Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutR-2013-070-2013-05-13RESOLUTION NO. R2013-70
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PEARLAND,
TEXAS, AWARDING A BID FOR CLEANING AND PAINTING SERVICES
FOR TEN (10) WATER WELL FACILITIES.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the City opened bids for cleaning and painting services for ten
(10) water well facilities, and such bids have been reviewed and tabulated.
Section 2. That the City Council hereby awards the bid to General Contractor
Services, Inc., in the amount of $58,907.00.
Section 3. The City Manager or his designee is hereby authorized to execute a
contract for cleaning and painting services for ten (10) water well facilities.
PASSED, APPROVED and ADOPTED this the 13th day of May, A.D., 2013.
ATTEST:
MAA E. RODRIGUEZ
DEP TY CITY SECRETARY
APPROVED AS TO FORM:
(, d4
DARRIN M. COKER
CITY ATTORNEY
,)„ sra,
TOM REID
MAYOR
CITY OF PEARLAND
STANDARD CONTRACT FOR SMALL CONSTRUCTION PROJECTS
This Contract (Contract) is made between the CityofPearland, Texas (City), and Contractor. The City
and Contractor agree to the terms and conditions of this Contract, which consists of the following parts:
I. Summary of Contract Terms
II Signatures
III. Standard Contractual Provisions
IV. Special Terms and Conditions
V. Contract Attachments
I. Summary of Contract Terms.
Contractor:
Description of Services:
Maximum Contract Amount:
Effective Start Date:
Expiration Date:
Extension/Renewal:
General Contractor Services, Inc.
8400 La Porte Rd.
Houston, TX 77012
Painting and Cleaning of Exterior Piping, per specifications of City Bid
#0213-31.
$58,907.00
80 calendar days from Effective Start Date.
None contemplated at this time.
II. Signatures. By signing below, the parties agree to the terms of this Contract:
CITY OF PEARLAND*
ed . y: Date: d3h
amity Manager
Assistant City Manager
Director
Division Manager
*Contract Signature Authority:
CONTRACTOR:
By:
Title: Presi ent
Date: May 21, 2013
Division Manager -$5,999 or less
Director - $6,000 to $30,000
City Manager/Assistant City Managers - $30,001 - $50,000
City Council resolution - $50,001+ (Reso. #R2013-70)
III. Standard Contractual Provisions.
A. Definitions.
Contract means this Standard Contract for Construction Services.
Services means the services for which the City solicited bids or received proposals as described in
•
Exhibit "A" attached hereto.
B. Services and Payment. Contractor will furnish Services to the City in accordance with the terms
and conditions specified in this Contract. Contractor will bill the City for the Services provided at intervals of
at least 30 days, except for the final billing. The City shall pay Contractor for the Services in accordance with
the terms of this Contract, but all payments to be made by the City to Contractor, including the time ofpayment
and the payment of interest on overdue amounts, are subject to the applicable provisions of Chapter 2251 of
the Government Code.
C. Termination Provisions.
(1) City Termination for Convenience. Under this paragraph, the City may terminate this Contract
during its term at any time for the City' s own convenience where the Contractor is not in default by giving
written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the
Contractor for all services rendered in accordance with this Contract to the date of termination.
(2) Termination for Default. Either party to this Contract may terminate this Contract as provided in
this paragraph if the other party fails to comply with its terms. The party alleging the default will give the other
party notice of the default in writing citing the terms of the Contract that have been breached and what action
the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in
the notice, the party giving the notice of default may terminate this Contract by written notice to the other
party, specifying the date of termination. Termination of this Contract under this paragraph does not affect the
right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or
costs suffered by either party.
(3) Multi -Year Contracts and Funding. If this Contract extends beyond the City's fiscal year in which
it becomes effective or provides for the City to make any payment during any of the City's fiscal years
following the City's fiscal year in which this Contract becomes effective and the City fails to appropriate funds
to make any required Contract payment for that successive fiscal year and there are no funds from the City's
sale of debt instruments to make the required payment, then this Contract automatically terminates at the
beginning of the first day of the City' s successive fiscal year of the Contract for which the City has not
appropriated funds or otherwise provided for funds to make a required payment under the Contract.
D. Liability and Indemnity. Any provision of any attached contract document that limits the
Contractor' s liability to the City or releases the Contractor from liability to the City for actual or compensatory
damages, loss, or costs arising from the performance of this Contract or that provides for contractual indemnity
by one party to the other party to this Contract is not applicable or effective under this Contract. Except where
an Additional Contract Document provided by the City provides otherwise, each party to this Contract is
responsible for defending against and liable for paying any claim, suit, or judgment for damages, loss, or costs
arising from that party's acts or omissions in the performance of this Contract in accordance with applicable
law. This provision does not affect the right of either party to this Contract who is sued by a third party for acts
or omissions arising from this Contract to bring in the other party to this Contract as a third -party defendant as
allowed by law.
E. Assicnment. Contractor shall not assign this Contract without the prior written consent of the City.
F. Law Governing and Venue. This Contract is governed by the law of the State of Texas and
a lawsuit may only be prosecuted on this Contract in a court of competent jurisdiction located in or
having jurisdiction in Brazoria County, Texas.
G. Entire Contract. This Contract represents the entire Contract between the City and the Contractor
CONTRACT/Page 2
• .
and supersedes all prior negotiations, representations, or contracts, either written or oral. This Contract maybe
amended only by written instrument signed by both parties.
H. Independent Contractor. Contractor shall perform the work under this Contract as an independent
contractor and not as an employee of the City. The City has no right to supervise, direct, or control the
Contractor or Contractor' s officers or employees in the means, methods, or details of the work to be performed
by Contractor under this Contract. The City and Contractor agree that the work performed under this Contract
is not inherently dangerous, that Contractor will perform the work in a workmanlike manner, and that
Contractor will take proper care and precautions to insure the safety of Contractor's officers and employees.
I. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any
disputes that may arise between them regarding this Contract If either party disputes any matter relating to this
Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by
submitting the matter to mediation before a third party who will be selected by agreement of the parties. The
parties will each pay one-half of the mediator' s fees.
J. Attorney's Fees. Should either party to this Contract bring suit against the other party for breach
of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of
attorney's fees or other costs relating to the suit.
K. Severabilitv. If a court finds or rules that any part of this Contract is invalid or unlawful, the
remainder of the Contract continues to be binding on the parties.
IV. Special Terms or Conditions. None
V. Additional Contract Documents. The following specified documents attached to this Contract
are part of this Contract, except as follows: any provision contained in any of the Contractor's Additional
Contract Documents specified below that conflicts with a Contract provision not included in the Contractor's
Additional Contract Documents, does not apply to this Contract.
A. Contractor's Additional Contract Documents:
1. Vendor response to specifications of City Bid #0213-31.
B. City's Additional Contract Documents:
1. Specifications of City Bid #0213-31.
2. Payment bond in full amount of contract, and City -required insurance certificate, as referenced
in Bid Specifications.
CONTRACT/Page 3
• .
EXHIBIT A
CONTRACTOR'S SCOPE OF WORK
Vendor shall clean and paint exterior piping in accordance with the specifications of City Bid #0213-31, at the
City water facilities identified below, per the direction of Tracy Sambrano, Water Production Superintendent
(281-924-8251). Vendor shall coordinate all proposed work schedules with Ms. Sambrano at least 72 hours
prior to commencement of work.
• Green Tee pump station — 2711-1/2 Tipperary
• McLean water well — 2838 McLean Rd.
• Garden water well — 13711 Suburban Garden Rd.
• Southdown water well — 1003 E. Belgravia
• Southeast water well — 3945 Wells Dr.
• Liberty water well — 3503 Liberty Dr.
• Cullen water well — 2529 Cullen Rd.
• Shadow Creek Ranch pump station — 1907 Almeda Rd.
• Old City Hall water well — 2335 N. Texas
• Mary's Creek water well — 1808 Broadway
CONTRACT/Page 4
• •
CITY OF PEARLAND
CONTRACTOR INSURANCE REQUIREMENTS & AGREEMENT
REQUIREMENTS
Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the
City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage
provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing
work on the project have the same types and amounts of coverages as required herein or that the
subcontractors are included under the contractor's policy.
All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact
business in the State of Texas and must be acceptable to the City of Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to amend or
require additional types and amounts of coverages or provisions depending on the nature of the work.
TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS
1. Workers' Compensation Statutory Limits City to be provided a WAIVER OF
Employers' Liability $100,000 per occurrence SUBROGATION and 30 day
notice of cancellation or material
change in coverage.
2. Commercial General (Public)
Liability to include coverage
for:
a) Premises/Operations
b) Products/Completed
Operations
c) Independent Contractors
d) Personal lnjury
e) Contractual Liability
3. Business Auto Liability to
include coverage for:
a) Owned/Leased vehicles
b) Non -owned vehicles
c) Hired vehicles
Personal Injury - $1,000,000 per
person; Property Damage -
$1,000,000 per occurrence ;
General Aggregate - $1,000,000
Combined Single
$1,000,000
Limit
City to be listed as additional
insured and provided 30 day
notice of cancellation or material
change in coverage.
- City shall be provided 30 day
notice of cancellation or material
change in coverage.
Certificate of Insurance forms may be faxed to Purchasing Department , attn: Trish Erndt, @ 281-652-1738,
phone 281-652-1790, or by email to: terndt@ci.pearland.tx.us
This form must be signed and returned with your quotation. You are stating that you do have the required
insurance and if selected to perform work for the City, will provide the certificates of insurance with the above
requirements to the City. A PURCHASE ORDER WILL NOT BE ISSUED WITHOUT EVIDENCE OF
INSURANCE.
AGREEMENT
I agree to provide the above described insurance coverages within 10 working days if selected to perform
work for the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all
subcontractors performing work on the project.
Project/Bid# 0213-31
Company: GENERAL CONTRACTOR SERV INC Vendor#(if applicable)
PrintedName:
Signature:
Pamela Teltschick, President
Pz c c_ Date:
CONTRACT/Page 5
May 21, 2013
•
•
•
•
City of Pearland Texas (City of Pearland Texas) .
Supplier Response
•
Bid Information ' Contact Information Ship to Information
Bid Creator Trish Erndt Buyer I Address 3519 Liberty Drive Address
Email terndt@ci.pearland.tx.us Suite 201 • •
Phone (281)652-1790 Pearland,TX 77581
Fax (281)652-1738 Contact Trish Erndt Contact
• Bid Number 0213-31 Addendum 1 Department Department
Title Cleaning and Painting of Building City Hall Building
Piping at Ten(10)Water 2nd Floor
Plant Facilities Floor/Room Floor/Room
Bid Type Invitation to Bid Telephone 281 (652)1790 Telephone
Issue Date 03/09/2013 • Fax 281 (652)1738 Fax
Close Date 3/28/2013 2:00:00 PM CST Email Email
Need by Date terndt@ci.pearland.tx.us •
Supplier Information •
•
Company General Contractor Services, Inc. • •
Address 8400 La Porte Rd •
Houston,TX 77012
Contact
Department •
Building •
Floor/Room • •
Telephone 713(270)5300 •
. Fax 713(270)5305 • •
Email
Submitted 3/28/2013 11:27:22 AM CST
Total $58,907.00
•
Signature • •
Supplier Notes •
Jim Roe&Charles Campbell will be attending the pre bid conference on Thursday.
•
Bid Notes •
•
Bid Activities •
Date Name Description
•
•
3/14/2013 10:00:00 AM Pre-Bid Conference There will be a non-mandatory pre-bid meeting on Thursday,March 14,2013 at 10:00 am
at the City of Pearland Public Works Service Center. Staff will present an overview of the
project,and will invite questions from prospective bidders(pertinent questions and
subsequent City responses will be provided in the form of a bid addendum). This meeting
will be Immediately followed by a group site visit to each of the subject plants to review the
proposed work areas. It Is STRONGLY encouraged for prospective bidders to attend this •
meeting,as each of the subject sites are secure City facilities,and subsequent site visit
requests may or may not be granted,dependent on City staff availability. City.makes no
guarantee of subsequent worksite accessibility for vendors prior to the bid due date,apart
0213-31 Addendum 1 =Page 1 of 5
•
•
•
•
•
from this meeting.
•
•
Bid Messages
•
•
• Please review the following and respond where necessary
# Name Note • Response
1 Insurance Requirement Acknowledgement I have read and agree to the City of Pearland's Contractor I agree •
•
• Insurance Requirements&Agreement.
•
2 Local Bidder Preference Claim Form Bidder claims Pearland local bidder preference,pursuant No
to provisions of Local Bidder Preference claim form and
•
• Texas Local Government Code,Chapter 271.9051.
3 Conflict of Interest Questionnaire I am submitting a completed and signed copy of the Yes
Conflict of Interest Questionnaire-
4 Non-Collusion Statement I am submitting a completed and signed copy of the Yes
Non-Collusion Statement.
•
•
5 Specification Acknowledgement Bidder has reviewed specifications and agrees that their Yes
bid adheres fully. If not,bidder will need to provide written
• explanation of any exceptions.
6 Bid Security Bidder understands and has completed the following:Bid I agree
Security required by Bid Specifications has been uploaded
as an attachment within the E-bid system and,a fully •
• executed,signed and sealed hard copy of the Bid Bond
has been delivered to the Office of City Purchasing, •
• Finance Department,.2nd Floor,City Hall,3519 Liberty
Drive,Pearland,Texas,77561.
•
7 Vendor References F have attached my company's list of references, as I agree
required.
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
0213-31 Addendum 1 -Page 2 of 5
•
•
Line Items •
# Qty UOM Description Response
1 1 EA Cleaning and painting of exterior piping at Green Tee Water Plant facility located at $7,748.00
2711-1/2 Tipperary
Item Notes: •
Supplier Notes:66 LF 6" pipe,36 LF 10" pipe,includes 2 overflow pipes
Item Attributes: Please review the following and respond where necessary
'# Name Note Response
1 Completion Time Please state completion time for this site. 9 days
2 1 EA Cleaning and painting of exterior piping at McLean Water Plant facility located at 2838 $4,653.00
McLean Road
•
• Item Notes:
Supplier Notes:75 LF 12"pipe,90 LF 8"pipe,40 LF 6" pipe •
Item Attributes: Please review the following and respond where necessary
# Name • Note Response
1 Completion Time Please state completion time for this site. 7 days
3 1 EA Cleaning and painting of exterior piping at Garden Water Plant facility located at 13711 $5,543.00
Suburban Garden Road
Item Notes:
Supplier Notes:60 LF 18"pipe,70 LF 10" pipe,70 LF 8" pipe
•
Item Attributes: Please review the following and respond where necessary
# Name Note Response
1 Completion Time Please state completion time for this site. 7.5 days
4 1 EA Cleaning and painting of exterior piping at Southdown Water Plant facility located at 1003 E. $6,819.00 • -
Belgravia
Item Notes:
Supplier Notes:70 LF 16"pipe, 180 LF 12"pipe,75 LF 8"pipe
Item Attributes: Please review the following and respond where necessary
. # Name Note LL Response .
1 Completion Time . Please state completion time for this site. 9 days
5 1 EA Cleaning and painting of exterior piping at Southeast Water Plant facility located at 3945 $7,438.00
Wells Drive
Item Notes:
•
•
Supplier Notes:105 LF 16" pipe, 100 LF 12" pipe,70 LF 8"pipe
•
0213-31 Addendum 1 -Page 3 of 5
•
Item Attributes: Please review the following and respond where necessary -
# Name Note Response
1' Completion Time Please state completion time for this site. • 9 days
6 1 EA • Cleaning and painting of exterior piping at Liberty Water Plant facility located at 3503 Liberty $4,203.00
Drive
Item Notes:
Supplier Notes:25 LF 12"pipe,80 LF 10" pipe, 160 LF 8"pipe
Item Attributes: Please review the following end respond where necessary
# Name Note Response
1 Completion Time Please state completion time for this site. 7.5 days
7 1 EA Cleaning and painting of exterior piping at Cullen Water Plant facility located at 2529 Cullen $7,438.00
Road
item Notes:
Supplier Notes: 130 LF 16" pipe, 100 LF 10"pipe,50 LF 8"pipe
Item Attributes: Please review the following and respond where necessary •
# Name Note Response
1 Completion Time Please state completion time for this site. 9 days •
8 1 EA Cleaning and painting of exterior piping at Shadow Creek Ranch Water Plant facility located $6,544.00
at 1907 Almeda Road
Item Notes:
Supplier Notes:60 LF 24"pipe, 150'LF 12" pipe
Item Attributes: Please review the following and respond where necessary
# Name Note _ Response
1 Completion Time ' Please state completion time for this site. 9 days •
9 1 EA Cleaning and painting of exterior piping at Old City Hall Water Plant facility located at.2335 $0,011.0
•
North Texas
Item Notes:
Supplier Notes:175 LF 6"pipe,includes 1 overflow pipe
Item Attributes: Please review the following and respond where necessary
# Name Note Response
1 Completion Time Please state completion lime for this site. 6.5 days
•
0213-31 Addendum 1 -Page 4 of 5
•
•
10 1 EA Cleaning and painting of exterior piping at 518 Mary's $2,510.00
Creek Water Plant facility located at 1808 FM 518(Broadway) •
Item Notes:
Supplier Notes:66 LF 6" pipe, 36 LF 10" pipe •
Item Attributes: Please review the following and respond where necessary
# Name Note Response
1 Completion Time Please slate completion time for this site. 5.5 days
Response Total: 858,907.00
•
•
•
•
•
•
•
•
•
•
•
•
•
0213-31 Addendum 1 -Page 5 of 5
,.
-ANN;
,.r,.4.ea,b,!;.t•
itaa
•
_ 2:4
"IL,
- . . . .
May 21, 2013
TO: General Contractor Services, Inc,
:Pamela Teltschick, President
ADDRESS: 8400 La Porte Rd,
Houston,TX 77012
RE: N.otice Award/Bid-Ho.0213-31 •
Cleaning and Painting of Exterior Piping
Dear Ms. Teltschick:
Please-be•advised that your company:has:been-awarded the contract for the cleaning
- • : • • and palntln9 of exterior ipiping at ten :(10).:City:witeit-,fadilities-pdotie,:ePeCifibations of - - —
City of Pearland Bid•40213-31.
Said Award being based on your apparent successful Bid Submitted March 2.8, '2013
and bearing a total bid price of fifty-eight'thousand nine hundred seven and 00/100
dollars($58,807.00).
Please•comply with the following conditions by; May.34,20132..
1. You must furnish Certificate of Insurance per specifications, with City of
Pearland as additional insured.
2. YOU-'MLitt Paynierit-Bohd.in-the fUll •err-fount.61:YOUr :bid, per
specifications,
3. Please,execute the-attached contract, and the owner will return to you a
fully executed contract along with a City of Pearland purchase order.
4. Prior to commencing any work, vendor shall participate in a pre-
. .. construction conference to:disci:Ass Work schedule_and sequireinents with
primary City contacts at a tirne, place and date be determined at.the
convenience of each party. Primary City contact for this project:will be
. _ __ Tracy Sambrenp_ 281/924-825f.
The above requested items: should be submitted to: Purdhasirig Division, 3519 Liberty
Dr.., Suite 201, Pearland, Texas,77581.
Sincerely,
. _ .
Robert Pearce
Purchasing Officer
281-652-1668
1
120 CERTIFICATE OF LIABILITY INSURANCE DATE 3 Y)
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.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(Ies)must be endorsed. If SUBROGATION IS WAIVED,subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder In Ileu of such endorsement(s),
PRODUCER Liz Comiskey
Comiskey Capital Insurance PHONE 409)935 0086 FAX
(AIC.No.ExtL ( MC.Noll(409)935-4000
401 Tiki Drive ADDRESS:lizOcomiskeyoapitalinsurance.coot i
INSURER(S)AFFORDING COVERAGE NAIC d
Tiki Island TX 77554 INsuRERA:Kinsale Insurance Company 38920
INSURED INSURER B:Hanover Insurance Company 22292
General. Contractor Services, Inc. INSURER c;Torus Specialty Insurance 44776
8400 LaPorte Road INSURER D:Texas Mutual Ins 22945
INSURER E: .
Houston TX 77012 INSURER F: "'
COVERAGES CERTIFICATE NUMBER:CL126501292 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY 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.
LTR TYPE OF INSURANCE ADDL SUER POLICY EFFF POLICY EXP LIMITS
JNSR WVD POLICY NUMBER (MM!DDNYYY) (MMIDIM'YY)
GENERALUABILITY EACH OCCURRENCE S 1,000,000 ,
—
X COMMERCIAL GENERAL LIABILITY DAMAGETO RENTED
PREMISES(Ea occurrence) $ 100,000
A CLAIMS-MADE i"OCCUR X 0100000910-2 10/29/2012 L9/29/2013 MED EXP(Any one person) S Excluded
• PERSONALaADVINJURY $ 1,000,000 '
—
GENERAL AGGREGATE $ 2,000,000
GEN'LAGGREGATE UMITAPPLIES PER: PRODUCTS-COMPIOP AGG $ 2,000,000
X 1 POUCY ElIF n LOC Deductible $ 2,500
AUTOMOBILE LIABILITY tEAMB�Ndlenti GCE LIMIT $ ,000,000
B X ANY AUTO BODILY INJURY(Per person) $
ALL OWNED
ED X—SCHEDULED XS AWD-4364513-04 10/29/201210/29/2013 B0DILY INJURY(Per accident) $
AUTOX HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $
__ AUTOS (Per accident)
$
UMBRELLAUAB X OCCUR EACH OCCURRENCE $ 5,000,000
C X EXCESS UAB CLAIMS•MADE AGGREGATE $ 5,000,000
DED _ RETENTIONS 43643A111ALE 10/29/2012 10/29/2013 $
D WORKERS COMPENSATION X WC STATU- O1'H-
ANO EMPLOYERS'LWBIUTY TORY I IMRS ER
ANY PROPRIETOWPARTNERIEXECUT1VE(Y`!`Nj E.L.EACH ACCIDENT $ 1,000,000
OFFICERIMEMBEREXCLUDED? I I NIA 10/21/2012 10/21/2013
TSF-0001137904
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000
If yes.describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000
B Inland Marine I110 4362226 04 10/29/201210/29/2013 Total Coverage 180,000
Contractors Equipment Deductible 1,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,it more apace Is required)
Certificate holder is shown as additional insured
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Pearland •
ACCORDANCE WITH THE POLICY PROVISIONS.
Patty Patke, Projects Department •-••
3519 Liberty Drive AUTHORIZED REPRESENTATIVE
Pearland, TX 77581
Liz Comiskey/LISCO1 -."� _-�
ACORD 26(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved.
INSOZ5(2010o5).ot The ACORD name and logo are registered marks of ACORD
Bond 4391325
PAYMENT BOND
Conforms with The American Institute of Architects
AIA Document A312-1984
Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable.
CONTRACTOR(Name and Address): SURETY: SureTec Insurance Company
General Contractor Services,Inc. 1330 Post Oak Boulevard Suite 1100
8400 LaPorte Road Houston,TX 77056
Houston,TX 77012
OWNER(Name and Address):
City Of Pearland
3519 Liberty Drive
Pearland,TX 77581
CONSTRUCTION CONTRACT
Date:
Amount: Fifty Eight Thousand Nine Hundred Seven and No/100 ($58,907.00—) •
Description(Name and Location):
Bid#0213-31, Cleaning and Painting of Exterior Piping at Ten(10) City Water Facilities
BOND
Date(Not earlier than Construction Contract Date):
Amount:Fifty Eight Thousand Nine Hundred Seven and No/100 ($58,907.00—)
Modifications to this Bond: D None Q See Page 3
CONTRACTOR AS PRINCIPAL SURETY
Company: General Contractor Services,Inc. SureTec Insurance Company r
Signature: Atg,.??2 ,4 Signature:
Name and Title: P•amela Teltschick, President Name and Ty :Kevin McQuain,Atto etin-fact
(FOR INFORMATION ONLY-Name,Address and Telephone) OWNER'S REPRESENTATIVE (Architect, Engineer or other
AGENT or BROKER: ply):
S The Contractor and the Surety, jointly and severally, bind from claims, demands, liens or suits by any person or entity
themselves, their heirs, executors, administrators, successors and whose claim,demand,lien or suit is for the payment for labor,
assigns to the Owner to pay for labor, materials and equipment materials or equipment furnished for use in the performance of
furnished for use in the performance of the Construction Contract, the Construction Contract, provided the Owner has promptly
which is incorporated herein by reference. notified the Contractor and the Surety (at the address
described in Paragraph 12) of any claims, demands, liens or
2 With respect to the Owner, this obligation shall be null and suits and tendered defense of such claims, demands, liens or
void if the Contractor: suits to the Contractor and the Surety,and provided there is no
2.1 Promptly makes payment, directly or indirectly, for all Owner Default.
sums due Claimants,and
2.2 Defends,indemnifies and holds harmless the Owner 3 With respect to Claimants,this obligation shall be null
S-72691AS 8110 Page 1 of 3
and void if the Contractor promptly makes payment, directly or Contract.The Owner shall not be liable for payment of any costs or
indirectly,for all sums due. expenses of any Claimant under this Bond,and shall have under this
4 The Surety shall have no obligation to Claimants tuider this bond no obligations to make payments to,give notices on behalf of,
Bond until: or otherwise have obligations to Claimants under this Bond.
4.1 Claimants who are employed by or have a direct contract 10 The Surety hereby waives notice of any change, including
with the Contractor have given notice to the Surety (at the changes of time, to the Construction Contract or to related
address described in Paragraph 12) and sent a copy, or notice subcontracts,purchase orders and other obligations.
thereof,to the Owner,stating that a claim is being made under 11 No suit or action shall be commenced by a Claimant under this
this Bond and, with substantial accuracy, the amount of the Bond other than in a court of competent jurisdiction in the location
claim. in which the work or part of the work is located or after the
4.2 Claimants who do not have a direct contract with the expiration of one year from the date(1)on which the Claimant gave
Contractor: the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on
.1 Have furnished written notice to the Contractor and sent which the Iast labor or service was performed by anyone or the last
a copy, or notice thereof, to the Owner, within 90 days materials or equipment were furnished by anyone under the
after having last performed labor or last furnished Construction contract, whichever of(1) or (2) first occurs. If the
materials or equipment included in the claim stating, provisions of this Paragraph are void or prohibited by law, the.
with substantial accuracy, the amount of the claim and minimum period of limitation available to sureties as a defense
the name of the party to whom the materials were in the jurisdiction of the suit shall be applicable.
furnished or supplied or for whom the labor was done or 12 Notice to the Surety, the Owner or the Contractor shall be
performed;and mailed or delivered to the address shown on the signature page.
.2 Have either received a rejection in whole or in part from Actual receipt of notice by Surety, the Owner or the Contractor,
the Contractor, or not received within 30 days of however accomplished,shall be sufficient compliance as of the date
furnishing the above notice any communication from the received at the address shown on the signature page.
Contractor by which the Contractor has indicated the 13 When this bond has been furnished to comply with a statutory
claim will be paid directly or indirectly;and or other legal requirement in the location where the construction
.3 Not having been paid within the above 30 days, have was to be performed, any provision in this Bond conflicting with
sent a written notice to the Surety (at the address said statutory or legal requirement shall be deemed deleted
described in Paragraph 12) and sent a copy, or notice herefrom and provisions conforming to such statutory or other legal
thereof,to the Owner,stating that a claim is being made requirement shall be deemed incorporated herein. The intent is that
under this Bond and enclosing a copy of the previous this Bond shall be construed as a statutory bond and not as a
written notice furnished to the Contractor. common law bond.
5 If a notice required by Paragraph 4 is given by the Owner to the 14 Upon request by any person or entity appearing to be a
Contractor or to the Surety,that is sufficient compliance. potential beneficiary of this Bond, the Contractor shall promptly
6 When the Claimant has satisfied the conditions of Paragraph 4, furnish a copy of this Bond or shall permit a copy to be made.
the Surety shall promptly and at the Surety's expense take the 15 DEFINITIONS
following actions: 15.1 Claimant: An individual or entity having a direct
6.1 Send an answer to the Claimant, with a copy to the contract with the Contractor or with a subcontractor of the
Owner, within 45 days after receipt of the claim, stating the Contractor to furnish labor, materials or equipment for use in
amounts that are undisputed and the basis for challenging any the performance of the Contract.The intent of this Bond shall
amounts that are disputed. be to include without limitation in the terms "labor, materials
6.2 Pay or arrange for payment of any undisputed amounts. or equipment"that part of that part of water,gas,power,light,
7 The Surety's total obligation shall not exceed the amount of this heat,oil,gasoline,telephone service or rental equipment used
in the Construction Contract, architectural and engineering
Bond, and the amount of this Bond shall be credited for any services required for performance of the work of the Contractor
payments made in good faith by the Surety. and the Contractor's subcontractors, and all other items for
8 Amounts owed by the Owner to the Contractor under the which a mechanic's lien may be asserted in the jurisdiction
Construction Contract shall be used for the performance of the where the labor,materials or equipment were furnished.
Construction Contract and to satisfy claims, if any, under any 15.2 Construction Contract: The agreement between the
Construction Performance Bond. By the Contractor furnishing and Owner and the Contractor identified on the signature page,
the Owner accepting this Bond, they agree that all funds earned by including all Contract Documents and changes thereto.
the Contractor in the performance of the Construction contract are
dedicated to satisfy obligations of the Contractor and the Surety 15.3 Owner Default: Failure of the Owner, which has neither
under this Bond,subject to the Owner's priority to use the funds for been remedied nor waived,to pay the Contractor as required by
the completion of the work. the Construction Contract or to perform and complete or
comply with the other terms thereof.
9 The Surety shall not be liable to the Owner,Claimants or others
for obligations of the contractor that are unrelated to the Construction
S-72691AS 6110 Page 2 of 3
I '
•
POAff: 4221392 _
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the Iaws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make,constitute and appoint Maxine Elaine Lewis,Rosalyn D.Hassell,Scott D.Chapman,
Kevin McQualrl,Justin McQuain,Jeanne M.Buchan,Keith M. Illa
its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge
and deliver any and all bonds,recognizances,undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for:
Five Million and 00/100 Dollars($5,000,000.00)
•
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate
seal of the Company and,duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the
premises. Said appointment shall continue in force until 1 2131/2 01 5 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved that the President, any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and
deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney-in-Pact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2O11i of April,
1999)
In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal
to be hereto affixed this 21st day of March,A.D.2013. .
eU`ANC SURETEC INSURANCE COMPANY
.......fib
�, h1.e'9 By;
u, m�l,
I b. John ox JePPresident
j z JJJJJJ
State of Texas ss:
County of Harris �+
On this 21st day of March,A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he
resides in Houston, Texas, that he is President of SURE'PEC INSURANCE COMPANY, the company described in and which executed the above
instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the
Board of Directors of said Company;and that he signed his name thereto by like order.
��tarraa�e JAGOt1NlaiyELYN MALPubliDc AP ONADO `��\
of Texas
1'4.0,1 My Comm.Exp.5118/2017 Jacq`iielyn Maldonado,Notary Public
My commission expires May 18,2017
I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this day of ,A.D.
f 1
.Bre t Beaty;Assistant ecretary
Any instrument issued In excess of the penalty stated above Is totally void and without any validity.
For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 6:00 pm CST.
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice
To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to
make a complaint at 1-866-732-0099.You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail,Suite 320
Austin,Tx 78759
You may contact the Texas Department of Insurance to obtain information on companies,coverage, rights or complaints
at 1-800-252-3439.You may write the Texas Department of Insurance at:
PO Box 149104
Austin,TX 78714-9104
Fax#:512-475-1771
Web:http://www.tdi.state.tx,us
Email:ConsumerProtection@tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should
contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance.
Terrorism Risks Exclusion
The Bond to which this Rider is attached does not provide coverage for,and the surety shall not be liable for,losses
caused by acts of terrorism,riot,civil insurrection,or acts of war.
t /"tip
\\71
LEASE10/ M
11
.$.....— TEX. A. S • ,--.l
CITY OF PEARLAND
BID#0213-31
SPECIFICATIONS FOR CLEANING AND PAINTING OF PIPING
AT TEN (10)WATER PLANT FACILITIES
Section I-General Specifications
1.0 Sealed electronic bids will be accepted for the following project, in the City's E-bid system.
Electronic bids shall be submitted through the City's website at: www.cityofpearland.org/bids.
All interested bidders should register as a supplier on the City's E-bid system at the above web
address by clicking on "Supplier Registration" and providing the required information.
Registration provides access to bid specifications and any changes to the plans, specifications or
bid time and date. Submission of an E-bid requires completing a brief registration process found
on this website. Questions regarding electronic bidding should be directed to Purchasing at
ebids@ci.pearland.tx.us. All bids submitted electronically will remain sealed and confidential
until the opening date and time when they will be unsealed and read into the public record.
Bids should be submitted on the form provided in the E-bid system and submitted electronically
through this system to Purchasing, City of Pearland, City Hall, 3519 Liberty Drive, Pearland, TX
77581. Electronic bids will be accepted until 2:00 p.m., Thursday, March 21, 2013. All properly
submitted bids shall be publicly unsealed and read aloud into the public record following the
closing of the acceptance period for the performance of:
Cleaning and Painting of Exterior Piping at Ten (10)Water Plant Facilities
NOTE: Bidders desiring to submit hard-copy bid responses may do so by delivering said bid by
the due date and time stated above to: City of Pearland, Office of the City Secretary, 3519
Liberty Dr.,Suite 262, Pearland,TX 77581.
It is the intent of the City of Pearland to solicit sealed competitive bids from qualified companies
to clean and paint exterior piping at ten (10)Water Plant facilities as listed below:
• Green Tee-2711 1/2 Tipperary
• McLean-2838 McLean Rd.
• Garden-13711 Suburban Garden Rd.
• Southdown-1003 E. Belgravia
• Southeast-3945 Wells Dr.
1
• Liberty-3503 Liberty Dr.
• Cullen-2529 Cullen Rd.
• Shadow creek ranch-1907 Almeda Rd.
• Old City Hall-2335 North Texas
• 518 Mary's Creek- 1808 FM 518 (Broadway)
2.0 BID AWARD: The bid will be awarded to the bidder offering the best value to the City, and
having sufficient ability to perform this contract as stated. Criteria for award of the bid shall
include:
2.1 Capability and related experience of the Contractor;
2.2 Price;and •
2.3 Completion time.
The City of Pearland reserves the right to accept or reject any and/or all bids, or any
combination of bids received, as deemed to be in the best interest of the City.
3.0 Bidders shall include the following information to describe the experience and capability factors
of the company:
3.1 Number of years in operation.
3.2 Number of similar installations made in the past two (2)years
3.3 References from at least three (3) entities for which your company has completed
similar type and scope work within the last two (2) years. Name, address, phone
number and a contact person shall be stated for each reference.
These factors will be evaluated to determine your capability as a supplier. This
information should be submitted by all bidders.
4.0 PRE-BID CONFERENCE
There will be a non-mandatory pre-bid meeting on Thursday, March 14, 2013 at 10:00 am at the
City of Pearland Public Works Service Center. Staff will present an overview of the project, and
will invite questions from prospective bidders (pertinent questions and subsequent City
responses will be provided in the form of a bid addendum). This meeting will be immediately
followed by a group site visit to each of the subject plants to review the proposed work areas. It
is STRONGLY encouraged for prospective bidders to attend this meeting, as each of the subject
sites are secure City facilities, and subsequent site visit requests may or may not be granted,
dependent on City staff availability. City makes no guarantee of subsequent worksite
accessibility for vendors prior to the bid due date, apart from this meeting.
2
5.0 TIME AND PLACE OF BID OPENING/BID SECURITY:
5.1 Bids are due no later than 2:00 PM, Thursday, March 21, 2013, in the manner
described in Section I, Item 1.0 herein, or by hard copy to the City of Pearland,
Office of the City Secretary,Suite 262,3519 Liberty Drive, Pearland, TX 77581.
5.2 Each Bid Proposal must be accompanied by bid security made payable to City of
Pearland in an amount of five percent (5%) of the Bidder's maximum Bid price, and
in the form of a certified check,cashier's check or a Bid Bond ("Bid Security").
Bid Security in the form of Cashier's Check, Certified Check or Bid Bond payable to
the City of Pearland in the amount of 5%of the total base bid price must accompany
each proposal. Bidders submitting bids electronically through the E-bid system shall
scan and upload a copy of the sealed Bid Bond as an attachment to their bid.
Original Bid Bonds shall be delivered to the City's Purchasing Officer upon request,
within 24 hours of request. Bid Bonds shall be delivered to: City of Pearland,
Finance Department, 2' Floor of City Hall, 3519 Liberty Drive, Pearland, Texas
77581.
The Bid Security of the Successful Bidder will be retained until such Bidder has
executed the City's Small Construction Contract (hereafter, "Contract"), and
furnished the required Performance and Payment Bonds, whereupon the Bid
Security will be returned. If the Successful Bidder fails to execute and deliver the
Contract and furnish the required performance and payment bonds within ten (10)
days after the Notice of Award,the City of Pearland may annul the Notice of Award
and the Bid Security of that Bidder will be forfeited. The Bid Security of other
Bidders will be retained until after the Contract is awarded and the Contract
becomes effective, or all bids are rejected, whereupon Bid Security furnished by
such Bidders will be returned. Certified or cashier's check shall be made payable to
the City of Pearland.
Bidder agrees that, if awarded the contract, the Bidder will promptly enter into a
contract and execute the required Payment (for contracts in excess of$50,000) and
Performance Bonds (for contracts in excess of $100,000) within ten (10) calendar
days of date of Notice of Award. Such bonds are to be executed by a corporate
surety duly authorized to do business in the State of Texas and named in the current
list of"Treasury Department Circular No. 570" naming the City of Pearland,Texas as
Obligee.
6.0 EXECUTION OF AGREEMENT
6.1 The Contract which the successful bidder, as Contractor, will be required to execute is
included in the project manual.
3
6.2 The bidder to whom the contract is awarded by the City of Pearland shall,within 10 days
after notice of award and receipt of Contract forms from the City of Pearland, sign and
deliver to the City of Pearland all required copies.
6.3 At or prior to delivery of the signed Contract, the Contractor shall deliver to the City of
Pearland the policies of insurance or insurance certificates as required by the contract
documents. All certificates of insurance shall be approved by the City of Pearland
before the successful bidder may proceed with the work.
6.4 Failure or refusal to furnish insurance policy certificates in a form satisfactory to the City
of Pearland shall subject the bidder to loss of time from the allowable construction
period equal to the time of delay in furnishing the required material.
7.0 EXAMINATION OF SPECIFICATIONS AND SITE WORK:
7.1 Before submitting a bid, each bidder shall carefully read the specifications, and visit the
site of the work. Each bidder shall fully inform himself prior to bidding as to all existing
conditions and limitations under which the work is to be performed and bid a sum to
cover all costs of all items necessary to perform the work as set forth in the bid
documents. No allowances shall be made to any bidder because of lack of such
examination or knowledge. The submission of a bid shall be construed as conclusive
evidence that the bidder has made such examination.
7.2 If any person contemplating submitting a bid for the work is in doubt as to the true
meaning of any part of the specifications, or finds discrepancies in or omissions from
any part of the specifications, they may submit to the City a written request for
interpretation thereof prior to submitting a bid proposal. The person who submits the
request shall be responsible for its prompt delivery.
7.3 Any interpretation or correction of the specifications shall be made only by Addendum
and shall be mailed or delivered to each bidder of record. The City shall not be
responsible for any other explanations or interpretations of the specifications.
8.0 MATERIAL QUANTITIES:
The contractor shall determine material quantities required to properly provide the work as
specified, and shall be totally responsible for the accuracy of his or her total quantities. No
requests for extras shall be considered due to measurement and/or take off errors made by the
Contractor.
9.0 COMPLETION TIME:
Bidders shall state the number of calendar days needed to complete the Work. Work not
completed on or before the quoted completion date may result in liquidated damages.
4
10.0 WITHDRAWAL OF BIDS:
No bidder may withdraw his or her bid for a period of 60 days after the date submitted, and all
bids shall be subject to acceptance by the City during this period.
11.0 INSURANCE REQUIREMENTS:
The successful bidder, within ten (10) days after the contract award, shall furnish the City with
proof of insurance.
11.1 A certificate of insurance, or a copy of the insurance policies shall be furnished to the
City no later than ten (10)days after the award of bid.
11.2 The City shall be named as additional insured on all policies. Should any insurance
required by this contract lapse, the Contractor shall immediately cease all operations as
of the time and date of such lapses and not resume any operations until authorized in
writing by the City. If the lapse period extends fifteen (15) days, the contract shall
automatically terminate and the contractor will be in breach of this contract.
12.0 INDEMNITY:
The contractor agrees to indemnify and hold harmless the City of Pearland, its officers, agents,
and employees from any and all claims, causes, actions, and damages of every kind,for injury to
or death of any person and damages to property arising out or in connection with the work
done by the contractor under this contract, including acts or omission of the City of Pearland or
its officers, agents or employees in connection with said Contract.
13.0 CONTRACTORS'SUPERINTENDENT:
The contractor shall designate a responsible member of his organization to remain full-time at
the project site during the progress of the work.
13.1 Identity of the contractor's designated superintendent shall be submitted to the City
immediately after the bid award.
13.2 The contractor shall retain the same individual as supervisor throughout the term of the
contract unless the individuals' employment is terminated by the contractor or a
substitute is requested by the City.
14.0 SUBCONTRACTORS:
14.1 The contractor, immediately after the bid award, shall furnish the City with a written list
of subcontractors proposed for each principal portion of the work.
14.2 The contractor may change a subcontractor on the list with prior approval in writing by
5
the City.
15.0 LIQUIDATED DAMAGES BY CONTRACTOR:
It is understood and agreed between the parties hereto that time is of the essence of this
Contract, and that for each day of delay beyond the completion date of this Contract, the
Contractor shall pay to the City of Pearland as liquidated damages for each day of such delay the
sum of one hundred and no/100 dollars ($100.00). This sum shall be treated as liquidated
damages and not as a penalty, and the City of Pearland may withhold from the Contractor's
compensation such sums as liquidated damages.
16.0 QUALITY ASSURANCE:
16.1 Qualifications of workmen-The contractor shall provide sufficient skilled workmen and
a capable supervisor who shall be present at all times during the execution of the work.
No allowances will be made for lack of skill on the part of the workmen when accepting
or rejecting the work.
16.2 Work performed by all craftsmen shall be in a first class workmanlike manner and shall
be performed in strict accordance with the product manufacturer's recommendations
and all governing codes and regulations.
16.3 Materials - Best grade materials as regularly manufactured by approved manufacturers
shall be provided. Materials not displaying the manufacturer's identification as a
standard, best-grade product will not be accepted.
17.0 PRODUCT HANDLING:
17.1 Protection -The contractor shall be totally responsible for all materials delivered to him
and for all parts of the work until final acceptance of the work, and shall be liable for all
losses or damages thereto which may occur during the progress of the work and before
final acceptance. The contractor shall be required to make good at his own cost any
loss, injury or damage which said materials or work may sustain from any source or
cause whatsoever before final acceptance thereof.
17.2 Replacements - The contractor shall be totally responsible for the quality of the
merchandise delivered to the job site. All materials shall not be deficient in quality or
workmanship. The contractor shall promptly remove and replace any and all materials
found to be deficient in any way and shall take full responsibility for any delays or
shortages.
17.3 Storage and Delivery -The contractor shall be responsible for storing all materials and
for delivering the materials to the job site as needed. All materials to be delivered to
the job site shall be in original, new and unopened packages and shall bear the
manufacturer's name and label. The City shall not be responsible for any materials or
6
equipment that is left on the job site.
18.0 PERMITS:
A City Building Permit is required for all City construction projects. Fees for Building Permits for
City construction projects will be waived.
19.0 SCHEDULING AND ACCESS:
Prior to commencing work, Contractor shall submit detailed project plan with work sequence
and phasing schedule to City's Water Production Superintendent, Tracy Sambrano, at 281-652-
1799.
19.1 Schedule work in a manner which will allow daily activities of the affected locations to
continue with minimum interruption.
19.2 Notify City's Water Production Superintendent a minimum of forty-eight hours prior to
any required utility, mechanical, or electrical service interruption. In no event shall
power interruptions occur without prior approval.
19.3 Maintain proper and safe access to occupied building areas, exit ways, parking facilities,
walkways and fire lanes at all times during construction.
19.4 Utilize designated access routes when entering/exiting the work areas.
19.5 Park construction vehicles only in areas designated by City.
20.0 CLEAN UP:
During the progress of the work, the contractor shall remove all discarded materials, rubbish,
and debris from the job site daily. Work areas shall be kept clean and safe at all times.
21.0 FINAL INSPECTION:
Prior to requesting final inspection, the work in all respects shall be complete. The contractor
shall notify City Water Production Superintendent to schedule final inspection.
22.0 WARRANTY:
Upon completion of the work and prior to final payment, the contractor shall submit a written
warranty guaranteeing all materials and workmanship to be free from defects for a period of no
less than one (1)year.
23.0 PAYMENT:
Upon acceptance of the work and receipt of written warranties, payment by the City will be
made no later than thirty(30)days after receipt of contractors' invoice.
7
SECTION II-GENERAL CONDITIONS OF AGREEMENT
1.0 DEFINITION OF TERMS
1.01. CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to Contractors
(Advertisement), Instructions to Bidders, Bid Sheet, signed Agreement, General Conditions of
Agreement, Technical Specifications, Plans, and all modifications thereof incorporated in any of
the documents before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be as
binding as if called for by all.
1.02. SUBCONTRACTOR. The term Subcontractor, as employed herein, includes only those having a
direct contract with the CONTRACTOR and it includes one who furnishes material worked to a
special design according to the plans or specifications of this work, but does not include one
who merely furnishes material not so worked.
1.03. WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in
person to the individual or to a member of the firm or to an officer of the corporation for whom
it is intended or if delivered at or sent by registered mail to the last business address known to
him who gives the notice.
1.04. WORK NOTICE. The CONTRACTOR shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel,
transportation and other facilities necessary for the execution and completion of the work
covered by the contract documents. Unless otherwise specified, all materials shall be of a good
quality. The CONTRACTOR shall, if required, furnish satisfactory evidence as to the kinds and
quality of materials. Materials or work described in words which so applied have a well known
technical or trade meaning shall be held to refer to such recognized standards.
1.05. WORKING DAY. A "Working Day" is defined as any day the weather or other conditions, not
under the control of the contractor, will permit construction of the principal units of the work
for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. Saturdays,
Sundays and legal holidays may be excluded if no work is performed.
1.06. CALENDAR DAY. "Calendar Day"is any day of the week or month, no days being excepted.
1.07. SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant that the structure
has been made suitable for use or occupancy or the facility is in condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
2.0 RESPONSIBILITIES OF THE CONTRACTOR
2.01. CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention
to the faithful prosecution and completion of this contract and shall keep on the work, during its
progress, a competent superintendent and any necessary assistants. The superintendent shall
represent the CONTRACTOR.
The CONTRACTOR is and at all times shall remain an independent contractor, solely responsible
8
for the manner and method of completing his work under this contract, with full power and
authority to select the means, method and manner of performing such work, so long as such
methods do not adversely affect the completed improvements.
The CONTRACTOR shall be solely responsible for the safety of himself, his employees and other
persons, as well as for the protection of the safety of the improvements being erected and his
property or any other persons as a result of his operations hereunder. Engineering construction
drawings and specifications as well as any additional information concerning the work to be
performed passing from or through the CITY OF PEARLAND shall not be interpreted as requiring
or allowing CONTRACTOR to deviate from the plans and specifications, the intent of such
drawings, specifications and any other such instructions being to define with particularly the
agreement of the parties as to the work the CONTRACTOR is to perform. CONTRACTOR shall be
fully and completely liable, at his own expense, for design, construction, installation and use, or
non-use, of all items and methods incident to performance of the contract, and for all loss,
damage or injury incident thereto, either to person or property, including, without limitation,
the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment,
safety precautions or devices, and similar items or devices used by him during construction.
The CONTRACTOR shall be responsible for all materials delivered to him for all parts of the work,
including that which has been partially paid for, until final acceptance of the entire work, and
shall be liable for all losses or damages thereto which may occur during the progress of
construction and before final acceptance. The CONTRACTOR shall be required to make good at
his own cost any loss, injury or damage which the said materials or work may sustain from any
source or cause whatsoever before final acceptance thereof.
2.02. CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CONTRACTOR has, by
careful examination, satisfied himself as to the nature and location of the work, the
conformation of the ground, the character, quality of the materials to be encountered, the
character of equipment and facilities needed preliminary to and during the prosecution of the
work, the general and local conditions, and all other matters which can in any way affect the
work under this contract. No verbal agreement or conversation with any officer, agent or
employee of the CITY OF PEARLAND, either before or after the execution of this contract, shall
affect or modify any of the terms or obligations herein contained.
2.03. CHARACTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly and competent
men, skillful in the performance of the type of work required under this contract, to do the
work;and agrees that whenever the CITY OF PEARLAND shall inform him in writing that any man
or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men
shall be discharged from the work and shall not again be employed on the work without the City
of Pearland's written consent.
2.04. CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the CITY OF PEARLAND
may make such changes and alterations as the CITY OF PEARLAND may see fit, in the line,grade,
form, dimensions, plans or materials for the work herein contemplated, or any part thereof,
either before or after the beginning of the construction, without affecting the validity of this
contract and the accompanying Performance and Payment Bonds.
If such changes or alterations diminish the quantity of the work to be done, they shall not
constitute the basis for a claim for damages,or anticipated profits on the work. If the amount of
work is increased, and the work can fairly be classified under the specifications, such increase
9
shall be paid for according to the quantity actually done and at the unit price, if any, established
for such work under this contract. In case the CITY OF PEARLAND shall make such changes or
alterations as shall make useless any work already done or material already furnished or used in
said work, then the CITY OF PEARLAND shall recompense the CONTRACTOR for any material or
labor so used, and for any actual loss occasioned by such change, due to actual expenses
incurred in preparation for the work as originally planned.
3.0 GENERAL OBLIGATIONS AND RESPONSIBILITIES
3.01. RIGHT OF ENTRY. The CITY OF PEARLAND reserves the right to enter the property or location on
which the works herein contracted for are to be constructed or installed, by such agents or
agents as he may elect, for the purpose of inspecting the work, or for the purpose of
constructing or installing such collateral work as said CITY OF PEARLAND may desire.
3.02. COLLATERAL CONTRACTS. The CITY OF PEARLAND agrees to provide by separate contract or
otherwise, all labor and material essential to the completion of the work specifically excluded
from this contract, in such manner as not to delay the progress of the work, or damage said
CONTRACTOR, except where such delays are specifically mentioned elsewhere in the Contract
Documents.
3.03. DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this contract that all
work must be done and all material must be furnished in accordance with the generally
accepted practice, and in the event of any discrepancies between the separate contract
documents, the priority of interpretation defined under "Contract Documents" shall govern. In
the event that there is still any doubt as to the meaning and intent of any portion of the
contract, specifications or drawings, the CITY OF PEARLAND shall define which is intended to
apply to the work.
3.04. EQUIPMENT, MATERIALS AND CONSTRUCTION PLANS. The CONTRACTOR shall be responsible
for the care, preservation, conservation, and protection of all materials, supplies, machinery,
equipment, tools, apparatus, accessories, facilities, all means of construction, and any all parts
of the work, whether the CONTRACTOR has been paid, partially paid, or not paid for such work,
until the entire work is completed and accepted.
3.05. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The CONTRACTOR shall at
all times exercise reasonable precautions for the safety of employees and other on or near the
work and shall comply with all applicable provisions of federal, state and municipal safety laws
and building and construction codes. All machinery and equipment and other physical hazards
shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the
Associated General Contractors of America except where incompatible with federal, state, or
municipal laws or regulations. The CONTRACTOR shall provide such machinery guards, safe
walkways, ladders, bridges, gangplanks and other safety devices. The safety precautions
actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at
his discretion as an independent contractor.
All permits for securing materials, storage space for materials, plant sites, material yards, camp
sites, right to pass upon private property and all such other permits and licenses as he shall
desire, or which are necessary for the proper execution of the work, must be secured by the
CONTRACTOR at his expense.
10
3.06. LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to the
CONTRACTOR arising out of the nature of the work to be done, or from the action of the
elements, or from any unforeseen circumstances in the prosecution of the same, or from
unusual obstructions or difficulties which may be encountered in the prosecution of the work,
shall be sustained and borne by the CONTRACTOR at his own cost and expense.
3.07. PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper means to
protect the adjacent or adjoining property or properties in any way encountered, which might
be injured or seriously affected by any process of construction to be undertaken under this
Agreement,from any damage or injury by reason of said process of construction;and he shall be
liable for any and all claims for such damage on account of his failure to fully protect all
adjoining property. The CONTRACTOR is required to replace or repair, if necessary, any portion
of pavement or structure adjoining his work which may have suffered through his operations,
and all adjacent paving or other structures shall be left in a satisfactory and workmanlike
condition, at least equal to that existing before the CONTRACTOR hereunder started his work.
The CONTRACTOR agrees to indemnify, save and hold harmless the CITY OF PEARLAND against
any claim or claims for damages due to any injury to any adjacent or adjoining property, arising
or growing out of the performance of the contract.
3.08. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRACTOR agrees that he will
indemnify and save the CITY OF PEARLAND harmless from all claims growing out of the lawful
demands of subcontractors, laborers, workmen, mechanics, material, men and furnishers of
machinery and parts thereof, equipment, power tools, and all supplies, including commissary,
incurred in the furtherance of the performance of this contract. When so desired by the CITY OF
PEARLAND, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived, if the CONTRACTOR fails
to do so, then the CITY OF PEARLAND may at the option of the CONTRACTOR either pay directly
any unpaid bills, of which the CITY OF PEARLAND has written notice, or withhold from the
CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to liquidate
any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been
fully discharged, whereupon payments to the CONTRACTOR shall be resumed in full, in
accordance with the terms of this contract, in no event shall the provisions of this sentence be
construed to impose any obligation upon the CITY OF PEARLAND by either the CONTRACTOR or
his surety.
3.09. PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CONTRACTOR shall pay all
royalties and license fees, and shall provide for the use of any design, device, material or process
covered by letters, patent or copyright by suitable legal agreement with the patent or copyright
by suitable legal agreement with the patentee or City of Pearland. The CONTRACTOR shall
defend all suits or claims for infringement of any patent or copyright rights and shall indemnify
and save the CITY OF PEARLAND harmless from any loss on account thereof. If the material or
process specified or required by the CITY OF PEARLAND is an infringement, the CONTRACTOR
shall be responsible for such loss unless he promptly gives such information to the CITY OF
PEARLAND.
3.10. LAWS AND ORDINANCE. The CONTRACTOR shall at all times observe and comply with all
federal, state and local laws, ordinances and regulations which in any manner affect the
contract or the work, and shall indemnify and save harmless the CITY OF PEARLAND against any
claim arising from the violation of any such laws, ordinances and regulations, whether by the
CONTRACTOR or his employees. If the CONTRACTOR performs any work knowing it to be
11
contrary to such laws, ordinances, rules and regulations, he shall bear all costs arising there
from.
3.11. ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will retain personal
control and will give his personal attention to the fulfillment of this contract and he will not
assign by Power of Attorney, or otherwise,or sublet said contract, and that no part or feature of
the work will be sublet to anyone objectionable to the CITY OF PEARLAND. The CONTRACTOR
further agrees that the subletting of any portion or feature of the work, or materials required in
the performance of this contract, shall not relieve the CONTRACTOR from his full obligations to
the CITY OF PEARLAND, as provided by this Agreement.
3.12. INDEMNIFICATION. The CONTRACTOR agrees to indemnify and save harmless the CITY OF
PEARLAND from any and all claims, causes of action, and damages of every kind,for injury to or
death of any person and damages to property arising out of the construction of said
improvements or the operations embraced by this contract, and including acts or omissions of
the CITY OF PEARLAND in connection with said construction.
3.13. CASUALTY INSURANCE. The CONTRACTOR shall, within one week after signing the contract and
before any work shall start, furnish the City of Pearland with certificates of insurance
satisfactory to the City of Pearland indicating the existence of the coverages noted on the
attached.
4.0 PROSECUTION OF WORK
4.01. TIME AND ORDER OF COMPLETION. The CONTRACTOR shall commence work within ten (10)
days after order to proceed and shall prosecute the work systematically and energetically so
that all of his work will be completed within the contract time.
4.02. HINDRANCES AND DELAYS. For delays occasioned by any act, neglect or default of the CITY OF
PEARLAND, the CITY OF PEARLAND shall not be held liable for damages on account thereof, but
an extension of time shall be granted to the CONTRACTOR for the completion of this contract,
equivalent to the delays so caused.
4.03. EXTENSION OF TIME. Additional time shall be allowed the CONTRACTOR for the following
causes:
Rises of stream, bad weather, delay of material in transit and proportionate for increased
quantities of work or for other causes beyond reasonable control of the CONTRACTOR. Claims
for additional time shall be presented to the CITY OF PEARLAND at the end of each month
covering delays during that month. Claims not so presented will not be considered.
5.0 ABANDONMENT OF CONTRACT
5.01. ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon and fail or refuse
to resume work within ten (10) days after written notification from the CITY OF PEARLAND, or if
the CONTRACTOR fails to comply with the orders of the CITY OF PEARLAND when such orders
are consistent with the contract documents, then, and in that case, where performance and
payment bonds exist, the Sureties on these bonds shall be notified in writing and directed to
complete the work,and a copy of said notice shall be delivered to the CONTRACTOR.
12
After receiving said notice of abandonment, the CONTRACTOR shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together
with any materials and equipment under contract for the work, may be held for use on the work
by the CITY OF PEARLAND or the Surety on the performance bond, or another contractor in
completion of the work;and the CONTRACTOR shall not receive any rental or credit therefore.
Where there is no performance bond provided or in case the Surety should fail to commence
compliance with the notice for completion hereinbefore provided for within ten (10) days after
service of such notice, then the CITY OF PEARLAND may provide for completion of the work in
either of the following elective manners:
5.01.1. The CITY OF PEARLAND may thereupon employ such force of men and use such
machinery, equipment, tools, materials and supplies as said CITY OF PEARLAND may
deem necessary to complete the work and charge the expense of such labor, machinery,
equipment,tools, materials and supplies to said CONTRACTOR,and expenses so charged
shall be deducted and paid by the CITY OF PEARLAND out of such moneys as may be due
or that may thereafter at any time become due to the CONTRACTOR under and by
virtue of this Agreement. In case such expense is greater than the sum which would
have been payable under this contract, if the same had been completed by said
CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such
excess to the CITY OF PEARLAND;or
5.01.2. The CITY OF PEARLAND under sealed bids, after five (5) days notice published one or
more times in a newspaper having general circulation in the county of the location of
the work, may let the terms and conditions which are provided in this contract. In case
any increase in cost to the CITY OF PEARLAND under the new contract as compared to
what would have been the cost under this contract, such increase shall be charged to
the CONTRACTOR and the surety shall be and remain bound therefore.
When the work shall have been substantially completed, the CONTRACTOR and
his Surety shall be so notified. A complete itemized statement of the contract
accounts shall then be prepared and delivered to the CONTRACTOR and his
Surety and the CONTRACTOR and/or his Surety shall pay the balance due as
reflected by said statement within fifteen (15) days. When the CONTRACTOR
and/or his Surety shall pay the balance shown to be due by them to the CITY OF
PEARLAND, then all machinery, equipment, tools, materials or supplies left on
the site of the work shall be turned over to the CONTRACTOR and/or his Surety.
Should the cost to complete the work exceed the contract price, and the
CONTRACTOR and/or his Surety fail to pay the amount due the CITY OF
PEARLAND within the time designated hereinabove, and there remains any
machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials,
shall be mailed to the CONTRACTOR and his Surety at the respective addresses
designated in this contract, provided, however, that actual written notice given
in any manner will satisfy this condition. After mailing or other giving of such
notice, such property shall be held at the risk of the CONTRACTOR and his
Surety subject only to the duty of the CITY OF PEARLAND to exercise ordinary
care to protect such property. After fifteen (15) days from the date of said
notice, the CITY OF PEARLAND may sell such machinery, equipment, tools,
materials or supplies and apply the net sum derived from such sale to the credit
13
of the CONTRACTOR and his Surety. Such sale may be made at public sale, with
public notice. The CITY OF PEARLAND shall release any machinery, equipment,
tools, materials or supplies which on the work, and belong to persons other
than the CONTRACTOR or his Surety, to their proper City of Pearlands. The
books on all operations provided herein shall be open to the CONTRACTOR and
his Surety.
5.02. ABANDONMENT BY CITY OF PEARLAND. In case the CITY OF PEARLAND shall fail to comply with
the terms of this contract and should fail or refuse to comply with said terms within ten (10)
days after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or
wholly abandon the work and may remove there from all machinery, tools and equipment and
all materials on the site of work that have not been included in payments to the CONTRACTOR
and have not been brought into the work. And thereupon the CITY OF PEARLAND shall make an
estimate of the total amount earned by the CONTRACTOR, which estimate shall include the
value of all work actually completed by said CONTRACTOR (at the prices stated in the attached
proposal where unit prices are used), the value of all partially completed work at a fair,
equitable price, and a reasonable sum to cover the cost of any provisions made by the
CONTRACTOR to carry the whole work to completion and which cannot be utilized.
6.0 SUPPLEMENTARY CONDITIONS
6.01. CLEAN-UP. The Contractor shall at all times keep the premises and public streets free from an
accumulation of waste material or rubbish caused by his employees or work, and at the
completion of the work he shall remove all his waste and excess material, rubbish and
equipment so as to leave the work and the premises neat and clean and ready for the purpose
for which they were intended.
6.02. SITE CONDITION. The Contractor shall repair or replace, if necessary, to the City of Pearlands
satisfaction any damage to the work site, the adjacent areas, the access areas to the work site
and to any elements within these areas that may have suffered damage as a result of the
contractors or any of the subcontractors operations. The contractor shall leave these areas in a
satisfactory and workman like condition, at least equal to that existing before the contractor
hereunder started his work.
14
Section III-Technical Specifications
SCOPE OF WORK
1.0 SANDBLASTING OF THE RAS ASSEMBLY AND OTHER ACCESSIBLE PIPING
Scope of work includes the sandblasting of the exterior pipes at the ten (1)specified water facility
plants, including header pipe, overflow pipes,ground pipes,all connected valves,flanges, booster
pumps, and well motor housing.
A. Successful bidder(hereafter"Contractor")shall securely cover with plastic and duct tape
any part of water facility deemed by City of Pearland to need protection from the sand such
as motors or other moving parts on pumps that will not receive coating;as sand induction
would cause equipment malfunction/damage. Protect areas including where pipe meets
GST, concrete, buildings, plywood, plastic, control panels, and any other areas not intended
to receive cleaning/painting.
B. Remove all loose paint and rust using sandblasting equipment with blasting abrasive.
Sandblast (roughen)the urethane coating on valves to ensure bonding of the new material
to be applied per manufacturer's recommendations.
C. Use power blowers to remove all debris and sand.
D. Sweep and remove all debris created by the sandblasting process and dispose of in a
vendor-provided on-site dumpster.
2.0 INDUSTRIAL STRENGTH WATER PRESURE CLEANING
Scope of work includes the removal of rust and loose paint at the remainder of work items listed above
in accessible areas.
A. Contractor shall use an industrial strength pressure washer to remove all excess debris from
affected pipes.
B. Contractor shall place 80 mesh filters at all drains to capture run-off.
3.0 THREE COAT APDXY SYSTEM OF ALL ABOVE CLEANED SURFACES
Scope of work includes Priming of the bare surfaces, one coat of epoxy and one coat of urethane.
Awarded vendor shall confirm (with written approval of Water Production Superintendent) the specific
shade of blue paint to be applied prior to commencement of work.
A. Spray all applicable piping with a primer to a recommended film thickness of 1.5 mils wet.
B. Spray two (2) coats at 4-8 mils wet of specified,or approved, paint for all affected Water
Facility pipes.
C. Spray a coat at 3-6 mils wet of urethane over painting for extended life of paint and pipe
exterior.
15
4.0 SAFETY
A. Contractor shall use tarps or plastic drop clothes to protect over-spray from affecting any
adjacent structures to include unintended Water Facility structures/equipment, adjacent
residential housing, and the like.
B. Contractor shall dispose of paint, mineral spirits,clothes, rags, and any clean-up materials
in a proper manner, and not on Water Facility grounds.
16
BID CERTIFICATION FORM
If submitting electronically, please complete and upload the following form as attachment to bid
response.
"The undersigned affirms that they are duly authorized to execute this contract, that this
company, corporation, firm, partnership or individual has not prepared this bid in collusion with
any other bidder, and that the contents of this bid as to prices, terms or conditions of said bid
have not been communicated by the undersigned nor by any employee or agent to any other
person engaged in this type of business prior to the official opening of this bid."
Vendor
Address
Phone
Fax number
Bidder(Signature)
Position with Company
Signature of
Company Official
Authorizing This Bid
Company Official
(Printed Name)
Official Position
17
,/,,,..s.~.
? '.~.\\\
\z s x A $
S
March 26, 2013
RE: Cleaning and Painting of Exterior Piping at Ten(10)Water Plant Facilities •
Bid No. 0213-31
ADDENDUM NO. 1
Prospective bidders are advised that Section II —Technical Specifications, pages 15 and
16 of the above-referenced bid are hereby replaced by the attached specifications
("Coatings for Steel and Piping" and "Polyurethane Coatings on Steel or Ductile Iron
Pipe"). Bidders are further advised that the work for each plant is to be all inclusive:
sandblasting, surface preparation, coating, and clean up.
If we can be of further service, please do not hesitate to contact me at the email address
listed below.
Sincerely,
0/Ltd/Ls' Flillith&
Trish Erndt
Buyer 1
City of Pearland
3519 Liberty Dr., Suite 201
Pearland,TX 77581
terndt@ci.pearland.tx.us
CITY OF PEARLAND STEEL PIPE AND FITTINGS
Section 02635A
COATINGS FOR STEEL PIPE AND FITTINGS
1.0 GENERAL
2.0 PRODUCTS
2.01 EXTERNAL COATING SYSTEM FOR STEEL PIPE INSTALLED
ABOVEGROUND (OR EXPOSED)
Provide a 3-coat epoxy/polyurethane coating system as designated below.
Surface Preparation SSPC SP10
Near White Blast Clean
2.0 to 3.0 mils surface profile
Prime Coat PPG,Amerlock 400/2 Epoxy Buffer, or Tnemec 66 Epoxy,
or approved equal
4.0 to 5.0 mils DFT
Intermediate Coat PPG,Amerlock 400/2 Epoxy Off-White, or Tnemec 66
Epoxy, approved equal
4.0 to 5.0 mils DFT
Finish Coat PPG,AmerCoat 450H, or Tnemec 1074, or approved equal
2.0 to 3.0 mils DFT
Total minimum allowable dry film thickness for system: 10 mils.
All materials shall be from same manufacturer.
3.0 EXECUTION
3.01 EXTERNAL COATING SYSTEM FOR STEEL PIPE INSTALLED
ABOVEGROUND,IN VAULTS,TUNNELS OR CASINGS,AND
INTERNAL LINING FOR ALL INSTALLATIONS
A. Safety: Paints and coatings,specified herein are hazardous materials. Vapors may be
toxic or explosive. Protective equipment,approved by appropriate regulatory agency,
is mandatory for all personnel involved in painting, and coating.
B. Workmanship:
1. Application: By qualified and experienced workers who are knowledgeable in
surface preparation and application of high-performance industrial coatings.
2. Paint Application Procedures: SSPC Good Painting Practices, Volume 1.
R 02/2013 02635- 1 of 4
CITY OF PEARLAND STEEL PIPE AND FITTINGS
C. Surface Preparation:
1. Prepare all surfaces for painting with abrasive blasting.
2. Schedule cleaning and painting so that detrimental amounts of dust or other
contaminants do not fall on wet,newly-painted surfaces. Protect surfaces not
intended to be painted from effects of cleaning and painting operations.
3. Prior to blasting,clean surfaces to be coated or lined of grease, oil and dirt by
steaming or detergent cleaning in accordance with SSPC SP1.
4. Metal and Weld Preparation: Remove all surface defects such as gouges,pits,
welding and torch-cut slag, welding flux and spatter by grinding to 1/4-inch
minimum radius.
5. Abrasive Material:
a. Blast only as much steel as can be coated same day of blasting.
b. Use sharp, angular, properly-graded abrasive capable of producing
depth of profile specified herein. Transport abrasive to jobsite in
moisture-proof bags or airtight bulk containers. Copper slag abrasives
are not acceptable.
c. After abrasive blast cleaning, verify surface profile with replica tape
such as Tes-Tex Coarse or Extra Coarse Press-O-Film Tape, or
approved equal. Furnish tapes to Owner for filing and future reference.
d. Do not blast if metal surface may become wet before priming
commences,or when metal surface is less than 5 degrees F above dew
point.
6. Remove all dust and abrasive residue from freshly blasted surfaces by brushing
or blowing with clean, dry air.
Coating Application:
7. Environmental Conditions: Do not apply coatings when metal temperature is
less than 50 degrees F; when ambient temperature is less than 5 degrees F
above dew point; when expected weather conditions are such that ambient
temperature will drop below 40 degrees F within 6 hours after application of
coating; or when relative humidity is above 85 percent. Measure relative
humidity and dew point by use of sling psychrometer in conjunction with U.S.
Department of Commerce Weather Bureau Psychometric Tables. Provide
dehumidifiers for all field-applied coatings and linings to maintain proper
humidity levels.
8. Application Procedures:
a. Apply coatings in accordance with manufacturer's recommendations
and requirements of this specification. Provide a finish free of runs,
sags,curtains,pinholes,orange peel,fish eyes,excessive overspray or
de-laminations.
b. Thin materials only with manufacturer's recommended thinners. Thin
only amount required to adjust viscosity for temperature variations,
proper atomization and flow-out. Mix material components using
mechanical mixers.
c. Discard catalyzed materials remaining at end of day.
R 02/2013 02635-2 of 4
CITY OF PEARLAND STEEL PIPE AND FITTINGS
3. Apply primer immediately after surface has been cleaned. Thoroughly dry pipe
before primer is applied. Apply succeeding coats before contamination of
under surface occurs.
4. Allow each coat of paint either to dry or cure amount of time recommended by
coating manufacturer before successive coats of paint are applied. Apply all
successive coats of paint within recoat threshold time as recommended by
coating manufacturer on printed technical data sheets or through written
communications.
3.02 INSPECTION
A. Procure services of an independent testing laboratory or inspection service,approved
by the Engineer, to perform tests on all portions of coating applications. Laboratory
shall supply services of NACE Certified Coatings Inspectors having Level III
Certification for all coating inspection work. Include cost of such testing in contract
unit price bid for the project. Furnish copies of all test reports to the Engineer for
review. If defective coatings are revealed, cost of repair and testing of repair will be
paid for by Contractor. The Engineer shall have full and final decision as to suitability
of all coatings tested.
B. For all field applied coatings,including joints,notify Owner sufficiently in advance of
work so that Owner can perform examination of and acceptance of surface preparation
and application of each coat prior to application of next coat. Furnish appropriate test
data to Owner verifying compliance with requirements of this specification of each
coat prior to proceeding with next coat. Recoat or repair runs, overspray,roughness
and/or abrasives in coating,or other indications of improper application in accordance
with coating manufacturer's and the Engineer's instructions.
C. Repairs, surface preparation and painting will be subject to inspection by Owner.
Guidelines published by Steel Structures Painting Council will be used as basis for
acceptance or rejection of cleaning, painting or coating application. SSPC VIS1,
Pictoral Surface, along with single-probe magnetic pull-off type dry film thickness
gages,electrical holiday detectors,and standard wet film thickness gages will be used
to determine acceptability of paint applications.
D. Check film thickness with nondestructive magnetic pull-off gage such as Mikrotest
Model DFG-100 or electronic thickness gage. National Bureau of Standards certified
thickness calibration plates will be used to verify accuracy of thickness gage.
Determine maximum and minimum thickness in accordance with SSPC PA2 for
frequency and method. Evaluate each length of pipe under SSPC PA2. Consider each
field joint area separate and discrete for purpose of DFT measurements. Perform five
spot DFT measurements on each field joint area (15 individual readings). Check
thickness of each individual coat as well as thickness of overall system with respect to
compliance with this specification. Failure to meet either overall system thickness
requirements or requirements of component coats shall be cause for rejection and
recoat or repair of entire joint or length of pipe.
R 02/2013 02635-3 of 4
CITY OF PEARLAND STEEL PIPE AND FITTINGS
Holiday Test:
2.02 Begin inspection after coating has sufficiently cured,usually one to five days.
(Consult coating manufacturer for specific curing schedule.)
2.03 Use high-voltage d-c holiday detector such as D.E. Steams Company Model
14/20 or Tinker & Rasor Model AP/W. Use 1600 volts, plus or minus 100
volts. Use brass brush type electrode.
2.04 Ground high-voltage d-c holiday detector to metal being inspected. Earth-type
ground tape is not acceptable. Mark detected defects with white chalk,repair
and reinspect.
2.05 Adhesion Tests: ASTM D 4541; pull-off testing using an Elcometer Model
106 Fixed Alignment Adhesion Tester. Adhesion testing may be directed by
the Engineer on any length of pipe or joint which exceeds maximum coating
thickness limitations specified in this specification.
3.03 COATINGS INSPECTION
A. Owner reserves right to inspect or acquire service of independent third-party inspector
who is fully knowledgeable of, and qualified to inspect, surface preparation and
application of high-performance coatings to inspect any and all phases of all coatings
and linings work, whether field or shop applied. Contractor is responsible for
application and performance of coating, whether or not Owner provides such
inspection.
END OF SECTION
R 02/2013 02635-4 of 4
CITY OF PEARLAND POLYURETHANE COATING ON STEEL OR DUCTILE IRON PIPE
Section 02636
POLYURETHANE COATING ON STEEL OR DUCTILE IRON PIPE
1.0 GENERAL
1.01 SECTION INCLUDES
A Two-component polyurethane coating system for use as an external coating for steel or
ductile iron pipe.
B References to Technical Specifications:
1. Section 01350—Submittals
2. Section 02634-Ductile Iron Pipe and Fittings
3. Section 02635A—Coatings for Steel Pipe and Fittings
C Referenced Standards:
1. American Water Works Association(AWWA)
a. AWWA C210, Liquid Epoxy Coating Systems for the Interior and
Exterior of Steel Water Pipelines
2. American Society for Testing and Materials (ASTM)
a. ASTM D 16, "Standard Terminology for Paint, Related Coatings,
Materials, and Applications"
b. ASTM D 1737, "Standard Guide for Testing Industrial Water-
Reducible Coatings"
3. Steel Structures Painting Council(SSPC)
a. SSPC-PA 2, Measurement of Dry Paint Thickness with Magnetic
Gauges
b. SSPC-PA 3,A Guide to Safety in Paint Application
c. SSPC-PS Guide 17.00,Guide for Selecting Urethane Painting Systems
d. SSPC-SP 1, Solvent Cleaning
e. SSPC-SP 10,Near-White Blast Cleaning
1.02 MEASUREMENT AND PAYMENT
A Unless indicated as a Bid Item,no separate payment will be made for work performed
under this Section.Include cost of polyurethane coatings in Bid Items for work at each
Plant location.
1.03 SUBMITTALS
A Make Submittals on all materials, as required by this Section to the City.
B Submit coating manufacturer's catalog sheets and technical information for approval.
C Obtain from coating manufacturer and submit a coating "affidavit of compliance" to
requirements of this Section stating that coatings were applied and in accordance with
manufacturer's minimum requirements.
R 03/2013 02636- 1 of 6
CITY OF PEARLAND POLYURETHANE COATING ON STEEL OR DUCTILE IRON PIPE
1.04 SAFETY
A Secure, from manufacturer, Material Safety Data Sheet (MSDS) for polyurethane
coatings and repair materials listed in this Section.
B Safety requirements stated in this and related Sections apply in addition to applicable
federal, state and local rules and regulations. Comply with instructions of coating
manufacturer and requirements of insurance underwriters.
C Follow handling and application practices of SSPC-PA Guide 3; SSPC-PS Guide
17.00; Coating Manufacturer's Material Safety Data Sheet.
1.05 DELIVERY, STORAGE,AND HANDLING
A Use standard containers to prevent gelling,thickening deleteriously or forming of gas
in closed containers within period of one year from date of manufacture.
B Label each container of separately packaged component clearly and durably to indicate
date of manufacture, manufacturer's batch number, quantity, color, component
identification and designated name or formula specification, number of coatings
together with special instructions. Do not use coating components older than one year.
C Deliver coating materials to pipe manufacturer in sealed containers showing designated
name,batch number, color, date of manufacture and name of coating manufacturer.
D Store materials on site in enclosures which are out of direct sunlight, and in warm,
ventilated, and dry area.
E Prevent puncture, inappropriate opening, or other action which may lead to product
contamination.
2.0 PRODUCTS
2.01 COATING MATERIAL
A Coating Standard: ASTM D 16.
B Coating System: Use Specification 02635A.
2.02 REPAIR AND TOUCHUP MATERIAL
A Touch up material and application shall be in accordance with coating manufacturer's
recommendations.
3.0 EXECUTION
3.01 SURFACE PREPARATION
R 03/2013 02636-2 of 6
CITY OF PEARLAND POLYURETHANE COATING ON STEEL OR DUCTILE IRON PIPE
A Remove deposits of oil,grease or other organic contaminates before blast cleaning by
using solvent wash as specified in SSPC-PA Guide 3. Clean and thy surfaces making
them completely dry, free of moisture, dust, grit, oil, grease or any other deleterious
substances prior to application of coating.
B Exterior Surfaces: S SPC-SP 10,near-white metal blast cleaning. The blasting shall be
done with clean,hard,sharp cutting abrasives with no steel or cast iron shot in the mix.
C Ductile Iron Pipe: Prior to the start of production blasting, prepare specimens for a
white metal blast and a near-white metal blast using the equipment and abrasives
proposed for the work. During preparation of the specimens,the blasting intensity and
abrasive shall be changed as necessary to provide the degree of cleaning required by
SSPC-SP10,except that the color of the blasted substrate is not expected to match the
color of blasted steel. After examination and concurrence by the Engineer, the
production blasting may begin. Monitor and control the production blasting so that
production pipe surfaces match the surface of the approved blasting specimens.
3.02 THICKNESS
A External Coatings for Exposed Piping: Minimum DFT of 10 mils.
B Thickness Determinations: Use Type 1 magnetic thickness gauge as described in SSP-
PA2 specification. Individual readings below 90 percent of specified minimum are
acceptable.Average individual spot readings(consisting of three point measurements
within 3 inches of each other) less than 95 percent of minimum are not acceptable.
Average of all spot readings less than minimum thickness specified is not acceptable.
3.03 JOINTS
A Apply coating to unlined pipe surfaces including inside of bell socket and outside of
spigot.
B Coating thickness on sealing areas of spigot end of pipe exterior: Minimum of 10 mils
(0.010 inch). The 10 mils may be exceeded in spigot end provided maximum spigot
diameter as specified by pipe manufacturer is not exceeded.
3.04 INSPECTION
A Secure approval of surface preparation by coating manufacturer's representative prior
to coating application.
B Holiday Inspection: Conform to AWWA C 210, Section 5.3.3.1. Follow coating
manufacturer's recommendation. Conduct inspection any time after coating has
reached initial cure. Repair in accordance with this Section, 3.07 "Repair and Field
Touchup".
R 03/2013 02636-3 of 6
CITY OF PEARLAND POLYURETHANE COATING ON STEEL OR DUCTILE IRON PIPE
3.05 REPAIR AND FIELD TOUCHUP
A Apply repair and touchup materials in conformance with polyurethane coating
requirements specified in this Section, excluding equipment requirements.
B Repair Procedure-Holidays:
1. Remove traces of oil, grease, dust, dirt, and other deleterious materials
2. Roughen area to be patched by sanding with rough grade sandpaper(40 grit).
3. Apply one coat of repair material described above. Work repair material into
scratched surface by brushing.
C Repair Procedure-Field Cuts or Large Damage:
1. Remove burrs from field cut ends or handling damage and smooth out edge of
polyurethane coating.
2. Remove traces of oil, grease, dust, dirt, and other deleterious materials
3. Roughen area to be patched with rough grade sandpaper (40-grit). Feather
edges and include overlap of 1 inch to 2 inches of roughened polyurethane in
area to be patched.
4. Apply thick coat of repair material described above. Work repair material into
scratched surface by brushing. Feather edges of repair material into prepared
surface. Cover at least 1 inch of roughened area surrounding damage, or
adjacent to field cut.
D Repair Procedure-Thermite Brazed Connection Bonds:
1. Remove polyurethane coating with power wire brush from area on metal
surface which is to receive thermite brazed connection.
2. Grind metal surface to shiny metal with power grinder and coarse grit grinding
wheel.
3. Apply thermite-brazed connection using equipment, charge and procedure
recommended by manufacturer of thermite equipment.
4. After welded surface has cooled to temperature below 130 degrees F, apply
protective coating repair material to weld,exposed pipe surface and damaged
areas of polyurethane coating.
5. Do not cover or backfill freshly repaired areas of coating at thermite-brazed
connection until repair material has completely cured. Allow material to cure
in conformance with manufacturer's recommendations.
END OF SECTION
R 03/2013 02636-4 of 6