherperson with whom it contracts, andprovide to the contractor: (a) a certificate of coverage, prior to the otherperson beginning work on the project, and (Ii) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, of the coverage period shown on the current cert f cate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (b) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each persona with whom it contracts, to perforin as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of theproject, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will Ire filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Se f Wage 10 of 11 Insurance Regulation. Providing false or misleading infoy , 7nation may subject the contractor to administrative penalties, criminalpenalties, civilpenalties, or other cavil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten clays after receipt of notice of breach from the governmental entity. PART A- SPECIAL PROVISIONS OSO WATER RECIAAD+IATION PLANT NUTRIENT REMOVAL PROJECT (RMMONTA) - PHASE 1 PROJECT NO. E09007 SECTION A - SPECIAL PROVISIONS A--1 Time and Place of Receiving Proposals /Pre -8!d Meeting ,Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., 'Wednesday, Jan � 16, 2013 Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - OSO MATER RECLAMATION PLANT NUTRIENT PMbVAL PROJECT (AMMONIA) - PHASE 1, PROJECT NO. E09007 Any proposals not ph ysically in Rossession of the City Secretary's office at the time and date of bid 22eningwill be deemed late and nonresponsive. bate p roposals will be returned un2Eened to the r oser. The pFoposer is solel ree onsible for deliveEX to the Cit Secret 's Office. Dellvea of an r9 osal the rn ser, their a asst /rte resentative, U.S. Mail., or other delivery service, to aLiy City address or office other than the Ci Sacret Office will be deemed non -res nsive if not in possesslon of the Ci'o Secretary' Office -prior to the date and time of bid open- na. A pre -bid meeting will be held on Wednesday, January 9, 2013 beginning 10 :00 a.m. The pre -bid meeting will convene at the Engineering Services Main Conference Room. at 1201 leopard Street, Corpus Christi., Texas on the ?z floor, and will include a review of the project scope. A site visit to Oso WWTP at 501 bile, Corpus Christi will be conducted after the meeting. The Consultant Engineer will be present, to address Bidder's questions. No additional or se arate visitations will be conducted b y the Cit . R -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Pro�ets OSO WATER RECLAMATION PLANT NUTRIENT REMOVAL PROJECT tAtMMD2�TIA) -- PFIASE 1 PROJECT NO E09007 consists of the construction of a Breakpoint Chlorination (BBC) chemical feed system including two .(2) concrete storage containment areas, fourteen (14) 6,150 gallon XLPE storage tanks, peristaltic feed pumps (eight (8) @ 285 gph and thirteen (13) C 55 gph), PVC piping, valves, flow meters, mixers, and appurtenances for sodium hypochlorite (bleach), sodium hydroxide (caustic) and sodium bisulfite. The chemical feed systems will also include electrical, improvements, Data Acquisition. Control System (DACE), Programmable Automation Controllers (PAC), analyzers, :monitoring equipment, communication radios, sample pumps, equipment racks, cable trays, prefabricated fiberglass building (12 ) and the programming and automation of the entire system. A single system fRevisec112/i /Q4) Page Y of 32 integrator shall oversee, incorporate and ultimately be responsible for the integration of each of the chemical feed, automation, monitoring, and control component subsystems into a single combined - system. A work station will be installed in the existing administration building for monitoring and controlling the entire system. The project also includes the installation of three (3) skid mounted. 75hp electric self - priming centrifugal pumps, 12 -in HDPE pipe, valves, and electrical work for the step feed improvements. The 05o WRP shall remain in service at all times and contractor shall effectively coordinate work to avoid impacts on the operation of the plant. All work shall be completed in accordance with the plans, specifications, and contract documents. A -4 Method of Award The bids will be evaluated based can the following in priority order,. subject to availability of funds: e Testa) Base Bid The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public, A -5 Items to be Submitted with Proposal The following items are . req!jired to be submitted with the proposal. 1. 5% Hid Bone'[ (Must reference OSU WATER RECLAMATION PLANT NUTRIENT RE AL PROJECT Proposal) (AMMONIA) - PHNSE 1, PROJECT NU. E09007 as identified in the (A Cashier's Check, certified check, money order or bank draft from any State or National. Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Contract Time for Co ]etiorjjl,ai idated Damn s Contract Time far Complation is the total. time (calendar days) established to complete the project. This time begins ten (10) days following issuance of Notice to Proceed (NTP). The Contract Time for Completions of the Total Vase Bid improvements will be 180 calendar days In the event that the scope of work is revised by authorized and executed Change Orders in conjunction with the base bid, the working time for completion of the project will be adjusted by the Change Orders as required. Days Allocation for Rain: The Contractor shall anticipate the following number of work days .lost due to rain in determining the contract schedule for the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Poorer Street Stormwater Pump Station is 0.54 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. Section A-SP (Reviscd)2115104) Page 2 of 32 January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days - April 3 Days August 4 Days December 3 Days The Contractor shall' commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the 'Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract; $1000 per calendar . day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of liquidated damages due the City_ The Tneentive /Disincentive Substantial Completion Time shall also apply as per A- 58. A -7 Workers Compensation In,surance Caves e - If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage.rnust not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid eves:, if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation. of such coverage has been provided to the Contractor and the City Engineer. A -8 Fazed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and.be submitted in accordance with Section D-2 of the General Provisions. A-9 Acknowledgment of Addenda. The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, Section ASP (Rcvised12 /15/04) Wage 3 of 32 failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder.. A -10 Wage Mates (Revised 7/5/00) Labor preference and wade rates for Ilea&= Construction Minimum Prevailing . Wage Scales The Corpus Christi City Council has determined the general prevailing minimums hourly wade 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 there in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by there in connection with the Pros ect 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 ethers working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll. submittals.) One and one -half (1 -1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See .Section B -1 -1, Definition of Terms, and Section B --7 -6, Working Hours.) A -11 Coo erati.on with Public ties (Revised 7/5/0€1) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- -eight (48) hour Notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess 1- 800 -344 -8377, the Lone Star Notification Company at 1 -800- 669 -8344, and Verizon Dig Alert at 1 -800- 463 -6279. For the Contractor's convenience, the following telephone numbers are listed.. City Engineer 826 -3500 Project Engineer 883 --1984 (883- -1986 fax) LNV, Inc. W. Logan Burton, P.E., Traffic Engineering 826-3540 Police Departtt�ent 886- -2600 Water Department 826 -1881 (826 -1888 after hours) Wastewater Department 826 -1800 (626 -1816 after hours) Gas ant 885- 69€0 (885 -6900 after hours) Storm Water Department 826 -1875 (826 -1888 after hours) Parks & Recreation ant 826 -3461 Streets & Solid Waste Services 826 -1940 A E P 299 --4833 S B C 861 -2511 (1- 800- 824 -4424, after hours) City Street Div. for Traffic Signal /Fiber Optic Locate 826 -1946 (626 - 3547) Tim Warner Cablevision 857 -5000 (826- 5060 after hours) Section A-SP (Revised 12/15/04) Page 4 of 32 ACS1 (Fiber Optic) KMC {fir Optic) ChoiceC.t (Fiber CSptic) CAPROCK {fir Optic) Brooks Fiber C ptic (MW Regional Transportation Authority Corpus Christi ISIS U.S. Postal Service TxDCT Area Office v Ar-12 Maintenance of Services 887 -9200 813 -1124 881 -5767 512/935 -0958 972 - 753 -4355 289-2712 886 -9005 886 -2216 808 -2384 (Pager 800 - 724 -3624) (Pager 888 - 204- -1579) (Wager 850 -2981) - (Mobile) The Contractor -shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as- built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether show 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 crust 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 roust not be pumped, bailed or flumed over the streets or ground surface and Contractor must ,pay for all fines and remediati.on 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 -I3 Area Access and Traffic Control. Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inQoxavenience to Motorists within the oso water Reclannation Plant and public at large when exiting the plant sate. #:11 ,: nth The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility to all areas of the plant dies". Th4:9 -n half S and Prcaet4ees as adepted by the (Revised l 2J t5/04) P gc 5 of 32 All costs for traffic control are considered subsidiary, therefore, no direct payment will be made to Contractor. x f 1 ♦ < f an I ffip l ementatlen f i;teffia as listed iia the Ferm. ;6 the site needs and -the- s f wh f be made te-4hZ��ems -. A -14 ConstructIon i aent Relllq and Trackix The Contractor shall keep the adjoining streets free of tracked and/or spilled materials doing to or from the conztxuction 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 lime 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 eu b and ad aee t� u�,��� na �n d must be filled with "clean" dirt. "Clean" dirt is defined as dart 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 various bid items fer- "Pipe therefore, no direct payment will be made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cast of all hauling is considered subsidiary,, therefore, no direct payment will be made to Contractor. A - 17 Field O£fice (NOT USED) Section ASP (RevisedI /04) Page 6 of 32 - - - Section ASP (RevisedI /04) Page 6 of 32 A -18 Schedule and Secxuence of Construction The Contractor shall submit to the City Engineer a work plan .based only on calendar days. This plan must include a detailed the schedule of work and must -- be submitted to the City Engineer at least three (3) working days parlor to the pre- construction meeting. Regularly scheduled jab site progress meetings shall be held for the purpose of monitoring the CPM schedule. It is the CONTRACTOR'S responsibility to provide OWNER with the status of activities at these progress meetings and with the progress schedule updates. If the contractor should fall behind the CPM schedule, extra work measures should be prescribed until the contractor is back on schedule. The plan must indicate the schedule of the following work items: 1. Initial Schedule Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include Show complete ,sequence of constructions by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates Indicate submittal dates required for all submittals for the entire project. 4. Re- Submission Revise and resubmit as required by the City Engineer. 5. Periodic date: Submit Updated Construction. Progress Schedule to show. actual progress of each stage by percentage against initial Schedule. 6. Updates: Once a month the Contactor shall furnish an updated construction, schedule to show the actual progress of the project. Certificate of Completion The ,requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections /notes- Engineering Services to coordinate As -Built plan preparation with A/E Consultant)_ (2) Inspector prepares final quantities, contractor evaluation form, and project summary. (3) Inspector/Engineer verifies that all submittals, payrolls, Inspection Reports, As- Builts, O &M manuals (in electronic format as required), SCADA documentation, and other Field information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon. by Contractor and Inspector. (5) Final estimate reviewed by City Construction, Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final payment checklist: (a) Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of .MBE .letter on what Contractor has actually subcontracted through end of project S ubmitted ` Section A-SP (Revised12/15 /04) Page 7 of 32 (3) Final Acceptance Memorandum prepared by Administrative Assistant (3) Administrative Asst: reviews for completeness, funding availability, prepares financial paperwork (10) Administrative Asst submits to director of Engineering Services /Operating Department Dead for approval and forwarding to Asst. City Manager (11) Final Acceptance memo returned from Asst. City Manager (12) Authorization for payment (AFP) prepared and submitted to Accounting Department (13) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. (14) Administrative Asst. sends letter to Contractor informing him or her when one --year warranty date begins ( Acceptance Memorandum City acceptanco of the project will be described in an Acceptance Memorandum to the Contractor. The WARRANTY will begin on the date that the Acceptance Memorandum is issued to the Contractor. A -19 Construct±on Project Lavout and Control The drawings may depict but not necessary include: lines, slopes, gravies, sections, measurements, bench marks:, baselines, etc. that are no- -orally required to construct a project of this nature. Major controls and two (2) wench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer. as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expertise 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. � M7=- - , I MQ- Sertion ASP (Revised 12/15/04) Page 8 of 32 MIN SIM -- Yd a * All tap-a.f __ a l- v e.-.__b- +®a l %- e a Vag l s -;- — 4; Ek i em; -- - - s - -- T Yd a * All tap-a.f __ a l- v e.-.__b- +®a l %- e a Vag l s -;- — 4; Ek i em; r i A -20 Testing and Certification All tests required under this item must be cone by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must furnish and install one (1) Project sign as indicated in Attachment S. The sign Mast 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 Minorit /Minoru Business Enterprise Partici Lion Poll (Revised .10 /98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded irtinorities, 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 Section A-SP (Re dsedU/I S/04) Page 9 of 32 established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2.. Qefinitinns a. crime 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 Enter rise: A but ii.ness enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own,. operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1 Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51:.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. ControllAd The primary power, direct or indirect, to manage a business enterprise rests with a Minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, Procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority See definition. under Minority Business Enterprise. e. Female Owned Business Enter rise: A sale proprietorship that is owned and controlled by a woman, a partnership at least 51.€3% 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, Section ASP (Revised 12/15/04) Page 10 of 32 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 1KBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to ,perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation. Minority Business Enterprise (Percent) Participation (Percent) 45% 15% b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. g2Lapliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the.Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. .long with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments.to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00; The Contractor shall assure the appropriate building inspections by the Building inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. Section A-SP (Re %ised12/15J04) Page 1 t of 32 A -24 Surety Bonds Paragraph two (2) of Section $ -3 -4 of the General. Provisions is changed to .read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the ,Surety. Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the band amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsureres capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The .Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond Must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (No LONGER APPLICABLE) NOW a - - Section A -SP (Revisedl WJ 5/04) Page 12 of 32 5paee eft fF w Gther 2. ldeptify in the appEepriate T tr - y - - - - WOM NOW a - - Section A -SP (Revisedl WJ 5/04) Page 12 of 32 5paee eft fF w Gther 2. ldeptify in the appEepriate T tr NOW a - - Section A -SP (Revisedl WJ 5/04) Page 12 of 32 A -26 S11 let Insurance Re arements 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 charade 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 7B469 -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 insu within thirty (30) calendar days after the date the Clay Engineer requests that the Contractor sign the Contract documents. - within thirty (301 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 5 -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 8 -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees,. for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Res nsibil3 for Damage Claims (1•TG)fi,' Tism) Section A-SP (Revised 12/15/04) Page 13 of 32 A -28 Con siderations 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 €seen filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid' claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include: the following: 1. The superintendent must have at least ten (10) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state rage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the joys site, at all times that work, is being performed.. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent Foremen cannot act as superintendent without prior written approval from the City. Section.A SP (Revised 12115/0-4) Page 14 of 32. Documentation concerning these requirements will 'be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also :necessary prior to a chazzge in field administration staff during the term of this Contract. If the Contractor fails to .obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Ccntract, such a failure constitutes a basis to annul the Contract pursuant to section B -7-13. A -30 Amended "Consideration of Contract" Requirements Under " Provisions and Requirements for Municipal Construc-ion Contracts" Section 8 -3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reacting of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following inforination: 1. A list of the major components of the work.: 2. A last 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 fox the Project duration:. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by Federal agencies or signed affidavits from the MBE .firms, that such MSE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MS.E 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 worm 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 small obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant Section A-SP (Revisedl2/I5/04) Page 15 of 32 to Section 9- 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. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name (s) and Title (s) of individual (s) authorized to execute contracts on behalf of said entity. AL-31 Amended Policy on Extra Work and ghan gre Cinder "General Provisions and Requirements for Municipal Construction Contracts" B -8-5 Policy on Extra Work and Chan e 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 tie 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 Previsions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the. signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the , Pre-B±d ... Kaetirxg referred to n §Etclal Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the .Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways,. Streets and Bridges, ASTM, IEEE, ANSI See ion A-SP (RevisedY 2/15,04) Page 16 of 32 specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, Technical Speoifications and General Provisions, in that order. A-35 Cit Water Facilities: 3 ecial Re ireaents (NOT USED) A. Section A -SP (Revise& 2f 15/44) Page 17 of 32 OWN f - - _ G Section A -SP (Revise& 2f 15/44) Page 17 of 32 OWN Section A -SP (Revise& 2f 15/44) Page 17 of 32 Section A-SP (Re-,ised19,/15 /04) Page 18 of 32 - - - - - - - -- o - - - Section A-SP (Re-,ised19,/15 /04) Page 18 of 32 - ON - G - shall be A -36 Other Submittals 1. Sbgp Drawing Submittal The Contractor shall fallow the ,procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit the number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. G. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must .identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number4s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. q. Variations: Contractor must identify any proposed variations from the Contract documents and any Pzoduct 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. Section A-SP (Rei ised12/15104) 'age 19 of 32 I Resubmittals: Contractor Faust 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 selections. 3. Test 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 e Agment will not be approve for use on the project. A--37 Amended "Arrangement and .Char a for Water Furnished,b by the C3 Under "General Provisions and Requirements for Municipal Construction Contracts", 3 -� -15 Arrangement and Charge for Water Furnished by the City add the following: 'The Contractor must comply with the City of Corpus Christi's Grater Conservations and Drought Contingency Plan as mended (the "Plan ") . This includes implementing water conservation measures established for Changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting. The Contractor will }peep a copy of the Plans on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Proieats for Goverment Entities The requirements of "Notice to Contractors `B"' are incorporated by reference in this Special Provision. A--39 Certificate of Occupancy and Final Acceptance (NOT USED) A -40 Amensbnent to Section B- 8--6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial, payments will be calculated will not include the net invoice value of acceptable, non-- perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone_Advisozy (NOT USED) Sectiou A-SP (Re ised 12ji 5/04) Page 20 of 32 A -42 OSHA Rules & Regulations It is the responsibility of the Contractors) to adhere to all applicable OSRA rules and regulations while performing any and all City- related projects and or. jobs. A -43 Amended Indemnification & Hold Harmless Tinder "General Provisions and Requirements for Municipal Construe ion Contracts" B -76-21 Indemnification & Hold Harmless text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall, hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their officials, em ployees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall. indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. A -44 Ckz Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.) . This breakdown information shall be submitted by contractor as a basis for the .price of the change order. A-45 As- -Built Dimensions and Drawings {7/5/00} (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each .facility, the Contractor shall furnish owner with one set of direct prints, marked with red pencil, to show as- built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/ field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. Section A-SP (Revisedl2/15 /04) Page 21 of 32 A -46 Disposal of Righly Chlorinated water (7/5/00) (NOT USED) A -47 Pre-Conat=uction Exploratag Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within Z© -feet of proposed underground work p_p� �- � -'_ncw of the project and Contractor shall surrey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. - ---- r , F will he used- fa�-- di-ai-fifeetiony and may r A -47 Pre-Conat=uction Exploratag Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within Z© -feet of proposed underground work p_p� �- � -'_ncw of the project and Contractor shall surrey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reportad to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on lump sum basis bid. Any pavement repair associated with exploratory excavations shall not be paid sepa bely but will be considered subs:Ld:iM to Appwoprlate line item er e�g te— established nt-J! price Contractor shall provide all his oven survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA' safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with .regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with A.EP and inform AEP of his construction schedule with regard to said overhead lines. Section A-SP (Revised12/15 /04) PW 22 of 32 - ---- Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reportad to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on lump sum basis bid. Any pavement repair associated with exploratory excavations shall not be paid sepa bely but will be considered subs:Ld:iM to Appwoprlate line item er e�g te— established nt-J! price Contractor shall provide all his oven survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA' safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with .regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with A.EP and inform AEP of his construction schedule with regard to said overhead lines. Section A-SP (Revised12/15 /04) PW 22 of 32 Soma overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24f 00) Cinder "General Provisions and Requirements for Municipal Construction. Contracts ", B -8 -11 Maintenance Guarant , add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Carpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Amended Prosecution and Prcagrers Under "General Provisions and Requirements for Municipal Construction Contracts ", B -7 prosecution and Pro ress, 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 remobilizati,on, at a later date, the Contractor may request .payment for demobilization /mobilization costs. Such costs shall be addressed through a change order to the contract." A-51 Commuter Generated Pror*sals The following paragraph modifies B --2- -7 Preparation of Proposal of the Genera. Provisions: "The bidder has the option of submitting a computer- generated print -out, in lieu of, the Proposal Form (SHEETS X -X), INCLUSIVE. The print -out will list all bid items (including any additive or deductive alternates) contained on Proposal. If the Contractor chooses to submit a print -out.; the print -out shall be accompanied by properly completed, remaining proposal pages. A sample print-out is shown in Attachment 2. In addition, the print -Out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies that the unit prices shown on this print -put for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices and no other Information, from print -out. (Contractor) acknowledges and agrees that the Total Baal Amount shown will be read as Its Total Bid and further agrees that the of'f'icial Total Bid amount will be determined by multiplying the unit bid prase (Column, IV) shown in this print -out by the respective estimated quantities shown in the Proposal (Column 11) and then totaling the extended amounts. (Signature) (Title) (bate) A -52 Schedule Of Values and PaLyment. Estimates A. PeE . Section A-SP (Revised12/15 /04) Pago 23 of 32 B. The Contractor is to submit a schedule showing the anticipated schedule of payments for the Contractor to assist the Owner in determining when funds are to be made available for payment of periodic payment requests. A -53 Operat±onq and Maintenance Manuals A. For each type of equipment to be furnished and installed under this contract, the Contractor shall prepare an operation and maintenance manual covering: 1. Nance, address, and telephone number of nearest competent service organization who can supply parts and service. 2 Equipment function, normal operating characteristics, and limiting conditions, which reflect "as- built." conditions for the equipment furnished. 3. Assembly, installation, alignment, adjustment, and checking instructions, including field codification made during installation, startup and testing. 4. Operating instructions for startup, routine and normal operation, regulation and control, shutdown and emergency conditions. 5. Lubrication and maintenance instructions. 6. Guide to "troubleshooting ". 7. Parts list, and predicted life of parts subject to wear. S. Outline, cross-section, and assembly drawings; engineering data; control schematics and point -to-point wiring diagrams, and reproductions of all equipment nameplates. 9. Test data and performance curves, where applicable. 10. Specified warranties and service agreements. 11. A listing of the manufacturer's identification, including order number, model and serial. number. S. The above information, as applicable, shall be provided for the equipment as indicated in individual.specification sections. C. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. D. Manuals shall be printed on heavy, first quality paper, B'icll inch size with standard 3 -hale punching. Drawings and diagrams shall be reduced to Blixll inches. Where reduction is not practicable, larger drawings shall be folded separately, and placed in envelopes which are bound into the manual. Each envelope shall bear suitable identification on the outside. Indicate applicable specification number and location within plant that equipment will b installed on coverer of each manual. Provide "Table of Contents" or "Index" for each manual. E. Two preliminary copies of each manual., temporarily bound in heavy paper covers bearing suitable identification, shall be submitted to the Engineer at the time of submittal of the shop drawings. After review by the Engineer, Contractor shall prepare three (3) final copies of each operation and maintenance manual and deliver to the Engineer no later than 90 days prior to placing the equipment into operation. The final manuals shall be Sectiou A -SP (Revised12/15 /04) Page 24 of a2 bond in stiff artificial black leather binders. F. One electronic copy of each maintenance and operating manual shall be submitted. The electronic copy must contain all the .information present in the printed version of the manual. The Operating and Maintenance manuals shall be in a 'multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum, the Introduction, Fable of Contents, and Index shall be in HTML (Rypertext Markup Language) format with hypertext links to ahe other parts .of the manual. The remainder of the manual can be scanned images or a __. mixture of scanned images and text. The common formats for scanned images - GIF, TIFF, JPEC, etc. - shall be used.. The Contractor shall confirm before delivery of the manuals that all scanned image formats are compatible with the image - viewing software available on owner's computer - Imaging for win95 (Wang) and Microsoft Imaging Composer. The manuals shall.be delivered on a CD -ROM, not on floppy disks. A -54 Proaress Schedules A. Within 10 days prior to the submission of the first periodical estimate for partial payment, the Contractor shall prepare and submit to the Engineer six (5) copies of the schedule in which the Contractor proposes to carry on the work. The schedule is to include the date on which work will be started on each major activity, including procurement of materials and equipment, and the anticipated date for the completion of each activity. The Contractor shall be responsible for developing the construction schedule and monitoring progress. The Contractor shall consider and include the schedules of all subcontractors, material and equipment suppliers to ensure that all necessary information is incorporated into the construction schedule. B. The schedule is to be in the .form of a computer generates, critical path schedule which includes all work to be performed on the Project. C. The schedule is to be prepared by a person experienced in this field using acceptable scheduling software. It is intended that the schedule accomplish the following: 1. Cave early warning of delays in time for correction. 2. Require that detailed plans for the execution of the work be prepared in the form. of future activities and events in sequential relationships. 3. Establish interrel.etlonsbips of significant panned work activities and provide a logical sequence of interdependence of planned work activities. 4. Provide Continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit preparation of new schedules when an existing schedule is not achievable. 7. Loeb the progress of the work as it actually occurs. D. A time scaled CFM arrow or precedence diagram shall be prepared to indicate each activity and its start and stop dates. Milestone dates and project completion dates shall be developed to conform to time constraints, sequencing requirements and the contract completion date. Durations for Section A-SP (ReuisedlW15104) Page 25 of 32 items shall be in calendar days, and normal holidays and weather conditions shall be accounted for in the projection of the duration of each activity. E. The schedule shall clearly indicate by a graphical method, the critical path for work to complete the project. Only one critical path shall be shown on the construction schedule. As the work progresses, the Contractor shall enter on the -chart .the actual progress at the end of each partial payment period. The schedule shall be revised to indicate any adjustments in contract time approved by change order. F. Floating time is to be defined as the amount of time between the earliest start date and the latest start date of a chain of activities on the CPI construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or Owner. Contract time cannot be changed by the submission of this schedule. Contract time can only be modified by approved Change Order. G. Seven. (7) copies of the updated schedule shall be submitted with each Periodical, Estimate for Partial Payment. At any time the project schedule indicates that the Contractor has .fallen more than 30 days behind schedule, the Contractor shall submit a written playa to the Engineer that indicates the action that the Contractor proposes to take to bring the project back on schedule. Progress payments will not be processed for recommendation to the Owner unless accompanied by the required schedule and if required, the report for bringing the Project back on schedule. A--55 Secumi r The Contractor shall be responsible for protection of the Project, and all Work, materials, equipment, and existing facilities thereon against vandals, thieves, and other unauthorized persons. No claim shall be Made against the City by reason of any act of any employee or trespasser, and the Contractor shall snake good all damage to the City's property resulting from the Contractor's failure to provide security measures herein specified. Security measures shall be at least equal to those usually provided by the City to protect its existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures necessary and required to protect the Project. A -56 Allowance The item included in the Base Bid items described as "Unanticipated Utility Repair/Relacation Allowance" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allowance may be used at the Engineer's discretion should an unanticipated adjustment of existing or planned improvements or heretofore unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the allowance become necessary, the Engineer will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will be needed to be used throughout the course of the work. A -57 Substantial Com letion Substantial Cmpletlon is defined as the time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Mork (or a specified part thereof) is sufficiently complete, in accordance with Section A-SP (Revised12/15 /04) Page 26 of 32 the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. The Engineer will determine whether the project has reached substantial Completion by using the definition above and satisfying all of the criteria below: A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Corner and Engineer in writing that she entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. All parts of the project shall be fully functional and capable of serving their intended use. Both the SreakpoInt, Chlorination System (consisting of sodium hypochlorite, sodium hydroxide, and sodium bisulfite chemical feed systems) and Steep Feed improvements shall be in successful automated operation and shall have achieved ammonia, removal (effluent from each train shall have 7 -day average of less than 2 Ong /L) for seven (7) consecutive days during the start -up period. 24-hr composite samplers shall be used to sample during the start -up period and shall be tested daily in a certified laboratory approved by the City. Costs associated with this compliance testing shall be paid for by the Contractor and shall be considered subsidiary to the project. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefore. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial:. Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected .before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer gill, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefore. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will., within said 14 days, execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. r - D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Mork, :maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the. date of Substan.t.i.al Completion subject to allowing Contractor reasonable Section A -SP (Re /04) Page 27 of 32 access to remove its property and complete or correct items on the tentative last. A -50 incentive /Disincentive (11D) Substantial. Completion Time Xncentive /D,iaincentive Substantial Complation is a contract provision which compensates the contractor a certain amount of honey for each day identified critical work. is considered oubstsatfal.l.y complete, as described in A -57, ahead of schedule and assesses a deduction for each day the contractor overruns the I/D time. its use is primarily intended for those critical projects where delays are to be held to a minimum. ucentive/Disincentive Substantial CtaWletion Time (I /D Time) is the time (calendar days) established for the contractor to substantially complete critical work on i.deantified facility(s), infrastructure, improvement(o) and /or structure(s) . This time begins ten (10) days following issuance of Notice to Proceed (NTP) and ends when the Contractor has reached Substantial Completion for the Work (or a specified part thereof) as determined by the Engineer and as described in S ecial Provision A -57. This is the time upon which the I/D payment/ deduction will be based. The I/D Time has been established to expedite the Work having critical deadlines which must be met to erasure the City is not negatively impacted in any way financially or operationally and to make certain, the City remains on schedule implementing various plant improvements as required to discharge effluent capable of meeting the more stringent limitations described in the renewed discharge permit. The term "TncentiVe /Disincentive Substantial Completion Time" as used in this Article shall mean the " "I /D. Tile" plus adjustments as described below. The rncenntive /Di.sincentive Substantial CoMpletion Time for the Total Sale Sid improvements will be 160 calendar days In the event that the scope of work is revised by authorited and executed Change orders in conjunction with the base bid, the working time for Substantial Completion of the project will be adjusted by the Change Orders as required, The incentive /Disinoen,tive Daily Amo=t shall be set at $2,0_00__ The City agrees to pay the Contractor the "incentive payment" in the amount of the "Incentive/Disincentive Daily Amount" for each calendar day the actual. Substantial Completion Time for the Mork (oar a specified part thereof) as described.above precedes the " "I /D Time" as set forth above, and as determined by the Engineer and subject to the conditions precedents set forth in this contract. owner shall make an incentive payment to the Contractor in addition to the contract sum stated herein. Should the Contractor fail to substantially complete the Contract Work on or before the "I /D Time," the City shall deduct the "Incentive /Disincentive Daily Amount" for each calendar day actual substantial completion exceeds the " 1 1 /D Time, " from monies otherwise due the Contractor. This deduction shall be the disincentive for the Contractor's failing to timely substantially complete the Contract Work. Special Provision A -6 relating to liquidated damages remains in effect and is also applicable. For purposes of the calculation and the determination of entitlement to the "incentive payment" or "disincentive deduction" stated above, the " "I /D Time" will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event or .duct of Lod (i.e., hurricane or a, declared state of emergency). The parties anticipate that delays may be caused by or arise from any number of Section ASP (Revisedl2/15/44) Pne 28 of 32 events during the course of the Contract, including, but not limited, to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits .of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's operations, or other such events, forces or factors sometimes experienced in construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and wall not extend the "I /D Time" for the purposes of calculation "incentive payment" as set; forth above. , Further, any and all oasts or ,impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract by the " "1 /D Time," regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the Contractor in every instance. In the event of a catastrophic event or Act of Cod (i.e., hurricane or a declared sCate of emergency) directly and substantially affecting the Contractor's operations on the Contract, the Contractor and the City shall agree as to the number of calendar days to extend the "l /a Time" so that such extended "I /D Time" will be. used in calculation of the "incentive payment." In the event the Contractor and City are usable to agree to the number of calendar days to extend the 11 1/D Time," the City will unilaterally determine the number of calendar days to extend the "I/D Time" reasonably necessary and due solely to such catastrophic event and the Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the City was arbitrary or without any reasonable basis. As to any Contract Mork Item provided. for herein, the Contractor will remain responsible for all such . work and the continued maintenance thereof until such date as the City issues final acceptance of all Work under the Contract, and without regard to whether the City has provided written verification of the actual completion date or not, and without regard to whether any "incentive payment" was earned or elected hereunder. Szetion ASP (RevisLdl2/1.5 /44) PW 29 of 32 SUBMITTAL TRANSMITTAL FORM PROJECT : OSO WATER RECLAM2 PLANT NUTRIENT REMOVAL PROJECT (AI44MIA) PHASE i PROJECT NO. E09007 OWNER: CITY OF CORPUS CHRISTI ENGINEER: L'L+1V r INC. , W. LOGA14 BURTON P. R. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section T- 01770 Closeout Procedures Section T -01782 O &M Manuals Section T -01783 Spare Parts Section T -01784 Record Documents Section T -03100 Concrete Formwork Section T -03200 Reinforcing Steel Section T-033 00 Cast -in- Place Concrete Section T -03600 Grout Section T -05120 Structural Steel Section T -11241 Peristaltic Pumps and Appurtances Section T- 11510 hyperbolic Mixer Section T- 13122 P re - Engineered Fiberglass Shelters Section T- 13205 Cross- Linked Polyethylene Tanks Section T-15065 Thermoplastic Pipe Section T- 15070 Temperature Controlled Piping Section T -15075 Double- Containment PVC Piping System Section T -15 ®B5 Thermoplastic Valves, Operators and Appurtenances Section A.SP (Revised12/15/04) Page .3€3 of 32 Section T -15105 Section T- 15115 Section T -15652 Section T- 17201 Section T-- 17202 Section T -51243 Section T- 16060 Section T-- 16€175 Section T- 16123 Section T -16130 Section T- 16133 Section T -16140 Section T -16412 Section T- -16401 Section T- 16500 Section. T- 17050 Section T -17051 Section T -17100 Section T- 1771€7 Section T- 17712 Section T- -17720 Section T- 17721 Check valves H€]PE Solid wall Pipe Skid Mounted Electric Pimps Electromagnetic Flowmeter Open Channel Flowmeter Measuring System Miscellane Metals Grounding Electrical identification Wire and Cable Boxes and Enclosures Cable Trays Tiring Devices Enclosed Circuit Breakers Motor Starters -Low Voltage Lighting Process Control. & 3:nstr. Gen. Req. Prequalification of Instrumentation and Control System Contractor Controll Stratgies Control System - Panels, Enclosures, and Panel Components Control. Systems - Uninterruptibie Power Supplies 10 KVA and Below Control Systems - Programmable Automation Controllers Hardware Control Systems - Operator Interface Terminal Hardware Section A -SP (Revised 12/15104) Page 81 of 32 Section T- 17730 Section T�17733 Section T--17750 Section T -17761 Section T -17762 Section T 17950 DACE Computer Equipment Network Materials and Equipment Wireless Communications Automation Software Date Acquisition System Software Testing, Calibration, Commissioning (Revised 9/ S /f?Q) Paw 32 of 32 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 26TH day of February 2013, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and CSA Construction Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $3,461,025.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: OSO WATER RECLAMATION PLANT NUTRIENT REMOVAL PROJECT (AMMONIA) PHASE 1 PROJECT NO. E09007 {TOTAL BASE BID, $3,461,025.00} 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. Feb -2013 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -97 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 180 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. Feb -2013 ATTEST: City Secretary APPRO E AS T LEGAL FORM: By: Asst. City A orney ATTEST: (If Co Lynda Scheer (Note: If Person signing for corporation is not President, attach copy of authorization to sign) Page 3 of 3 Rev. Feb -2013 CITY OF CORPUS CHRISTI By: �- Oscar Martinez ` Assistant City Manager Public Works, Utilities, and Transportation Daniel Biles, P.E. Director of Engineering Services CONTRAC By: Title: President 2314 McAllister Road (Address) Houston, TX 77092 (City) (State) (ZIP) 7131686 -8868 * 7131686 -8889 (Phone) (Fax) P R 0 P O S A L F 0 R M F 0 R OSO WATER RECLAMATION PLANT NUTRIENT REMOVAL PROJECT (AMMONIA) - PRASE 1 PROJECT NO. E09007 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FOAM PAGE I OF 8 Place ; Date: January 1G, 2013 Proposal of CSA Construction, Inc. v 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: OSO WATER RECLMQkTTOH PLANT NUTRIENT REMOVAL PROJECT (AMMONIA)- PHASE 1 PROJECT NO. E09007 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to - wit: PROPOSAL FORM PAGE 2 OF 8 OSO WATER RECLAMATION PLANT NUTRIENT REMOVAL PROJECT (ANMONIA) - PHASE 1 PROJECT NO. E090n7 I I1 TII IV V BID QTY & ITEM UNIT DESCRIPTION UNIT PRICE BID ITEM IN FIGURES EXTENSION 1. 1 LS Mobilization /Demobilization, complete in place per lump sum � 0- $ 6 " 2. 1 LS Demolition - remove and dispose of existing sodium hypochlorite and sodium bisulfite storage and feed system including (10) tanks, CPVC piping, valves, chemical /vacuum feed system, injectors, appurtenances, bisulfite canopy and electrical connections, complete and properly disposed of per lump sum .L ) 4 3. 1 LS $ =in 75HP dri -prime skid mounted electric pump with manual control panel (min. 2100 GPM. capacity 0 75' TDH), 12 - in suction pipe & hose, 12 -in HDPE (DR21) discharge piping, bedding & backf ill, check valves, gate valves, gauges, pipe clamps /spacers and appurtenances, complete in place per �.- T. � r% 010 d Coo lump sum. $ . 4. 1 LS Step feed electrical improvements, complete in place per lump sum 6 .( $ G ono 5. 2 EA Sodium hypochlorite containment area including foundation, walls, tank /stair pads, fill connection supports, sump & drain line, ° 2-5� 0 o complete in place er each. $ 6. 6 EA Containment /cable tray stairs including grounding rod, complete in place aer each t 0 00 m $ . 000 7. 48 LF Cable tray including grounding rod, in Z 7- /0 1 '�Io complete place per linear foot $ 8. 2 EA Sodium hypochlorite equipment rack /control panel canopy including all framing, roof, unistruts, and appurtenances, complete in d 5 coo - place per each . d g. 1 LS Sodium bisulfite insulated modular fiberglass composite chemical feed building (12' x 10'), including concrete Foundation, anchoring, heating unit, lighting, fan and appurtenances, complete c o R in place per lump sum. $ cy(i 10. 1 LS Sodium hypochlorite storage tanks (]clack 6,510 gal. HDXLPE vertical single wall) with titanium FDO outlet, sodium hydroxide storage tanks W' foam insulated £,510 gal. HDXLPE vertical single wall) 'with hastelloy C FDO outlet, sodium bisulfite storage tanks (1" foam insulated & heat traced 6,510 gal. HDXLPE vertical single wall) with hastelloy C FDO outlet, ultrasonic level sensor /indicator, reverse float sight gage, wind restraint, appurtenances & fittings, complete in� lump �- p lace per sum. e $ PROPOSAL FORM PAGE 3 OF 8 I II IIT Iv V BID QTY & ITEM OMIT DESCRIPTION UNIT PRICE BTp ITEM IN FIGURES EXTENSION 11. 1 LS Peristaltic metering pumps (8) for sodium hypochlorite rated for watertight, heavy duty service at 265 GPH and peristaltic metering pumps (13) sodium hypochlorite, sodium hydroxide, and sodium bisulfate rated for watertight, heavy duty service C" at at 55 GPH, complete in lace er Ju sum. �_ e--) $ 12. 1 LS Sodium hypochlorite, sodium hydroxide & sodium bisulfite chemical feed PVC and DWPVC piping, valves, strainers, fdttings, hoses, expansion joints, fill connections, (7) MAG flow meters, calibration, columns, pressure relief valves, unistrut pipe supports, injection points, tie - ins, FRP pump shelves & table, instrument cabinets, insulation, heat- tracing & appurtenances,. � 6 complete in place per lump sum. ®' ' s 16 13. 1 LS Sampling /monitoring stations including FRP watertight enclosures, frame & mounting, (18) analyzers (free chlorine, total chlorine, DPP, & PH)., (5) 1/6 HP - 15 GPM sample pumps, .(2) ultrasonic outfall flow meters, PVC /SS piping, valves, strainers, fittings, and appurtenances, complete in�C 2 place per lump sum $ 14. 2 EA Vertical hyperbolic mixer with 1 -1/2 HP motor, mixer supports, grating, framing, railing modifications, railing, and appurtenances, complete in place per each s 1 -3 nz 15. 1 LS Programmable automation controller (PAC), data acquisition control system (DACS), instrumentation for sodium hypochlorite, sodium hydroxide, sodium bisulfate chemical feed, outfall and monitoring system including wireless communication and administration building workstation, 645 complete in place per lump sum. oc o $ j5 coo 16. 1 LS Chemical feed system electrical improvements including all wiring, conduit, breakers, tie -ins, connections, lighting, and appurtenances, complete in lace pe r lump sum. $ 17. 1 LS 2 -year preventative maintenance & servicing beginning at completion of the 30 day start- up(weekly for 5 months and monthly for 18 months) including all regular maintenance and replacement of wear parts as recommended by the equipment manufacturers, complete in place per lump sum. m 18. 90 SY Access road HMACP pavement, complete in v place per square yard 19. 213 SY Concrete paving, complete in place per square yard. �� $ 26 _ Z5 PROPOSAL FORM PAGE 4 OF 0 T II III IV V B1D I'IF QTY & UNIT DESCRIPTION UNIT PRICE BIB ITEM IN FIGURES EXTENSION 20. 1 LS Silt fence / storm water pollution prevention measures, complete in place per �� ` lump sum $o 21. 1 LS Exploratory excavation in accordance with Special Provision A -97, complete in place ����`���3 A ����: _ per lum sum. 22. 1 LS Unanticipated utility repair /relocation allowance, complete in place per lum sum. 30 $ - 30 oca� 23. 50 DAY Incentive /disincentive payment for substantial completion as per Special Provision A -58, in - �� 100, 000 complete place per dam. $ TOTAL BASE BID (ITEMS 1 THRU 23) P' TOTAL BASE BID PROPOSAL FORM PAGE 5 OF 8 The undersigned hereby declares that' he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials_ The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the Property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets.. Time of Completion: The undersigned agrees to complete the work within 180 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number):Rg d 7 b' Respectfully muted: Name : Rich A�5t (SEAL - IF BIDDER IS a Corporation) V (1I tzNATURE ) Address. 2314 McAllister Road (P.O. Box) (Street) Houston, Texas 77092 (City) (State) (,zip) Telephone: 713 - 686 -8868 NOTE: Rio not detach bid from other papers. Fill in with ink and submit complete with attached papers. PROPOSAL FORM PAGE 6 OF 8 PAY ME NT B O N D STATE OF TEXAS § BOND No, 46BCSGL2739 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That CSA Construction Inc. of the City of Houston , County of dam, and State of Texas as principal ("Principal "), and Hartford Fire Insurance Company , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety "), are held and firmly bound unto the City of Corpus Christi, a Horne Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue' upon this bond in the penal sum of THREE MILLION FOUR HUNDRED SIXTY -ONE THOUSAND, TWENTY -FIVE AN-D N01100 - U.S. Dollars ($3,461 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 26TH day of February 2013 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: OSO WATER RECLAMATION PLANT NUTRIENT REMOVAL PROJECT (AMMONIA) PHASE 1 PROJECT NO. E09007 (TOTAL BASE BID: $3,461,025,00) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of Said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Payment Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 7th day of March , 2013. PRINCIP.A CSA Consth. By: Rich Title: SURETY I Hartford Fire Insurance c By: n Address: 2314 McAllister Rd. Houston, Texas 77092 Address: 1111 North Loop West, Suite 400 Houston, Texas 77008 Telephone: 713 -880 -7100 Fax: 713- 880 -7166 E -Mail: ibowen @bmbinc.com (Rev. pate May 2 011) Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: NaMe: Kevin Keetch Agency: Keetch & Associates Address: 1718 Santa Fe (Physical Street Address) Corpus Christi Texas 78404 (City) (State) (Zip) Telephone: 361 -883 -3803 E -Mail: kwoods @keetchins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Nate: 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 FORMAN C E B 0 N D STATE OF TEXAS § BOND No. 46BCSGL2739 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That CSA Construction Inc. of the City of Houston , County of Harris , and State of Texas , as principal ( "Principal"), and Hartford Fire, ► „0,�yrance Company , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), in the penal sum of THREE MILLION, FOUR HUNDRED SIXTY -ONE THOUSAND, TWENTY -FIVE AND NO1100 U.S. Dollars ($3,461,025,.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 26TH of February , 2013, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: OSO WATER RECLAMATION PLANT NUTRIENT REMOVAL PROJECT (AMMONIA) PHASE 1 PROJECT NO. E09007 (TOTAL BASE BID: $3,461,026.00) 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 7th day of March , 2013. PRINCIPAL SURETY CSA Con (tw2ion, pc. Hartford Fire Insurance Company By: By: Rich Xustin ney -in -f ct Joni Bowen' Title: President ATTEST; Secretary - Address: 2314 McAl Road Houston, Texas 77092 Address. 1111 North Loop West, Sutie 400 Houston, Texas 77008 Telephone. 713 -88 -7100 Fax: 713 -880 -7166 E -Mall: ibowen @bmbinc.com (Rev. Date May 2011) Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County. Texas, for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch & Associates Address: 1718 Santa Fe (Physical Street Address) Carpsl.s.01bi ti Texas 78404 (City) (State) (zip) Telephone: 361- 883 -3 803 E -Mall: kwoods @keetchins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note. Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 Dk ecat trams ft. POWER OF ATTORNEY E °R° One Plan Iortfprad, Comma" asst; cat ordw. agar m= IWOW Pstsom my THM P REBEM TMT: Ageow Code: 6144 . 494woa. s s� p Hm ft Ffte a Company, a =mwWm d* argrAWW mdr dw hm efdw SldeafGamec" to Mod Cnmft M awamm Camparaay. a coMwd w ** mp med under jW bars of are Slaw of b &= Nu fmd Accident and Mrdern"► CrrmparrY, a oarporatlm dub' mwWmed asdw the Ions of do Sob of amwW ar Hartfoed UndervrAlsrs Mtsuranoe Company. a oasiraarsdua **arSmdmMmmdw#mk=afdmftft9fCo=mflm TwM My Me hrwranbe CoratrseW. a oorpwatim dub' mgmind uMw to Isaiws of dab Safe of b frm Hardwd bw anw Cornea* of IlSrrois, a aeparattea duly agaeiaW undo dw bnrs oft o Soft ofMhmk Hm fm Mmaiamroe Company of the E ll an a aapaira im dub► argrWmW mdw dw Maws afathe Safe of bdim Hardernd irawarree Company of Zlre Sootlreasis� a aa rpeestiaa ' oats ea3 seder alts b<rMS o f °hre Soto of IjarA narvM urea name u mm m r,nruom.• c,:onrretarcrry t 0aaeMUegi rvmmld b as Ste' Companies') do hereby wdit, mmmuie and ap OIK up to dw aaeormralt of W&SNIU* DaWd G. Afthft &M F. Bower; Ed swd G &K &, Kralsd Lows Bany IC Mc(axA AarrhWy OR RuamA Robed a Davin DaW T. Md6ft, Afthset TuW Smsrr Apalowald, R#a G Guft Jboi 86we r, Mary Am Gerck BrMFA. 7bsdab ofaNa nkn 774 Fart Smm AR and Maw Orlmm LA thdr byte and lawful Abomey(s) -fir -Fact, each in their separate capaagr if moue than are is named above, to slat iia n me as M00m) 0* as delineated above by ®, and to:erMOMS, seal and asebrowledge any and.d bonds, underh"W, eonbasds and othw vwfttm kmWk eno in the nature thereof, on behalf of .the Companies in their business of gumun es" the Idelhy of persons, guaranteeing the per mnaloe of oonbads and - execWng or guaranteeing bonds and wrdertahings mquMed or pearawd in u ftm or pmamx sags abowsd by taw. In Witness YYlreraeaf, and as aufhortmd by a Raeofution of the Board of Dkockm of the Companies on August 1, 2WO the Conlparrtes have causad these paaa mwft to be signed by its Vice President and its corporate seals .116 he hersto affored, duly atftled by he Auldant Seemary, Further, pwmmM to Resolufi n of the BoaM of Dt xAm df dte Companies, ale ComVrries hereeby wranlbigm* atfsm iitisCffiey we.and wM be bound by any mechardc* applied signatures Wpfled b M -Power of Alt nmy. Vftsb W Oftft . Aunt Surd" M. Ross Fi", Vrae Pare bwd STM E OF CONNECTICUT COl NlY. OF HARTOORD On this le day of ,tiny, 2812, before me pemsmally cmm M. Ross Fisher, to rite tenor. who being by me duty mm, did depose and say: that he resides in the County of Hmifaad, State of COMOCticut fleet he is the' Vice Preasidenf Of the Companies, the corporations does xW in and which womfied ft above tishrntr M to he bows dre oak of the said 0orporatiorrs; that the seals alfored to the said irtstrrsaarW are such corporate seals; that they were so asifoaed by aulhority'of the 13oarads of Di edom of said oasporatiar� and prat ha *md his mm thweb by eke autlaiorlty. Kalhleaao T. M*=d Nowypd& CE r L�tgries �dy 31..2016 1. tie undars Vice President of the Companies, DO HEREBY CERTIFY that the above and I Moing is a flue and - correct copy of the Power of Attorney executed by said Companies, which is s8 l in M Force e1kcft as of Signed and sealed at the City of Hartford. �at' 1 - s Gary W. Samper, Vice PtaesWnt IMPORTANT NOTICE To obtain information or make a complaint You may contact your agent. You may call Hartford Insurance Group at the toll free telephone number for information or to make a complaint at: 1- 800 - 392 -7805 AVISO IMPORTANTE Para obtener informacion o para someter una queja. Puede comunicarse con su agente. Usted puede Ilamar al numero de telefono gratis de The Hartford Insurance Group para indormacion o para someter una queja al 1 -800- 392 -7805 You may also write to The Hartford: The Hartford Hartford Financial Products 2 Park Avenue, 5 th Floor New York, New York 10016 1 -212 -277 -0400 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: Usted tambien puede escribir a The Hartford. The Hartford Hartford Financial Products 2 Park Avenue, 5 th Floor New York, New York 10016 1 -212 -277 -0400 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1- 800 - 252 -3439 You may write the Texas Department of Insurance 1- 800 -252 -3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714 -9104 Austin, TX 78714 -9104 Fax Number (512) 475 -1771 Fax Number (512) 475 -1771 Web: http://www.tdi.state,tx.us Web: hfp: / /www.tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con su agente primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice is for your information only and does not become a part or condition of the attached document. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. F- 4275 -1, .ITX4275 -1 HR 42 H006 00 0807 . r SUPPLIER NUMBE =R TO BE ASSIGNED BY CITY City of PURCHASING DIVISION US Christi (Revis.ed August 2000) CITE' OF C0RPUS C gTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the Cityto provide the following information. Every question must be answered. if the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMLPANY Nom: CSA Construction, Inc. P. O. BOX: S'if'AtEEI' ADDRESS. T41A Knt-oii for CITY: Houston ZIP: 77092 FIRM IS: 1. Corporation ❑x 2. Partnership ❑ 3. Sole Owner ❑ 4. Association ❑ 5. Other El DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3 1 D/o or more of the ownership in the above named "firm." - -- Name Job Title and City Department (if known) NA 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 NA 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 NA 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 "fun. NA Name Consultant PROPOSAL FORM PAGE 7 OF 6 EELIlVG REQi ERENUN S If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] I certify that all information provided is withheld disclosure of any information requ of Corpus Christi, Texas as changes occur. Certifying Person- Rich Austin (Type or Print) Signature of Certifying Person: CERTMCATION and correct as of the date of this statement, that I have not knowingly .; and that supplemental statements will be promptly submitted to the City Title- President Date. ianuary 16, 2013 DE3F'EiIrTIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. `Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- timebasis, 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, j oint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructivelyheld" 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. PROPOSAL FORM PAGE 8 OP 6 RT(FICA►TE OF LIABILITY INSURANCE X031 0 10Y os 3 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIR LTt= HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEN, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE8 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain potacies rimy require an endorsement. A statement on this cerifficate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER 1- 530 -205 -3641 CONTACT AM Maria profit artex Risk SO Inc. PHONE ; 285 -42-99 MAAL Two Pierce Place VOR N maria rostBaxtexrisk.aoal Itasca, IL 6 0143 -3 141 MURE S AFFORDINGCOVERAGE NAIC4 $beryl Baas INSURERA. OLD RIMUSLIC INS CO 24147 INSURED ` INgete�le: ST PALM FIRS & HRRINE INS CO 34767 COA Construction, Inc. V 98911RER C 2314 >!eallister Rd. INSURER D: Houston, TX 77092 INSURER E• INSURER F COVI"RAGES _ CERTIFICATE NUMBER: 32374924 REVISION NUMBER: I tI S Iti i U tilt[ I IrT I M I Inc rVLIUr-b Ur IN.`i KFk1MNL:t LM l tU t9ELUW HAVE BEEN I5SULD TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE 'TERMg, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INS P6LUCY NIINB�i �pDL(CY EFF POLICY EXP - IIINT • GENERALUA9rLM X X MNZY59607 04/pl/1 04J01/13 FACHOCCURRENCE. S 1 ,00 0,00 0 COMMERCIALGENEWLIAeK" p� $ 10 0,000 CLAIMS -MADE a OCCUR MEDEXP An mw e $ 5,000 PFRSONALBADVIIWURY $ 1,000,000 GENERALAGGRFAATE $ 2,000.000 GEWLAGGREGATEumrrA?PuESPER: PRODUCTS COMHOPAGG $ 3,000.000 PoUcY I x PRO o $ • AU F1DMO LABILITY F v x X NKT8215 5 3.000, pao BODILY INJURY (Per Person) S X ANY AUTO ALLOWNEq SCHEDULED AUTOS AUTO BODILY INJURY (Per exmenq $ HIRED AUTOS X AUTOS -OWN x PRf1PEliTY DAMAGE S , Camp. Ded: $250 $ Coll. Dedi $50 B X UMBRPILALIA6 x OCCUR a0P- 14P94967 -12 -RP 04/01/1 04/01/ EACH OCCURRENCE S 10,000,000 EXCESS LAB CLAi DE AGGREGATE $10,000,000 DED I X RETENT.O11 0 $ A WORKERSCONIPENSA11OR AND EMPLOYERS'L"GJTY X NKC11743J OD 04 /01/1 04 101 wc STRT OTH- X YIN �ICEWEM3�tl�O 07 NIA f / E.L EACH ACCIDENT S 1,000,000 If� met EL•�ASE -EA EMP S1, 000, p00 EL.OSEASE- POUCYLUOT $l,000,000 OFaSCRIPT(ONOFOPERATxwbww 1 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (A#wb ACORD 101. ACICIIU IW Rowe" achedole, It nw,a spare is Iequlwd) RE. O$O Plater Reclamation Plant Nutrietat Removal Protect (ammonia) Phase 1, PorJect NO. 809007 The City of Corpus Christi is linked as an Additional Insured under the tlenarel Liability and Auto Liability polialso per the attached endorsements; 0620100704 and PCA0350406. The Umbrella policy is hollow - Form and applies excess to the underlying dL, Auto and Employer's Liability polloies. Waiver of Subrogation appliee to the Elaueral Liability, Auto Liability and Workere C=pensatiOu policies in favor of the Additional Insured per written Contract. Endorsements attached. 30 days notice at C aAO ellatioa is in force. ( City of Corpus Christi Engineering Services Department Attni Contract Administrator P.O, Box 9277 Corpus Christi, TX 70469 -9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORUED REPRFSENTATIVE USA ®1988 2010 ACORD CORPORATION_ All ACORD 25 (2010105) marproartex 32374924' The ACORD name and logo are registered marks of ACORD f POLICY NUMBER: MVVZY59607 � COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION s endorsement modifies insurance provided under the following: V COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Locatfon s Of Covered Operations All organizations where required by written contract or agreeme Information re bred to complete this Schedule, if not shown above will be shown in the Declarations. A. Section 11 -- Who Is An Insured is amended to include as an additional insured the person(s) or or- ganization(s) shown in the Schedule, but only with rasped to liability for "bodily Injury', "property dam- age" or personal and advertising Injury caused, In whole or In part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting an your behalf; in the performance of your ongoing operations for the additional insured(s) at the locations(s) desig- nated above, B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This Insurance does not apply to 'bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or re- pairs) to be performed by or on behalf of the ad. ditional Insured(s) at the location of the covered operations has been completed, or 2. That portion of 'your work" out of which the In. jury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontracto en- gaged in performing operations for a principal as a part of the same project. CC 2010 07 04 0 ISO Properties, Inc., 2004 page 1 of - I Cl i POLICY NUMBER MWZY59607 , COMMERCIAL GBt+iERAL f.tABttr11Y CG 24 04 06 08 DIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following; COMMERCKL GENERAL LIABILITY GOVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULIE Name Of Person Or Organ Nation: All Persons or Organizations as Required by Written Contract or Agreement information required to complete this Schedule ff not shown above wt #I be shown In the Declarations, The fo llowing Is added to Paragraph S. 'Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organlxatlon show In the Schedule above because of payrneMs we make for Irtury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included In the "producb- completed operations hazard". This waiver appiles only to the person or organization shown In the Schedule above. CG 24 04 05 09 ® Insurance Services Office, Inc., 2008 Page I of 1 AW ZY 59007 , CSA Conetracllon, Inc. OAW/2012 - 0418112013 IL 10 ( x106) OLD REPUBLIC INSURANCE COMPANY THIS INDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. , ADDITIONAL INSURED This endorsement modifies Insurance provided under the following: ,a BUSINESS AUTO COVERAGE FORM SCHEDULE Designated Person(s) or Organization(s): All persons or organizations where requ[red by written contract. WHO IS AN INSUReo (SECTION II) Is amended to Include the person(s) or orgenizetion(s) shown In the above Schedule, but only with respect to "accidents" arising out of work being performed for such person(s) or organization(s). As respects any persop(s) or organization(s) shown in the above Schedule with whom you have agreed In a written contract to provide prlmary Insurance coverage, this coverage will be primary and any insurance maintained by such person(s) or organization(s) will apply on an excess basis. PCA4350406 MWTB21565 04/01/12 - 04/01/13 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM !J Under SECTION IV, Paragraph A. S. Is replaced by the following: We waive our right of recovery against any person or organization to the extent required by a written contract, executed prior to any "accident ". The accident must arise from operations contemplated In said contract and this waiver is only applicable to the person or organization designated In said contract, PCA 044 OA OB MW TB21565 04101f12 - W01113 WORKERS COIVIPENSATION AND EMPLOYE" LIABILirf INSURANCE POLICY WC 42 03 04 A POLICY NUMBER: MWC 117439 00 V TEXAS WAIVER OF OUR RIGHT ,/ RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A, of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, 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 3. ❑ Specific Waiver Name of person or organization ® Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this walver. 2. Operations: ALL"TEXU OPERATZONS 3. Premium: XNCLUDED The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in con- nection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: DATE OF ISSUE: 04- 05.12 INSMW 001y CERTIFICATE OF PROPERTY INSURANCE DATE' {MW /DDNYYY) 3/20/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. . If this certificate is being prepared for a party who has an insurable interest in the property, do not use this form. Use AC-OR -27 or ACORD 28, PRODUCER Bowen, Miclette & Britt Insurance Agency, LLC PPHHONE L dia Michael 1111 North Loop West, #400 AT Nq_EA013- 800 -7100 Arc No :713 =680 7166 Houston TX 77406 ADDRESSc lmichael@bmbinc.com INSURER(S) AFFORDING COVERAGE NAIL $ INSURED CSA Construction, Inc. INSURERA:Travelers Lloyds Insurance CCrn an 2314 McAllister Road V INSURERB: Houston TX 77092 INSURERC: INSURER D RI SURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 193 REVISION NUMBER: LOCATION OF PREMISES 1 DESCRIPTION OF PROPERTY (Attach ACORD 101, Additional Remarks Schedule, If more apace is required) THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECT POLICY EXPIRATION COVERED PROPERTY LTR RIE DATE DATE(MMIDDIYYYY) LIMrm PROPERTY BUILDING $ CAUSES OF LOSS DEDUCTIBLES PERSONAL PROPERTY $ BASIC BUILDING BUSINESS INCOME S BROAD CO TENT5 EXTRA EXPENSE SPECIAL RENTAL VALUE $ EARTHQUAKE BLANKET BUILDING $ WIND BLANKET PERS PROP 8 FLOOD BLANKET BLDG 8 PP $ $ X INLAND MARINE TYPE OF POLICY $ X Any 1 Lor Lint 825,000,000 CAUSES OF LOSS Builders Risk /Installation X In Transit $250, 000 NAMED PERILS POLICY NUMBER X Temporary Loc $ 250 1 000 A QT660072GM315 4/1/2013 4/1/2014 X Deductible 810,000 CRIME $ TYPE OF POLICY S BOILER & MACHINERY 1 $ EQUIPMENT BREAKDOWN $ A Equipment QT6600726M315 4/1/2013 /1/2014 X Rented /Leased y600,00() X iScheduled $3,349,70() SPECIAL CONDITIONS! OTHER COVERAGES (Attach ACORD 101, AdditFonal Remarks Schedule, if more space Is required) - Certificate Holder is included as Loss Payee with respect to the property described herein per the attached endorsement. RE: OSO Water ReclaTdation Plant Nutrient Removal Project - Phase 1 / CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi, Engineering Services Attn: Contract Administrator AUTHORIZED REPRESENTATIVE PO Box 9277 Carpus Christi TX 78469. 1995 -2009 ACORD CORPORATION. All rights reserved. ACORD 24 (2009109) The ACORD nacre and logo are registered marks of ACORD COMMERCIAL INLAND MARINE HIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CARF—FULLY. ,/BLANKET LOSS PAYEES This endorsement modifies insurance provided under the IM PAK COVERAGE FORM. The following is abed to Section E - ADDI710NAL COVERAGE CONDITIONS: Loss Payable Provision In the event of a Covered Cause of Loss to Covered Property in which both you and a Loss Payee share an insurable interest, we will, a. Adjust the loss or damage with you; and tr. Pay any claim for loss or damage joirnly tc you and the Loss Payee as your interests may ap- pear. This endorsement applies to all Covered Property for which a Lass Payee is on -file with us or your insur- ance agent or insurance broker. CSI TS 60 01 t 0 Q 2009 The Travelers Indemnity Company Includes copyrighted material of Insurance Services Office, Inc. wfth its permission. Page 1 of 9