Loading...
HomeMy WebLinkAboutC2005-209 - 4/19/2005 - ApprovedSPECIAL SPECI Jalco FORMS OF PROVISIONS FICAT~ONS CUNT ~ACT S AND 2005-209 04/19/05 M2005-119 BONDS FOR A~'-'ta~OPE ST. AND GRAVITY SALT FI~TS AREA 36"/48" ~ll~d~TE~TER 1-1v-'~U~EPTOR LII~-[P~ID [ REVISED AND ISSUED FOR REBID MARCH, 2005 IPROJECT NO: 7302 IDP. AWING NO: SAN 522 PREPARED BY MAVERICK ENGINEERING, INC. P.O. BOX 9094 CORPUS CHRISTI, TX 78469 Phone: 361 289 1385 Fax: 361 289 0712 FOR: WASTEWATER DEPARTMENT AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 3500 Fax: 361/880-3501 of sti ~ ~ March 18, 2005 I ADDENDUM NO. 3 I TO: PROJECT: ALL PROSPECTIVE BIDDERS ANTELOPE ST. AND SALT FLATS AREA 36"/48" WASTEWATER GRAVITY INTERCEPTOR LINE- PROJECT NO: 7302 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. SECTION A- SPECIAL PROVISIONS A. A-6 TIME OF COMPLETION/LIQUIDATED DAMAGES 1. DELETE: A-6 Time of Completion/Liquidated Damaqes, in its entirety. ADD: Revised A-6 Time of Completion/Li(luJdated Damaqes, in lieu thereof. (Attachment 1) 2. ADD: Proposed Schedule, in its entirety. (Attachment 2) A-18 SCHEDULE AND SEQUENCE OF CONSTRUCTION DELETE: A-18 Schedule and Sequence of Construction, in its entirety. ADD: Revised A-18 Schedule and Sequence of Construction, in lieu thereof. (Attachment 3) I1. PART S - STANDARD SPECIFICATIONS / TABLE OF CONTENTS ADD: Standard Specification 025414 Aqclreqate for Surface Treatment of Seal Coats{S 35), in its entirety. (Attachment 4) ADD: Standard Specification 025416 Seal Coat {S 31), in its entirety. (Attachment 5) ADDENDUM NO. 3 Page I of 3 III. IV. AGREEMENT A. DELETE: Aqreement, Paqe 2 of 4, in its entirety. ADD: Revised AI3reement Paqe 2 of 4, in iieu thereof. (Attachment 6) B. DELETE: Aqreement, Paqe 3 of 4, in its entirety. ADD: Revised Agreement Pa.qe 3 of 4, in lieu thereof. (Attachment 7) PROPOSAL FORM A. DELETE: Proposal Form, Pacle 13 of 25, in its entirety. ADD: Revised Proposal Form Page 13 of 25, in lieu thereof. (Attachment 8) DELETE: Proposal Form, Paqe 16 of 25, in its entirety. ADD: Revised Proposal Form Pa~e 16 of 25, in lieu thereof. (Attachment 9) DELETE: Proposal Form, Paqe 20 of 25, in its entirety. ADD: Revised Proposal Form Pa.qe 20 of 25, in lieu thereof. (Attachment 10) DELETE: Proposal Form, Pacie 21 of 25, in its entirety. ADD: Revised Proposal Form Pacle 21 of 25, in lieu thereof. (Attachment 11) DELETE: Proposal Form, Paqe 22 of 25, in its entirety. ADD: Revised Proposal Form Paqe 22 of 25, in lieu thereof. (Attachment 12) ADDENDUMNO. 3 [ page 2 of 3 Please acknowledge receipt of this Addendum in the approprlats place in your Proposal Form. END OF ADDENDUM NO. 3 BP~b Bhaskar H. Pate~, P.E. MAVERICK ENGINEERING, INC. Attachments: NO. 1 NO. 2 NO. 3 NO. 4 NO. 5 NO. 6 NO. 7 NO. 8 NO. 9 NO. 10 NO. 11 NO. 12 Revised A-6 Time of Completion/Liquidated Damages Schedule of Construction Revised A-18 Schedule and Sequence of Construction Standard Specification 025414 Aggregate for Surface Treatment of Seal Costs (S 35) Standard Specification 025416 Seal Coat (S 31) Revised Agreement Page 2 of 4 Revised Agreement Page 3 of 4 Revised Proposal Form Page 13 of 25 Revised Proposal Form Page 16 of 25 Revised Proposal Form Page 20 of 25 Revised Proposal Form Page 21 of 25 Revised Proposal Form Page 22 of 25 A-6 Time of Completion/Liquidated Dnmnges To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion of each Item shown below (see attached proposed schedule, Attachment 2). The project has been divided into eight Items. At any one time, the contractor will start or work concurrently in two Items_ The Contractor may be allowed to work in a third Item at the discretion and upon approval of the City. After Contract Award and pre construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. · Charge time for Project Start-Up Phase begins ten (10) calendar days after Notice to Proceed is issued. Charge time for the individual Items shoal below begins upon performance of: 1. Traffic Control installation. 2. Exploratory excavation. 3. Well point installation (if required) 4. By-pass pumping installation · Charge time for individual Items is stopped when the following is accomplished: -Excavation/backfill and soil compaction meeting the requirements of the plans and specifications. -The utility lines are televised or pressure tested and manholes are vacuum tested as per specifications. The pavement is repaired with HMAC per plans and specifications. The final seal coating of the project will be completed prior to the final acceptance of the project. -The site is cleaned and all debris removed. Attachment 2 includes calendar day allotment per individual Item and is the City's preferred schedule of construction for Iterms show~n. The Contractor may submit modification for review and approval by the Engineer and the City, but cannot exceed the 360 calendar day allotment for the entire project. The Contractor shall submit to the City Engineer a work plan based on total calendar days for construction of the entire project broken down into construction of each Item. This plan must detail the schedule of work for each Item's construction and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work FOR EACH ITEM or after such time period as extended pursuant to other provisions of this Contract, $1,000 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City REVISED Sezlian A~P (Revlsed9/18/BO) Page2 0f38 ADDENDUM NO. 3 Attachment I Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from t_he monthly pay estimate. Project Start-Up Phase Mobilization, submittals, and initial exploratory excavation of the first two (2) Items. Item 1, Phase I & 2 Line 'B' STA 45+94 to STA 52+24 Complete installation of 60" steel casing and 48" sanitary sewer line from intersection of Resaca Street/ Sam Bankin St. to the intersection of W. Broadway Blvd. and Burns Street up to the 10' diameter manhole. Ail backfill, manholes, repairs to pavement, and other appurtenances shall be completed within the allocated calendar days. Item 2, Phase 3 Line ~B' STA 33+71 to STA 45+94 This includes installation of 36" gravity sanitary sewer line along Burn Street, from Broadway Blvd. to Nueces St. and thru an easement (20') including manholes and other appurtenances and repair to the pavement must occur within the allocated calendar days. Item 3, Phase 4 Line 'Bt STA 19+41 to STA 33+71 Construction of 36" gravity line and the 48" steel casing with all manholes and other appurtenances, pavement repair and interception of all existing gravity lines along Nueces Street and along 20' easement to Winnebago Street must occur within the allocated calendar days_ Item 4, Phase 5 Line 'B' STA 7+72 to STA 19+41 This is very critical ar~a, h~ing inside rh~ Housing Authority compound. Construction of 36" gravity line all the laterals, manholes and other appurtenances, and repair of paving must occur within the allocated calendar days_ Item 5, Line ~B' Line 'C' Phase 6 and Phase 8A STA 3+44 to STA 7+72 and STA 21+63 to STA 29+45 and all lateral lines and 8" water line This section includes the installation of a 48" steel casing under IH 37, 36" sanitary sewer line along Doss St. from Leopard St. to Martin Luther King St., 24" gravity sanitary sewer line along Antelope from N_ Port Avenue to Doss Street and 8" water line along Antelope St., manholes and other appurtenances and pavement repair. This also includes installation Of two casings under the railroad within the allocated calendar days. Item 6, Phase 7 Line 'C' STA 0+00 to STA 29+45 with all lateral lines and water lines Phase 7 includes work along the IH 37 frontage road, Antelope St., between Palm St. and N. Port Ave. and along Frost Bank property. Ail the work including installation of 24" sanitary sewer, water line, two steel REVISED Section A~P (Revised 9/18/00) Page 3 of 38 ADDENDUM NO 3 AVta~hm~nt 1 casings under N. Port Ave., manholes and other appurtenances and repairs to the paving are to be completed in the allocated calendar days. Item 7, Phases 8B & 8C Line *A' STA 0+00 to STA 3+44 The installation of 36" gravity line along Leopard Street, manholes and other appurtenances, and the tie-in to the existing sanitary sewer line on Coke St. with repairs to pavement has to be complete within the allocated calendar days. Item 8, Phase 9, 10, 11, 12 Phase 9 Line 'I' STA 0+00 to STA 6+00 Installation of 415 LF of 24" steel casing under IH 37 at Mexico St. and 566 LF of 15" gravity line complete with manholes and other appurtenances and repairs to pavement within the allocated calendar days. Phase 10 Line ~K' STA 0+00 to STA 5+00 Installation of 420LF of 42" steel casing under Crosstown Expressway at Howard St. and 470 LF of 30" gravity sewer complete with manholes and other appurtenances and repairs to pavement within the allocated calendar days. Phase 11 Line ~J' STA 0+00 to STA 12+70 Installation 42" gravity sanitary sewer line along with 12' dia. junction box and manholes and other appurtenances and repairs to pavement within the allocated calendar days Phase 12 1770 SY of concrete pavement including repairs to the stormwater lines and new inlets installed within the a] ]~at~d calendar days. Each item as described above shall be com{oleted within the n,,mber of Calendar days allocated and as shown in attachment 2. Time duration for each item is not transferable. Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each item of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days Augush 4 Days December 3 Days ADDENDUM NO. 3 Atiachment 1 ~"nis project is essentially a construction contract for a totalperiod of 360 Calendar Days/ as detailed elsewhere in the contract ~ocuments. D~mmges for exceed/ng the total time allotted shall be independent of ~-mnges assesse~ for each item, as described above. Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project_ The requirements to issue the Contractor a Certificate of Co~q~letion are the following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections/notes-Engineering Services to coordinate As- Built plan preparation with A/E Consultant). (2) Inspector prepares final quantities, contractor evaluation form, and project su~unary. (3) Inspector/Engineer verifies that all submittals, payrolls, Inspection Reports, As-Builts, O&M manuals (in electronic format as required}, SCADA doctumentation, and other Field Information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector_ (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final payment checklist: (a) Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project (d} If CDBC projcct, all fcdcral forms complctcd and uubmittcd (8] Final Acceptance Memorandum prepared by Administrative Assistant (9) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork (10) Achninistrative Asst. submits to director of Engineering ServSces/Oporating D~partment Head ~or approval and forwarding to Asst. City Manager (~1) Final Acceptance memo returned from Asst. City Manager (12) Authorization for payment (AFP) prepared and submitted to Accounting Department (13) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. (14) Administrative Asst. sends letter to Contractor informing him or her when one-year warranty date begins (Acceptance Memorandum)_ City acceptance of the project will be descrJ_bed in an Acceptance Memora~%d%~m to the Contractor. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor for the entire project (Items 1-8, Phases 1-12). REVISED Section A-SP (Revised 9/18/D0) Page 5 of 38 ADDENDUM NO 3 ] PROPOSED SCHEDULE ADDENDUM NO. 3 A-18 Schedule and Sequence of Construction To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion of each Item shown below (see attached proposed schedule, Attachment 2). The project has been divided into eisht Items. At any one time, the contractor will start .or work concurrently in two Items. The Contractor may be allowed to work in a third Item at the discretion and upon approval of the City. After Contract Award and pre-construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. · Charge time for Project Start-Up Phase begins ten (10) calendar days after Notice to Proceed is issued Charge time for the individual Items shown below begins upon performance of: 1. Traffic Control installation. 2. Exploratory excavation. 3. Well point installation (if required) 4. By-pass pumping installation Charge time for individual Items is stopped when the following is accomplished: -Excavation/backfill and soil compaction meeting the requirements of the plans and specifications_ -The utility lines are televised or pressure tested and manholes are vacuum tested as per specifications. -The pavement is repaired with HMAC per plans and s~ecifications. The final seal coating of the project will be completed prior to the final acceptance of the project. -The site is cleaned and all debris removed. Attachment 2 includes calendar day allotment per individual Item and is the City's preferred schedule of construction for Items shown_ The Contractor may submit modification for review and approval by the Engineer and the City, but cannot exceed the 360 calendar day allotment for the entire project. The Contractor shall submit to the City Engineer a work plan based on calendar days for construction of the entire project broken down into constl-uction of each Item. This plan must detail the schedule of work for each Item's construction and shall be structured to meet all the requirements of Section A 6, Time of Completion/Liquidated Damases, and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work FOR EACH ITEM or after such time period as extended pursuant to other provisions of this Contract, $1,000 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the monthly pay estimate. REVISED Scction A-SP (Revised 9/18/00) Page 10of38 ADDENDUM NO. 3 Atlachrr~nt 3 The Contractor will furnish a Construction Schedule for the following Items Project Start-Up Phase Mobilization, submittals, and initial e×ploratory excavation of the first two (2) Items. Items 1, Phase I & 2 Line 'B' STA 45+94 to STA 52+24 Complete installation of 60" steel casing and 48" sanitary sewer line from intersection of Resaca Street/ Sam Rankin St. to the intersection of W. Broadway Blvd_ and Burns Street up to the 10' diameter manhole. Ail backfill, manholes, repairs to pavement, and other appurtenances shall be completed within the allocated calendar days. Line'~' STA 33+71 to STA 45+94 This includes installation of 36" gravity sanitary sewer line along Burn Street, from Broadway Blvd. to Nueces St. and thru an easement (20') including manholes and other appurtenances and repair to the pavement must occur within the allocated calendar days Lxne'~' STA 19+41 to STA 33+71 Construction of 36" gravity line and the 48" steel casing with all manholes and other appurtenances, pavement repair and interception of all existing gravity lines along Nueces Street and along 20' easement to Winnebago Street must occur within the allocated calendar days. Item 4. Phase 5 Line '~' STA 7+72 to STA 19+41 This is very critical area, being inside the Housing Authority compound. Construction of 36" gravity line all the laterals, manholes and other appurtenances, and repair of paving must occur within the allocated calendar days. Item 5 Phase 6 and Phase 8A L~ne '~' STA 3+44 to STA /+72 and Line 'C' STA 21+63 to STA 29+45 and all lateral lines and 8" water line This section includes the installation of a 48" steel casing under IH 37, 36" sanitary sewer line along Doss St. from Leopard St. to Martin Luther King St., 24" gravity sanitary sewer line along Antelope from N Port Avenue to Doss Street and 8" water line along Antelope St., manholes and other appurtenances and pavement repair. This also includes installation of two casings under the railroad within the allocated calendar days. Line'C' STA 0+00 to STA 29+45 with all lateral lines and water lines Phase 7 includes work along the IH 37 frontage road, Antelope St_, between Palm St. and N Port Ave. and along Frost Bank property. Ail the work including installation of 24" sanitary sewer, water line, two steel casings under N. Port Ave., manholes and other appurtenances and repairs to the paving are to be completed in the allocated calendar days. Item 7. Phases 8B & 8C I,~ne'~' STA 0400 to STA 3+44 The installation of 36" gravity line along Leopard Street, manholes and other appurtenances, and the tie-in to the existing sanitary sewer line on REVISED Section A-SP (Revised 9/11~0) Page 11 of 38 ADDENDUM NO 3 Ai~chment 3 Coke St. with repairs to pavement calendar days. Item 8, Phase 9, 10, 11, 12 Phase 9 Line ~I' STA 0+00 to STA 6+00 has to be complete within the allocated Installation of 415 LF of 24" steel casing under IH 37 at Mexico St. and 566 LF of 15" gravity line complete with manholes and other appurtenances and repairs to pavement within the allocated calendar days_ Phase 10 Line 'K' STA 0+00 to STA 5+00 Installation of 420LF of 42" steel casing under Crosstown Expressway at Howard St_ and 470 LF of 30" gravity sewer complete with manholes and other appurtenances and repairs to pavement within the allocated calendar days_ Phase 11 Line ~J' STA 0+00 to STA 12+70 Installation 42" gravity sanitary sewer line along with 12' dia. junction box and manholes and other appurtenances and repairs to pavement within the allocated calendar days. Phase 12 1770 SY of concrete pavement including repairs to the stormwater lines and new inlets installed within the allocated calendar days. Each item as described above shall be co~pleted within the n,~m~er of CalencLmr days allocated and as sho~ in attachment 2. The plan must also indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. Items to Include: Show complete sequence of construction by item activity, ~dentifying Work ~f ~ ~ ~ ~ ~ ~e~a~a~ stages and other logically grouped activities. Identify the first work day of each week. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 4. Re Submission: Revise and resubmit as required by the City Engineer. 5. Once a Month Update: S~bmit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. Time duration for each item is not transferable. Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determinin? the contract schedule and for each item of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. REVISED Section A~P (Revised 9/18~0) Page 12 of 38 ADDENDUM NO. 3 Attachment 3 January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This ~ro~ect is essentiall~ a construction contract for a period of 360 Calendar Days~ as detalled elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. The requirements to issue the Contractor a Certificate of Completion are th~ following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections/notes-Engineering Services to coordinate As- Built plan preparation with A/E Consultant). (2) Inspector prepares final quantities, contractor evaluation form, and project summary. (3) Inspector/Engineer verifies that all submittals, payrolls, Inspection Reports, As-Builts, O&M manuals (in electronic format as required), SCADA documentation, and other Field Information are complete. (4/ Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. {7) Final payment checklist: (a) Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractor has actually subcontracted through end ef project (d) If CD~G prejcct, all fcdcral forms complctcd and submittcd (8) Final Acceptance Memorandum prepared by Administrative Assistant Iq/ Administrstive Asst. reviews for completeness, funding availability, prepares financial paperwork (10) Administrative Asst. submits to director of Engineering Services/Operating Department ~ead for approval and forwarding to Asst. City Manager (11) Final Acceptance memo returned from Asst. City Manager (12) Authorization for payment (AFP) prepared and submitted to Accounting Department (13) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project_ (14) Administrative Asst. sends letter to Contractor informing him or her when one-year warranty date begins (Acceptance Memorandum}. City acceptance of the project will be described in an Acceptance Memorandum to the Contractor. The warranty will begin on the date that the Acceptance M~morandum is issued to the Contractor for the entire project (Items 1-8, Phases 1-12). REVISED Section A-SP Page IS of 38 ADDENDUM NO 3 I SECTION 025414 AGGREGATE FOR SURFACE TREATMENT AND SEAL COATS (S-35) 1. DESCRIPTION This specification establishes the requirements for aggregate, lightweight aggregate, and precoated to be used in the construction of surface treatments and seal coats The type of aggregate shall be as specified in the applicable specification. 2 AGGREGATE {1) Materials. Aggregates shall be composed of clean, tough and durable particles of gravel, crushed gravel, crushed stone, crushed slag or natural limestone rock asphalt. These materials shall not contain more than 5 percent by weight of soft particles and other deleterious materials as detez~ined by Test Methc~ Tex 217 F, Part I. The natural limestone rock asphalt aggregate furnished shall have an average bitumen content from 4 to 8 percent by weight of naturally impregnated asphalt, as determined by Test Method Tex-215-F, and shall not contain not more than 2 percent by weight of any one of or combination of iron pyrites, or other objectionable matter, as detez~nined by Test Method Tex-217 F, Part I. No aggregate shall contain a total of more than 5 percent by weight of impurities or objectionable matter listed above. The percent of wear, as determined by Test Method Tex 410-A, for each of the materials shall not exceed 35 percent. The percent of wear on natural limestone rock asphalt aggregate as determined by Test Method Tex 410 A shall be made on that portion of the material retained on the NO. 4 sieve, having a naturally impregnated asphalt content of less than 1 percent. Crushed gravel shall have a minimum of 85 percent of the particles retained on the NO. 4 sieve with at ]e~ ~e ~nlsb~d f~, ~ determined by Test Method Tex 1413 A. (2) Types. The various types of aggregates are identified as follows: Type A. Type A aggregate shall consist of gravel, crushed slag, crushed stone or natural limestone rock asphalt. Tlzpe B. T~e B aggregate shall consist of crushed gravel, c~/shed slag, crushed stone or natural limestone rock asphalt. Type C. Type C. aggregate shall consist of gravel, crushed slag or crushed stone. Type D. q~rpe D aggregate shall consist of crushed gravel, crushed slag or crushed stone. Type E. Type E aggregate shall consist of natural limestone rock asphalt. {3) Grades: When tested by Test Method Tex 200-F, Part I, the graduation requirements for the several grades of aggregate shall be as follows: 025414 Rev 11/3/99 Page 1 of 9 ADDENDUM NO 3 I A~chrmmt4 Grade Grade 2: Grade 3: Grade Grade 5: Grade {;rade 2: Grade 3: (a) Class A Retained Retained Retained Retained Retained Retained Relained Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained on 7/8" sieve on 3/4" sieve on 5/8" sieve on 3/8" sieve on No. 10 sieve on 3/4" sieve on 5/g" sieve on 1/2" sieve on 3/8" sieve on 1/4" sieve on No. 10 sieve on 5/8" sieve on t/2" sieve on 3/8" sieve on 1/4" sieve on No. 10 sieve on 1/2" sieve on 3/8" sieve on 1/4" sieve on Ne.10 sieve on 3/8" sieve on 1/4" sieve on No. 4 sieve on No. 10 sieve (b) Class B Retained on 1" sieve Retained on 7/8" sieve Retained on 3/4" sieve Retained on 5/8" sieve Retained on 3/8" sieve Retained on No. l0 sieve ib) Class B Retained on 7/8" sieve Retained on 3/4" sieve Retained on 5/8" sieve Retained on 1/2" sieve Retained on 3/8" sieve Retained on No, 10 sieve Retained on 3/4" sieve Retained on 5/8" sieve Retained on 1/2" sieve Retained on 3/8" sieve Retained on 1/4" sieve Retained on No. 10 sieve 025414 Rev 11/3/99 Page 2 of 9 Percent b weight 0 0 - 5 85 - 100 95 - 100 99 - 100 0 0 - 5 85 100 95 100 99 - 100 99 - 100 0 0 - 5 85 - 100 95 - 100 95 -100 0 0 - 5 95 - 100 99 - 100 0 0 - 5 50 - 100 99 - 100 Percent by ~eight 0 0 - 2 20 - 35 85 - 100 95 - 100 99 - 100 Percent by ~eight 0 0 - 2 20 - 35 85 - 100 95 - 100 99 - 100 0 0 - 2 20 - 35 85 - 100 95 - 100 99 - 100 ADDENDUM NO. 3 Atlachment 4 3fade 4: Retained on 5/8" sieve Retained on 1/2" sieve Retained on 3/8" sieve Retained on No. 4 sieve Retained on No. 10 sieve 0 0 - 2 20 - 35 95 100 99 - 100 Retained on 3/8" sieve Retained on 1/4" sieve Retained on No. 10 sieve 0 0 - 5 99- 100 i'he aggregate shall not contain clay-like pazticles and/or silt Method Tex-217-F, Part II. mere than [.0 percenll by weight of tine dust, present when tested in accordance with Test LIGHTWEIGHT AGGREGATE (1) Materials. Aggregate shall be composed predominately of £ightweight cellular and granular inorganic materials produced by fuzing raw shale or clay in a rotary kiln under intense heat into predominantly amorphous sil{cate. Ail aggregate for use on this project shall be produced from the same plant and source. The dry loose unit weight of coarse lightweight aggregates shall not be less ~han 35 and shall not exceed 55 pounds per cubic foot unless otherwise snecified on the plans. If the nni{ weight of any shipment of lightweight ~ggregate differs by more than 4 percent from that of the sample submitted for ~cceptance tests, the aggregaLe in the shipment may be rejected. Tests shall be }n accordance with Test Method Tex-410-A, Part C. The percent of wear, as ]eN!rmined by Test Method Tex-410 A shall not exceed 35 percent. The Aggregate Freeze Thaw Loss shall not exceed ) percent when tested in accordance with Texas Test Method Tex-432 A (Tentative). The Pressure Slaking Value shall not exoeed 4 percent when tested iii accordance w{tb Test Hethod Tex-431 A, (Tentative). (2) Grades. When tested bv Test Method Tex-200-F, Part 1, and th~ -%r~dation requirements fo~ the several grades of aggregate shall be as follows: Grade 3: Grade 4: Retained on 3/4" sieve Retained on 5/8" sieve Retained on 1/2" sieve Retained on 3/8" sieve Retained on 1/4" sieve Retained on No. 10 sieve Retained on 5/8" sieve Retained on 1/2" sieve Retained on 3/8" sieve Retained en No. 4 sieve Retained on No. 10 sieve Percent by Weight 0 0 - 5 30 50 85 - 100 95 - 100 98 - 100 0 0 - 5 20 - 40 95 - 100 9B - 100 Grade 5: Retained on 1/2" sieve Retained on 3/8" sieve Retained on Ne. 4 sieve Retained on No. 10 sieve 0 0 2 60 - ~0 98- 100 025414 Rev 11/3/99 Page 3 of 9 ADDENDUM NO. 3 AI/~achntent4 The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay-like particles and/or silt present when tested in accordance with Test Method Tex-217 F, Part · 1. PRECOATED AGGREGATES Precoated aggregate shall be aggregates of the type specified, treated (coated or [luxed) with 0.5 to 1.5 percent be weight of precoat material of flux oil meeting the requirements of this specification and the approval of the Engineer. The particular grade of precoahed aggregate specified shall meet all reqnirements of Section 025414.3 {2) pt ior to tho application of the precoat material. (1) Water in a amount not to exceed 3 percent by weight of the mi×ture may be used in preparing the mixture. The water shall be added as directed by the Engineer during the mi×lng. In the event water is used in the mixing operation adequate measuring devices shall be used and the water shall be a<~inishrat%ve to the mix through as approved spray bar. (2) Physical Properties of the Mixture. The materials may be mixed on the job or at some central mixing plant and shipped ready fo~ use. Mixes that do not remain workable a sufficient period of time or maintain flow qualities such ~hat the p£ecoaLed aggregate may be satisfactorily spread by normal approved mechanical spreading devices will not be acceptable. Halerials [that. are not uni[ormly and/or property coated or fluxed, as determined by the Department's standard testing procedures or in the opinion of the Engineer, will not be accepted for use. (4) Materials. Aggregate for precoated aggregate shall be the same as specified in Section 025414 2 (1) The precoat material shall meet the requirements for "Precoated Materials" as specified in the specification, Section 025404 "Asphal[s, Oils and Emulsions". The flux oil shall meet the requirement for "Flux Oil" as specified in the specification, Section 025404 "Asphalt, Oils and Emulsions". Types. The various types of precoated aggregates are identified as follows: Type pA[ Type PA shall be precoated aggregate consisting of crushed gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type PB: Tpe PB shall be precoated aggregate consisting of crushed gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type PC: Type PC shall be precoated aggregate consisting of gravel, crushed slag or crushed stone. Type T}~e PD shall he precoated aggregate consisting of crushed gravel, crushed slag or crushed stone. 025414 Rev 11/3/99 Page 4 of 9 ADDENDUM NO 3 A~ckment4 Type PE: Type PE shall be precoated aggregate consisting of natural limestone rock asphalt. Grade 1: Grade 2: Grade 3 Grade Grade 5: Grade ]; Grade 2: Grade 3: ~5) Grades. When les~ed by Test Method Tex 200-F, Part I, and the gradation requirem~ nts for the several grades of aggregate shall be as follows: Class A Retained on 7/8" sieve Retained on 3/4" s~eve Retained on 5/8" sieve Retained on 3/8" sieve Retained on No. 10 sieve Percent by weight Reta,ned on 3/4" sieve Retained on 5/8" sieve Retained on 1/2" sieve Retained on 3/8" sieve Retained on 1/4" sieve Retained on No. 10 sieve Retained on 5/8" sieve Retained on 1/2" sieve Retained en 3/8" sieve Retained on 1/4" sieve Retained on Ne. 10 sieve Retained on 1/2" sieve Retained on 3/8" sieve Retained on 1/4" sieve Retained on No 10 sieve Retained on 3/8" sieve Retained on 1/~" sieve Retained en No. 4 sieve Retained on No. 10 sieve (b) Class B Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained Retained on ]" sieve on 7/8" sieve on 3/4" sieve on 5/8" sieve on 3/e" sieve on No. 10 sieve on 7/8" sieve on 3/4" sieve on 5/8" sieve on 1/2" sieve on 3/8" sieve on No. 10 sieve Percent by Weight 0 0 - 5 85 - 100 95 - 100 99 - 100 0 0 5 85 - 100 95 - 100 99 - 100 99 - 100 Retained Retained Retained Retained Retained Retained on 3/4" sieve on 5/8" sieve on 1/2" sieve on 3/8" sieve en 1/4" sieve on No. 10 sieve 0 0 - 5 85 - 100 q5 - 100 95 -100 0 0 - 5 95 - 100 99 - 100 0 0 - 5 50 - 100 99 - 100 0 0 - 2 20 - 35 85 - 100 95 - 100 99 - 100 0 0 - 2 20 -35 85 - 100 95 -100 99 - 100 0 0 2 20 - 35 85 - ]00 95 - 100 99 - 100 025414 Rev 11/3/99 Page 5 of 9 ADDENDUM NO 3 Ai~azhment 4 Retained on 5/8" s,eve Retained on 1/2" sieve Retained on 3/8" sieve Retained on No. 4 sieve Retained orl No. 10 sieve Percent by Weight 0 0 - 2 20 - 35 95 - 100 99 - 100 ~Fade 5 Retained on 3/8" sieve Retained on 1/4" sieve Retainet on No. 10 sievi~ 0 0 - 5 99- 100 The aggregate shall not conLain more than 1.0 percent by weight of fine dust, clay-like particles and/or silt present when tested in accordance with Test Method Tex-217-F, Part 5. LIGHTWEIGHT AGGREGATE (i) Materials. Aggregate shall be composed predominately of lightweight cellular and granular inorganic materials produced by fuzing raw shale or clay in a rotary kiln under intense heat into predominantly amorphous silicate. Ail aggregate for use on this project shall be produced from the same plant and source. Th~ dry ]oos~ nnil weight ef coarse lightweight aggregates shall not be less than t5 and shall not exceed 55 pounds per cubic foot unless otherwise specified on the plans. If the unit weight of any shipment of lightweight aggregate differs by more than 4 percent from that of the sample submitted for acceptance tests, the aggregate in the shipment may be rejected. Tests shall be in accordance with Test Method Tex 410-A, Pdlt C. The pe~erlt of we~r, as determined by Test Method Tex-410-A shall not exceed 35 percent. The Aggregate Freeze Thaw hess shdll not exceed 7 percent when tested in accordance with Texas Test Method Tex-432-A fTentativel The P[essure Slaking Value shall not exceed 4 percent when tested in accordance with Test Hotbed Tex-d31-A, (Tentative). (2) Grades. When tested by Test Method Te× 200-F, Part I, the gradation requirements for the several grades of aggregate shall be as follows: Grade 3: Grade Percent by Weight Retained on 3/4" sieve 0 Retained on 5/8" sieve 0 - 5 Retained on ]/2" sieve 30 50 Retained on 3/8" sieve 85 - 100 Retained on 1/4" sieve 95 - 100 Retained on No 10 sieve 98 - 100 Retained on 5/8" sieve 0 Retained on 1/2" sieve 0 - 5 Retained on 3/8" sieve 20 - 40 Retained on Ne 4 sieve 95 - 100 Retained orl No. 10 sieve 98 - 100 025414 Rev 11/3/99 Page 6 of 9 I ADDENDUM NO. 3 [ Atlachm=nt 4 Grade 5: Retairled on 1/2" sieve Retained on 3/8" sieve Retained on No 4 sieve Retained oil No. 10 stew! 0 0 - 2 60 - 80 98 100 The aggregate shall not sontain more than 1.0 percent by weight of fine dust, clay-like particles and/er silt present when hosted in accordance with Test Method Tex-2l? F, Part ti. (6) ~E~uipment_ Mixing Plants. Mixing plants that will not continuously meet all the requirements of this specification shall be condemned. Mixing plant may be either the weight batching type or the continuous mixing type. Both types of plants shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins and shall corlsist of the following essentials pieces of equipment (1) Weigh-hatching Type Cold aggregate Bin and Proportionin~ Device. The cold aggregate tins or aggregate Stockpiles shall he of sufficient number and size to supply the amount of aggregate requiFed to keep the plant in continuous opera,ion. The nroportioning device shell be such as will provide a uniform and con[inueus flow ef aggregate in the desired proportion to the plant. priers. The dryez shall be ~1 the type that continuall~ agitates the aggregate during heating and in which the temperature can be so controlled tha~ aggregate wil] nok be injured in the necessary drying and heating operations required to obtain a mixture of the specified temperattlre. The burner, or combination of burneis, the t}t~e off fuel used shall be such that in the process of heating the aggregate to the desired or specified ~emperatures, no residue from the fuel shall adhere to the heated aggregate. A recording thermometel shall be provided which will record the temperature of the aggregate when it leaves the dryer. The dryer shall be of sufficient size [o keep the plant in eorltinuons operation. The d~ye~ will not be required for pre :eating natural limestone rock asphalt. Screening _a_nd Proportioning The screening capacity and size of the bins shall be sufficient to screen and store the amount of aggregate required to properly }peFate the plant and keep th~ plant {n continuous operation at full capacity. Proper provisions shall be made to enable inspeckion forces to have easy and safe access to the proper location on the mixing plant where accurate zepresentative samples of aggregate may be taken from bins for testing. Weighing and ~easurin~ _E~uipment. The ~e~ghing and measuring equipment shall be of sufficient capacity and of adequate des{gn for proper hatching. The following equipment shall be furnished: 1. Aggregate weigh box and hatching scales. 2. Bucket and scales for precoat material or flux oil. A p~essure type tlow meter may he used to measure Lhe precoet material or flux oi] for each hatch. Mixer. The mixer shall be of the pug mill type, and shall have a capacity of 025414 Rev 11/3/99 Page 7 of 9 ADDENDUM NO. 3 I Allachment 4 not less than 3000 pounds in a single batch. The null~ber of blades circulation ha, that will distribute the precoat material or flux oil quickly and uniformly throughout the mixer. Any mixe~ that has a tendency to segregate the mineral aggregate or fails to secure a thorough and uniform mixing with the precoat material or flux oil shall not be use{]. Ail mixers shall be provided with an ~utomati< ~ime lock r~hat ~.~ill lock the ]]s6harge doors of the mixer for the required mixing period. The dump doors or doors and the shaft seals of the mixer shall be tight enough to prevent the spill ]nc{ of aggregate or mixture rrm the pug mill. (2} Continuous Mi×lng ?ype Cold Aggregate Bin and ba{ching type of plant Proportion{n% Device. Same as for weight- Dryer. Same as for weight-hatching type of plant. Screening and Proportioning. Same as fo~ weight-batching type of plant. These ~equiremenhs shall also apply to materials that are stockpiled and that are proposed for direct use by a continuous mixing plant without the use of plant b~ns. Aggregate Proportioning Device. The aggregate proportioning device shall be so designed that when properly operated a uniform and centinnous flow of aggregate into [he mixer will be maintained. ~ray Ba~ for Precoat Materials and Flux Oil. The spray bar the precoat material or flux oil shall be so designed that the material will spray uniformly and continuously into the mixer. Heteu fo~ Precoat Ma[er{als and Flux Oil. Ar~ accurate recording meter for precoat material or flu× oil shall be placed in the line leading he the spFay bar se that the accumulative amount of precoat material or flux oil being used can be accurately determined. Provisions ef a permanent nature shall be made for checking the Mixer. The mixer shall be of hhe pug mill continuous type and shall have a capacity of not less than 40 tons of mixture per hour. Any mixer that has a tendency to segregahe the aggregate or fails to secure a tNerough and uniform mixing of the aggregate with the precoat material of flux oil shall not be used. ]{eating Equipment for Precoat Material and Flux Oil. Heating equipment for precoat material and flux oil shall be adequate to heat the amount of material required to the desired temperature. The material may be heated by steam coils that shall be absolutely tight. Direct fire heating will be permitted, provided the heater used is manufactured by a reputable concern and there is positive circulation of the liquid throughout the heater. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour chart that will record the temperature of the precoat material or flux o]1 where it is at the highest temperature. (7) Storage, Proportions and Mixing A. Aggregate Stora%~m If the mineral aggregates are stored or stockpiled, they shall be handled in such a manner as to prevent segregation, the mixing of the various materials or sizes, and the contamination with foreign materials. The grading of aggregates proposed for use and as supplies to the mix{rig plant shall be uniform. The use of limestone rock asphalt aggregate containing moisture in excess of the saturated surface-dry {ondition will not be permitted. Excess moisture 025414 Rev 11/3/99 Page 8 of 9 I I will be evidenced by visual su, iace moisLure on the aggregate or any unusual gua~ltities o/ fines clinginq to the aggregate. B. Storag? and Heating {of Prec}at oz Flu× Oil The precoating or fluxing material storage shall be sampled ho meek the requirements of the plant. The materials shall not be heated ko a tempera/tire in excess of 250E F. AlL equipment /lsed ill khe storage arid handling of precoat material er flux oil shall he kepk ill a !learl condition at all times and shall be operated in s/ich manne~ that there will be no 2ontaminatien with foreign matter. C. Feeding a~.~d Drying ot Aggregake. The feeding of various sizes of aggregate, other than natural limestone rock asphalt, to the dryer shall be done through the cold aggregate bin arid proportioning device in such a manner that a uniform and constant flow of material in the required proportions will be maintained. The aggregate heated to the temperature necessary te produce a mixhu£e meeting the requirements of Subarticle Section 025414.4 {2), "Physical Proporties of the Mixture". D. Proportioning_ The proportioning of the various materials entering into the mixture shall be as directed by the Engineer and in accordance with these speoifications. Aggregate shall be proportioned by weight using the weight box and batching scales herein specified when the weight-batch ~ype of plant is used and by volume using the aggregate proportioning devices when ~he continuoHs mixer type of plant is used. The precoat material of flu~ oil shall be proportioned by weight or by voltmle based on weiqhi using the specified equipment E. Mi~xing. (1) Bateh T~p[~ Mixer. In the ~harging el the weigh hex and in the charging of ~he mixer from the weigh box, such methods or devices shall be used as are necessary to secure a uniform mixture. In introduce the batch into the mixer, the mineral aggregate shall be introduced first; shall be mixed thoroughly, as di ~ected, to uniformly distribute the various sizes throughout the bahch be[ere the precoat material or fluK oil is added; the precoat material or flux oil shall then be added and coated. This mixing p~ric, d may be varied, if %~ the opinion ef the (2) Continuous T}~e Hixer~ The amount of aggregate and precoat material or flux oil entering the mixer and the rate of travel through specified grading and percent by weight of precoat material of flu× oil will be produced. 6. HEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, TREATMENT AND ,~EAL COATS, shall be subsidiary to these materials are used. AGGERATE FOR SURFACE construction in which 025414 Rev 11/3/99 Page 9 ef 9 ADDENDUM NO. 3 I Atlaclunent 4 SECTION 025416 SEAL COAT (S 31) 1. DESCRIPTION This specification shall consist of a surface treatment composed of a single application of asphalt covered with aggregate for the sealing of existing pavements in accordance with this specification. Seal coats shall not be applied when the air temperature is below 60EF and is falling, but may be applied when the air temperature is above 50EF and is rising, the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS Asphaltic Materials. Tile asphaltic material used shall be AC 5 (Ac-3 in winter) or other approved material as prescribed in the specification, Section 025404 "Asphalts, Oils and Emulsions',, whichever is called for on the plans. (2) Aggrega~ Single Course The aggregate used shall be Class A, Type A, (Type PA for precoated aggregate), Grade 4 as described in specification Section 025414 "Aggregate For Surface Treatments and Seal Coats". Multiple Course The aggregate used shall be the same as for single course except Grade 3 and Grade 4 aggregate will be required as shown in the plans and specifications. 3 CONSTRUCTION METHODS The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled just prior to the application of asphaltic material. Asphaltic material shall be applied on the cleaned surface by an approved type of self propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Asphaltic material may be applied for the full width of the seal coat in one application unless the width exceeds 26 feet. Asphaltic material shall not be applied until immediate covering with aggregate is assured. In~nediately after the application of asphalt, the aggregate shall be evenly spread over the surface. Mechanical spreading devices shall be of a type approved by the Engineer. The cover material must be evenly and accurately distributed to the end that an even and smooth surface is obtained. Immediately after the aggregate has been applied, the surface shall be adequately raked and broomed to insure uniformity. As soon as proper distribution of aggregate can be 025416 aDDENDUM NO 3 Rev 11/3/99 A~chm~nt5 Page 1 of 2 obtained, the surface shall be flat relied having a gross weight of not less than four (4) tons, and not more than ten (10) tons. The Contractor shall so ~riange his work that the roiling ef all aggregate applied that day shall be ompleted on the road before daylight. The asphal{ and aggregate snail be ap[~lied at the approximate r~te indicated on plans within the limits of the tollowing schedule as dinect~d by the Engineeu. Gallons of Asphalt Pe~ Square Yard Min. Max. Aggregate Cu.Yd. to Sq. Yds. Min. Max. Aslhalt Cement ....... 0.15 0. i0 1:200 1:100 The ContracLor shall be responsible for Itle maintenance of the surface until the work is accepted 6y the Engineer. At[ holes or failures in the seal coat surface shall be repaired by use of addiLional asphalt and aggregate and all fat or bleeding sur[aces sh~ll be covered with approved cover material in such man,let tha~ the asphalti~ material will l*ot adhere to or be picked up on the wheels of vehicles. Ali storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner Ihat there will be ne contamination of the asphalt with foreign material. It shall be the responsibiliky of the Contractor to provide and maintain in good working order a receFding thoFmnmeto~ ah the storage heating un{t at all times. The temperature of application shall be within the limits recormmended in the specification, Section 025404 "Asphalts, Oil and Emulsions", with that being 220 to 300 OF for AC-3 and 275 to 350 0}. for AC-5. MEASUREMENT & PAYMENT Unless indicated otherwis in the proposal, S~AL COAT will be measured by the squire yard in place to the ]imits shown on the plans and as directed by the Engineer. The pa}T~ent will ~ncl ude tull compensation for cleaning and sprinkling the existing surface; for furnishing, preparing, hauling and nlacing a~l materials: ~or a]] freight in~o]v~d; and for all manipul~_ions labor, too]s, equipmeltt and incidenkals n(cessary te complete the work. 025416 Rev 11/3/99 Page 2 of 2 ~tDDENDUM NO 3 ~itachment 5 Time of Completion: To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion of each Item shown below (see attached proposed schedule, Attachment 2). The project has been divided into eight Items. At any one time, the contractor will start or work concurrently in two Items. The Contractor may be allowed to work in a third Item at the discretion and upon approval of the City After Contract Award and pre-construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. · Charge time for Project Start Up Phase begins ten (10) calendar days after Notice to Proceed is issued. Charge time for the individual Items shown below begins upon performance of: 1. Traffic Control installation. 2. Exploratory excavation. 3. Well point installation (if required) By-pass pumping installation · Charge time for individual Items is stopped when the following is accomplished: -Excavation/backfill and soil compaction meeting the requirements of the plans and specifications. The utility lines are televised or pressure tested and manholes are vacuum tested as per specifications. -The pavement is repaired with H/4AC per plans and specifications. The final seal coating of the project will be completed prior to the final acceptance of the project. -The site is cleaned and all debris removed. Attachment 2 includes calendar day allotment per individual Item and is the City's preferred schedule of construction for Items shown. The Contractor may submit modification for review and approval by the Engineer and the City, but cannot exceed the 360 calendar day allotment for the entire project. The Contractor shall submit to the City Engineer a work plan based on total calendar days for construction of the entire project broken down into construction of each Item. This plan must detail the schedule of work for e~ch Item's construction and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work FOR EACH ITEM or after such time period as extended pursuant to other provisions of this Contract, $1,000 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may w~thhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the monthly pay estimate. Project Start-Up Phase Item 1, Phase 1 & 2 Item 2, Phase 3 Item 3, Phase 4 REVI S~D Agreement Page 2 of 4 ADDENDUM NO 3 I A ~aehrn~at 6 Item 4, Phase 5 Item 5, Phase 6 and Phase 8A Item 6, Phase 7 Item 7, Phases 8B & 8C Item 8, Phase 9, 10, 11, 12 Each item as dsscribed above shall be completed within the n,,mher of Calendar ~ys a~located and as shown in Attachment Z. Time duration for each item is not transferable. Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each item of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0_50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an imgact detrzmental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days ~is project is essentially a construction contract for a total period of 360 Calendar Days, as detalled e~sewhere in t~e contract documents. Damages exce~g the total t,--~ allotted shall ~ ~n~penO~nt o~ ~m~ges assessed ~or Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. The requirements to issue the Contractor a Certificate of Completion are the follow~ng (Project Acceptance Procedures Check List): (1) Fin~tl inspection (Contractor shall have red lined set read}, to submit to City with all correctJons/notes-Engineerinq Services to coordinate As Built plan preparation with A/E Consultant). (3) [nspector/Engineer verifies that all submittals, payrolls, inspection Reports, As-Builts, O&M manuals (ill electronic forma~ as required), SCADA documentahion, and other Field Information are complete. (4) Contractor reviews and agrees to fina~ q/]~ntities or differences agreed upon by Contractor and Inspector (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation ffoum and Project Acceptance Procedures Check List. (7) Final payment checklist: (a) Affidavit that ail bills have been paid, "Waiver of Lien" REVISED Agreemer~t Page 3 <)~ ADDENDUM NO 3 I I AOachment 7 I BID ITEM ANTELOPE STREET AND SALT FLATS AREA 36..?.~{~/ASTEWATER , , GRAVITY INTERCEPTOR LINE qREBID] BASE BID PART A I1 Ill IV V QTY UNIT PRICE TOTAL PRICE IN & DESCRIPTION IN FIGURES FIGURES UNITS 116. 117. 2 Ozone Action Da5', per day. DAYS $ $ I Allowance for Utility Adjustments, L.S. complete per lump sum. $ 35,000.00 $ 35,000.00 llg. 1 Allowance for Exploratory Excavation, L.S. complete in per lump sum. $ 45,000.00 $ 45,000.00 119. 18,853 SY Seal coat, complete per square yard. $ $ BASE BID PART A (Bid ]'t~m~ 1 thrtl 119) I ANTELOPE STREET AND SALT FLATS AREA 36"/48" WASTEWATER GRAVITY INTERCEPTOR LINE 4REBID] BASE BID PART B - LATERAL STREETS / TIE-INS (CONTINUED) I BID 1TEM II III IV QTY UNIT PRICE & DESCRIPTION UNITS IN FIGURES V TOTAL PRICE IN FIGURES 20. 422 Cement Stabilized Backfill Material, C.Y. complete in place per cubic yard. $ 21. 22. 1 Traffic Control, complete in place per L.S. lump sum. 1 Storm Water Pollution Prevention Plan, L.S. complete in place per lump sum. 23. 1300 Trench Safety, complete in place per L.F. linear foot. $ $ $ $ $ $ 24. 3,774 SY Seal coat, complete per square yard. $ BASE BID PART B (Bid It-m- 1 thru 24) $ REVISED PROPOSAL FORM PAGE 16 OF 25 ADDENDUM NO. 3 Attachment 9 BID SUMMARY Base Bid Part A $ (Bid Items 1 thru 119) Base Bid Part B $ (Bid Items 1 thru 24) Base Bid Part C $ (Bid Items 1 thru 15) TOTAL BASE BID (PART A + PART B + PART C) $ Additive Alternate 1 Total $ (Bid Items 1 thru 14) TOTAL BASE BID (PART A + PART B + PART C) + Additive Alternate 1 $ REVISED PROPOSAL FORM PAGE 20 OF 25 ADDENDUM NO. 3 Attachment 10 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the fo~al contract and will deliver a Performance Bond /as required) for the faithful performance of Lhis contract and a Pay~]ent Bond (as recta ired) to insure pay~]ent for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE fi,~s participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Nuamber of ~igned Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be rec~ired to follow tight scheduling for constI~ction and will be required to meet dead lines for completion of each Item shown below (see attached proceed schedule, Attachment 2). The project has been divided into eight Items. At any one time, the contractor will start or work concurrently in two Items. The Contractor may be allowed to work in a third Item at the discretion and upon approval of the City. After (~ontract Award and pre construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. Charge time for Project Start Up Phase begins ten (10) calendar days after Notice to Proceed is issued Charge time for the individual Items shown below begins upon perfo~ance of: 1. Traffic Control installation. 2. Exploratory excavation. 3. Well point installation (if required) 4. By-pass pumping installation ~'~arge time tot individual Items ~s stopped when the following is accomplished: Excavation/backfill and soil compaction meeting the requirements of the plans and specifications. The utility lines are televised or pressure tested and ma/hholes are vacuum tested as per specifications. The pavement is repaired with FLMAC per plans and specifications. The final seal coating of the project will be completed prior to the final acceptance of the project. The site is cleaned and all debris removed. Attachment 2 includes calendar day allotment per individual Item and is the City's preferred schedule of construction for Items shown The Contractor may submit modification for review and approval by the Engineer and the city, but cannot exceed the 360 calendar day allotment for the entire project. The Contractor shall submit to the City Engineer a work plan based on total calendar days for construction of the entire project broken down into construction of each Item. This plan must detail the schedule of work for each Item's construction and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work FOR F~ACH ITl~ or after such time period as extended pursuant to other provisions of this Contract, $1,000 per c~lendar day will be assessed against the Contractor as liql][dated damages. Said liquidated d~/nages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in co~pletion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due tbe City from the monthly pay estimate. ADDENDL%4 NO. 3 Each item as described elsewhere in the contract documents shall be completed within the number of Calendar days allocated and as shown in Attachment 2. Time durstion for each item is not transferable. Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due ho rain in determining the contract schedule and for each item of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule, Januar~ 3 Days May 4 Days Septer~er 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This p, oject is essentially a construction contract for a total period of 360 Calendar Days, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. The req~/ir~ents to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures C~neck List): (1) Final inspection (Contractor shall have red lined set ready to suk~nit to City with all corrections/notes Engineering Services to coordinate As Built plan preparation with A/E Consultant). {2/ Inspector prepares final cF~ntities, contractor evaluation ~or~, and project summary. (3) Inspector/Engineer verifies that all submittals, payrolls, Inspection Reports, As Builts, O&3~ manuals (in electronic fo~at as required), SCADA documentation, and other Field Information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer (6) City Const~ction Engineer submits to Engineering Administrative As~t.~ ~b~ fin~] ~stimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final pay~nent checklist: (a) Affidavit that all bills have been paid, "waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project (d) If CDBC projcct~ all federal form~ co~letcd and submitted (8) Final Accepgance Memorandum prepared by Administrative Assistant (9) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork (10) Administrative Asst. submits to director of Engineering Services/Operating Department Head for approval and forwarding to Asst. City Manager (11) Final Acceptance memo returned ~rom Asst. City Manager (12) Authorization for payment (AFP) prepared and submitted to Accounting Department (13) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. (14) Administrative Asst. sends letter to Contractor infolding him or her when one year warranty date begins (Acceptance Memorandum). City acceptance of the project will be described in an Acceptance Memorandum to the Contractor. The warrs.nty will begin on the date that the Acceptance Memorandttm is issued to the Contractor for the entire project (Items 1-8, Phases 1-12). ADDENDUM NO. 3 REVI BED A~chrrent 12 Proposal Forr~ Page 22 of 25 Map 14 05 09:SBa MRV£RICK EMGIMEERIMG IMC 3G12890712 p.2 TO: PROJECT: ALL PROSPECTIVE BIDDERS ANTELOPE ST. AND SALT FLATS AREA 36"148" WASTEWATER GRAVITY INTERCEPTOR LINE- PROJECT NO: 7302 Prospective bidders are hereby notified of the following modifications to the contract documenls. These modil~catlons shall become a part of Ihe cont]'act documents. The provisions of the contract documents not speci~cally affected by the addendum shall remain unchanged. [. PART A - SPECIAL PROVISIONS A. PARAGRAPH A-l, TIME AND PLACE OF RECEIVING PROPOSALS/PRE- BID MEETING AND NOTICE TO BIDDERS Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed from Wednesday, March 10, 2005 at 2:00 p.m., to Wednesday. March 23. 2005 at 2:00 p.m.. Location and Time of Bidding shall remain unchanged. Addendum NO. 3 will follow In 1-2 days and will address: Special Provisions A-6 and A-18, the Agreement, and the Proposal Form. Please acknowledge receipt o! this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM #2 BHP/cb Bhaskar H, Patel, P. E. MAVERICK ENGINEERING, JNC, City of 9rp. us Christi ADDENDUM NO. 1 March 10, 2005 TO: PROJECT: ALL PROSPECTIVE BIDDERS ANTELOPE ST. AND SALT FLATS AREA 36"148" WASTEVVATER GRAVITY INTERCEPTOR LINE- PROJECT NO: 7302 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. PART T-TECHNICAL SPECIFICATIONS SECTION 015780, Control of Ground Water and Surface Water, Part 4 Measurement and Payment, DELETE: The existinq second paraoraph, in its entirety. ADD: The control of flround water will be measured for pay by the linear foot of trench where ~round water is encountered and where well point dewaterin¢l is required for reducing! hydrostatic pressure. It is the responsibiliW of the Contractor to notify the City's Representative of areas where ~Iround water is present in sufficient quantity which warrants well point dewateHnfl of the trench in order to receive payment for this item. Payment of this item shall include all labor, material, pumps, flexible and riflid pipes, well points, related pavement repairs and any other equipment necessary to complete the work in accordance with the plans and specifications. II. Question/Answers from the Pre-Bid Meeting3 Q1 Normally the well points for the dewatering of groundwater are installed about two to six feet away from the excavated trench. How is the repair of pavement paid for where the pavement is damaged because of the dewatering requirement? ADDENDUM NO 1 page 1 of 2 II1. A1 DRAWINGS A. The cost of repairs to the pavement and sub-surface shall be done as part of dewatering and shall be paid for as part of 'Controlling Ground Water, complete per linear foot' in the bid proposal. Sheet 19 of 85, SANITARY SEWER (LINE 'B') (PLAN AND PROFILE) STA. 45+94 TO 52+24 CLARIFICATION: Detail 1 SPECIAL SANITARY FIBERGLASS MANHOLE (MH-B15) is a 10' El flbercllass manhole. The bottom section of the manhole is also a 10' El cylindrical section of about 2' 6" in heiclht. Plan View A-19-19, SANITARY SEWER (LINE 'B'), MH-B17 at STA. 47+88 is a new 6' El flberlllass manhole. The manhole to be removed is an existing manhole on the 36" .elraviW line which is to be abandoned. Please acknowledge receipt of this Addendum in the appropriate in your Proposal Form. END OF ADDENDUM NO.J Bhaskar H. Patel~, P.E. MAVERICK ENGINEERING, INC. ADDENDUM NO. 1 Page 2 of 2 SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BOND FOR AI~TF_J~DPE ST. AND Si%.LT b"LATS ~ 36"/48" I~'I'~-~u~TF_~ GRAVITY INTF-.RCEI~I'OR LINE-II~ID I REVISED AND ISSUED FOR REBID MARCH, 2005 PREPARED BY MAVERICK ENGINEERING, INC. P_O. BOX 9094 CORPUS CHRISTI, TX 78469 Phone: 36] 289 1385 Eax: 361 289 0712 PROJECT NO: 7302 DRAWING NO: SAN 522 FOR: WASTEWATER DEPARTMENT AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CIiRISTI, TEXAS Phone: 361/880 3500 ?'aK: 361/880-350l (Revised 1/1/04) ANTELOPE ST. AND SAlT FLATS AR]gA 36"/48" WASTEWATER GRAVITY INTERCEPTOR LINE Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised S.pt. 2000) Insurance RequiremenL s NOTICE TO CONT~kCTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPEC/AL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting A 2 Definitions and AJDbreviations A 3 Description o[ ProjecL A 4 Method of Award A 5 Items to be Submitted with Proposal A 6 Time of Co~letion/Liquidated Damages A 7 Workers Compensation Insurance Coverage A 8 Faxed Proposals A-9 Acknowledgment of Addenda A 10 Wage Rates (Revised 7/5/0~) A 11 Cooperation with Public Agencies (Revised 7/5/00) A 12 Maintenance of Services A-J3 A3cea Access and Traific Control k-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-J6 Disposal/Salvage of Materials A 37 Field Office A 18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A 20 Testing and Certification A-21 Project Signs A 22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A 23 Inopcction Rcquircd (Rc¥iscd 7/~/00) (NOT USED) A 24 Surety Bonds A 25 Ealcs T~[ EKcmption-(6/tt~9B) (NOT USED) ~ 26 Supplemental Insurance Requirements A 2'/ Responsibility for Damagc claims (NOT USED) A-28 Considerations for Con~rac~ Award and Execution A 29 Contractor's Field Administration Staff A~30 Amended "Consideration of Contract" Requirements A 31 Amended Policy on Extra Work and Change Orders A 32 Amended "Execution of Contract" Requirements A 33 Conditions of Work A-34 Precedence of Contract Documents A 3~ City Watcr Facilitics Spccial Rcquircmcnts (NOT USED) A-36 Other Submittals (Revised 9/]8/00) A 37 Amcndcd "Arrangcmcnt and Chargc for Watcr Furnishcd by thc City" (I{OT USED) A-38 Worker's Compensation Coverage ~o~ Building or Construction Projects for Government Entities A ~9 Ccrtificatc of Occupancy and Final Acccptancc (NOT USED) A 40 ~uuendment to Section B 8 6: Partial Estimates A 4] Ozone Advisory A 42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Ha~less (9/98) A 44 Change Orders (4/26/99) A-45 A~ Built Dimensions and Drawings (7/5/00) A-46 DisDosal of ~ighly Chlorinated Water (7/5/00~ A 47 Pre Construction Explorato~%, Excavations (7/5/0o) A 48 Overhead Electrical Wlres (7/5/00) A-49 D~nend "Maintenance Guaranty" (8/24/00) A 50 Schedule of Values and Payment Estimates A-51 Progress Schedules A-52 Video Documentation A 53 Maintenance and Control of Wa~tewater Flows A 54 PeI~ts and Easement Acquisition A 55 Incentive for Early Co~q~letion A-56 Stormwater Pollution Prevention Plan A-57 Groundwater Discharge A 58 Contaminated Soils A-59 Errors and Omissions A 60 Lack of Info~ation PART B - GE~-E~AL PROVTSIONS PART C FEDERAL WAGE PATES ANq) REQUTRENENTS PART S STANDARD SPECIFICATIONS 021 021080 SITE PREP/LRATION Removing Abandoned Structures S55 022 EARTHWORK 022022 Trench Safety for Excavations 022420 Silt Fence S97 025 RO/~DWAY 0252 025205 SLrBGRADES & BASES Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54 0254 ASPHALTS & SURFACES 025404 Asphalts, Oils and Emulsions S29 025412 Prime Coat (Asphaltic Material Only) S30 025424 Hot Mix Asphaltic Concrete Pavement (Class A) S34 O256 025610 O25612 CONCRETE PAVEM~N"? Concrete Curb and Gutter S52 Concrete Sidewalks and Driveways 0258 025802 025807 ]~3~FFIC CONTROL Temporary Traffic Controls During Construction Pavement Markings S 45 Paint and Thermoplastic 026 IITILITIES O262 026201 026202 026206 026210 026214 GENERAL Water Line Riser Assemblies S79 Hydrostatic Testing of Pressure System Ductile Iron Pipe & Fittings S81 PVC Pipe AWAA C900 a~d C905 s83 Grouting Abandoned Utility Lines S3 S89 264 026402 026404 026409 026411 026416 WATERLINES Waterlines S88 Water Se~ice Li~es S87 Tapping Sleeves and Tapping Valves Gate Valves for Waterlines S85 Fire Hydrants S86 S84 266 026602 027 0272 027203 027204 027205 0274 027402 0276 027606 027610 028 028020 028040 028320 030 030020 032020 038000 050 050200 055420 PART T DPVISION 1 010100 013300 015140 015700 015'780 DIVISION 2 022020 022050 025230 025620 02?602 SANITARY FORCE MAINS Installation of Sanitary Sewer Force Mains S69 SEWERS & DRAINAGE TEC~INTCAL SPECIFICATIONS E~cavation and Backfill for Utilities & Sewers Pipe Jacking, Boring and Casing Cr~shed Limestone Flexible Base Portland Cement Concrete Pavement Gravity Sanitary Sewers LIST OF DRAWINGS Title Sheet / Vicinity Map Project Location Map General Notes and Testing Schedules Construction Sequencing Notes Construction Sequencing Phasing Plan Estimated Quantities Summary / Drawing Legends Existing Water Basemap Existing Sanitary Sewer Basemap Existing Storm Water Basemap Existing Gas Basemap Baselines A and B Alignment and Benchmark 21. 22. 23 26. 27. 29. 33. 35. 36. 37. 39. 40. 42A. 43. 45. 46. 52. 53. 54. 55- 56. 57. 59. 60. 62. 63. 64. 65. 66. 70 Baselines C, D, E, F, Sanitary; Sewer (Line Sanitary Sewer (Line Sanitary Sewer (Line Sanita/~y Sewer (Line Sanitary Sewer (Line Sanitar7 Sewer (Line Sanitary Sewer (Line Sanita~%; Sewer (Line Sanitar~y Sewer (Line Sanitary Sewer (Line 0+00 to STA. 9+40 Sanitar~y Sewer (Line 9+40 to STA. Sanitary Sewer (Line 18+50 to STA. 25+75 Sanitary Sewer (Line 25+75 to 29+76 Sanitary Sewer Sanitary Sewer Sanitary Sewer Sanitary Sewer Sanitary Sewer Sanitary Sewer Sanitary Sewer 'A') I, J and K Alignment and Benchmark Plan and Profile) STA. 0+00 to STA 4+46_5 Plan and Profile) STA. 0+00 to STA. 9+74 {Plam a~d P~ofile) STA. 1+07 to STA_ 2+54 Plan and Profile) STA. 9+74 to STA- 16+00 Plan and Profile) STA. 16+00 to STA 22+00 Plan and Profile) STA. 22~00 to STA. 27+5~ Plan and Profile) STA 27+50 to STA. 37+00 Plan and Profile) STA. 37+00 to STA. 45+94 Plan and Profile) STA. 45+94 to STA. 52+24 and Waterline Plan (Plan and Profile) STA and Waterline plan (Plan and Profile) STA- and Waterline Plan (Plan and Profile) STA_ 'C') and Waterline Plan (Plan and Profile) STA_ Lines 'D' and 'E') (Plan and Profile) STA. 0+00 to End Lines 'F' and 'G') (Plan and Profile) STA. 0+00 to End Line '~') (Plan and Profile) STA. 0+00 to STA. 2+53 Line 'I') (Plan amd Profile) STA_ 0+00 to STA. 6+00 Line 'J') (Plan and Profile) STA. 0+00 to STA_ 7+00 Line 'J') (Plan amd Profile) STA_ 7+00 to STA. 12+70 Line 'J')Enlarged Area Plan at STA. 12+70 Sanitary Sewer Line 'K') (Plan amd Profile) STA. 0+00 to STA. 5+00 Waterline Tie In Details Sanitary Sewer Details Railroad Temporary Shoring Plan Asphalt Pavement Utilities and Miscellaneous Repair Plan (Lines and 'B') Asphalt Pavement Utilities and Miscellaneous Repair Plan (Lines 'B') Asphalt Pavement Utilities and Miscellaneous Repair Plan (Line 'B') Asphalt Pavement Utilnties and Miscellaneous Repair Plan (Line Asphalt Pavement utilities and Miscellaneous Repair Plan (Lines 'C' and 'D') Asphalt pavement Utilities and Miscellaneous Repair Plan (Lines Asphalt Pavement Utilities and Miscellaneous Repair Plan (Lines and 'H') Asphalt Pavement Utilities and Mimcellaneou~ Repair Plan (Lines 'I' and Asphalt pavement Utilities and Miscellaneous Repair Plan (Line'J') Miscellaneous Details Curb & Gutter and Sidewalk Details Driveway Details Storm Water / Stor~ Water Pollution Prevention Details Overall Traffic Control Plan Layout Sam Ranking St. Traffic Control Plan (Phase 1) West Broadway St. Traffic Control Plan (Phase 2) Burns St. Traffic Control Plan (Phase 3) Nueces St. & Burn St. Traffic Control Plan (Phase 3A) Winnebago St. Traffic Control Plan (Phase 4) Coke St. Traffic Control Plan (Phase 5) Leathers Housing Project Traffic Control Plan (Phase 5A) Leathers Housing Project_ / Carlisle St. Traffic Control Plan (Phase 5B) ~ntelope St. Traffic Control Plan (Phase 6) Antelope St. Traffic Control Plan (Phase 7) Stl]lman st. Traffic Control Plam (TA) Doss St. Traffic Control Plam (Phase 8) Leopard St. Traffic Control Plan (Phase SA) Leopard St. Traffic Control Plan (Phase ~%ntelope St. / Mexico St. Traffic Control Plan (Phase 9) Howard St. Traffic Control Plan (Phase 10) Typical S~andard Pavement Markings PM(l) 00A POZ-LOC Sign Support Post and Socket System 71. 72. 73. 74.-85. End of Road Barricade, Traffic Sign Assembly / Installation Details and Traffic Control Plan TCP Notes 98 Work Zone Channelizing Devices on Flexible Supports WZ(CD)-94 Barricade and Construction Details (BC-01-03 Thln~ BC-12 03) Additive Alternate No. 1 2 Winnebago Street - Demolition and Stakin9 Plans Winnebago Street Gradin9 Plan Wiru~ebago Street Sections and Details Winnebago Street Traffic Control Plan (Phase 12) ATTACH/~]~Fr S A. GEOTECq~/qICA3~ INFOR/(ATION B. TX DOT & UN-/ON PACIFIC PE]~MITS NOTICE PROPOSAL/DISCLOSURE S TATEM]~ PERFORi~3%NCE BOND PAYM]~NT BO~ID NOTICE TO BIDDERS NOTICE TO BIDDERS includes: Base Bid P~rt A consists of construction of approximately 210 linear feet of B' PVC gravity sanitary sewer, approximately 710 linear feet of 15' gravity sewer line crossing the IH 37 with new manholes, approximately 2,920 linear feet of 24" dia. gravity line, approximately 4,990 linear feet of 36 inch d4a. gravity mewer line, approximately 1,260 LF of 42= dia. qravity line and approxhnately 645 LF of 48 inch dia gravity line co~lets with manholes, and nine (9) steel casings of vary.ng sizes. Also, included are construction of approximately 2,912 ft of new 8" dia. water line complete with valves, fittings ~nd new taps; kse Bid Pext B consists of construction of approximately 942 LF of 8" PVC gravlty santtam-y sewer line, approxin~tely 284 LF of 12" PVC gravity sanitary sewer line ccm~plete with service connections and manholes; ~me ~d Pmx~ C consists of construction of approximately 457 LF of 30' fiber reinforced san{tary sewer pipe and approximately 420 LF of 42' steel casing crossing Crosstown Ekqoressway complete with maz~holes; w-~q4t~ve Alternate ! consists of appro×in~ately 1,770 SY of concrete pmv~t on winnebago Street; alone with all the appurtenances as show~ on the plans and called for in the specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on W~ms~my. ~l~r~h 16, 2005 , and then publicly opened and read. Any bid received after closing tLme will be returned unopened. A bid bend in the at, runt o~ 5~ of the highest a~nount bid mumt accompany each proposal. Failure to provide the bid bond will constitute a non responsive propesal which will not be considered. Failuzre to provide required performance and payment bonds for contracts over $25,000.00 will resnlt in forfeiture of the 5% bid bond to the City as liquidated da~nages. Bidder's plan deposit is subject to mandatoi~ forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract docnmr~nts may be procured ~r~m the City ~ngineer upon a deposit of F~Ety ~ no/10~ Dollars ({~0.~0) as a guarantee o~ their reuurn in good condition within two weeks of bid date. Docents can be obtained by mail upon receipt of an additional ($~0.~) which is a non refundable postage/hand/lng charge. The bidder is hereby notified that the owuer has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the off.ce of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or tylDe of "laborer,~ 'workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the b~st interust of the public. CITY OF CORPUS C}ERiSTI, TEX3%S /S/ /mgel R. Escobar, P.E. Director Of Engineering Services NOTICE TO CONTRACTORS- A OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe name of the project must be listed under "description of operations" on each certificate of insurance. OFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City wi th thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shallprovide to the City the other endorsements to insurance policies or coverages which arc specifiedin section B-6-11 or Special Provisions section of the contract_ A completed "Disclosure of Interest" must be submitted with your proposal. Should you ha~e any quest~ns regarding insurance requirements, please contact the Contract Administrator at 880-3500_ Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVER3%GE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVER/qMENT ElXVrITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not recp~ire a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 for~as of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project coutract_ Please note that under section 110_110: 1_ Certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2_ The Contractor is required to submit to the City ceztificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. The Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with this Notice to Contractors "B" requirements. (Revised 1/13/98) Page 1 of 7 Title 28. ENSLFRANCE Part II. TEXAS WORKERS' COMPENSATION COMMLSSION Chapter 110. REQUI]:LED NOTICES OF COVERAGE Subchaprer B. EMPLOlqER NOTICES § 110.110 Reporrinz Requiremear. s for Building or Construcrioa Projects for Governmental Entities (a) Thc following words ired re. rrru, when used in ~ rule, shall i:.2ve thc following m,'~-;,~g% unless thc cont~t~ clearly indicates othenvise. TenltS not defined in th~ rule shall i'mvc the meaning defined in thc Te~x~s Labor Code,/.f so deft.ned& (1) Cecdficz:e of cove,'2g e (ce-~-ifice~e)--A copy o £ a cer'fifie-a.t c cf ;-.k~uranee, 2 cm-titleate of authori~' to sclf-insm'c i.xsucd by thc c-=mmissiort, or a workea~' compensation coverage a_m-cemem (TWCC-g 1, TWCC-82. TWCC-83, or I~VCC-84), showing statutory, workers' compensation in_qura.rme coverage for the per~on's or enfirfs employee* (including those mbject roa coverage a~ccment) providing services on a project, for the dttr~fion of thc projoct. (2) Building or coaxtruc-don-Has the mes_-.ing defined in the Te..x2.~ Labor Code, § 406.09~e)(1) (3) Conrramor--A per, on bidding for or awazded a building or con_m'unfion project by a governmemt2.1 (4) Coverage-Workers' compcas.ation insurance meer~g the s"tamtcry, requircmcuts of the Tear. az Labor Code, § 401.011(4.4) (5) Coverage 2_m-cemem--A written agreement on form TWCC-E;1, form TWCC-82, form TWCC-83, or form TWCC-84, fi/ed with the Texas Workers' ComPermauon Co,'~,~i~slon which ,stabtishes a retation~hlp ber'wee_a the parties for purposes of the Texa_q Workers' Comt:~msafion Ac~ pm'~tam to the Tex:~ Labor Code, C-'h~ter 406, Subc~pters F md G, a.s one o£cmployer/employee m.~d establishes who will be respo~s~lc for providing workers' compemfion covm-~gc for persoas providing servic*.~ on the project (6) Duration of the project-includes thc time fi-om the beg~-i.g of work on the project until the work on the projem has been completed ~qd acceut'..d by thc govcmmcnta/enti~. (7) Persons prov/ding se~'ic= on the proje= ("subcontractor" i~':. § 406 096 of thc Ac0-9'qth the ex~ption of oerson.s ex:!uded under subsec-do~s (h) and (i) of this seo-dor~ includes all person~ or endties performing all or pv..rt of the services thc contractor ha~ undext~ken to perform on the project reeardless o£whe~er that person contrac:ed dkectN with the contractor and re_~a~dle:ss of whether that person ~as omnicrom. Dis includes but is not limited to independent contractorS, mbcontracrors. leax/ng companies,'m~lor carriers, owner-oper-~tors, employees of any such entity, or employe~ of my entity, furnishing persons to perform services on the project "Services" includes but is not lkrfited :~o*rlcg rocot, a'rm,,c*'ro~.s - ~ Revi~ecl 1/13/91t) 8/7/9B http:/lv, m~v sos state. Dr ux/rac_/2S/II]110/13/1 I0.I 10 html wqe ~ ct '~ Page 2 cF 6 :o prs;~o!.':._z, :z"_lin~ or cieE-,,¢rmg equipment or z-..z:-'~is, or Fr~vidin§ labor, ~-a.'~SDC~Z:!crL or o~he: sea':ce rosa:sd :o a projec;. '_.ce.~ices' does not msi::~e acu~dt!es ur, r¢iated [o [he proje~ such ~ fooo.'3ever:ge vendors, ¢~ce supply deiJvenes, a'~d deUvery of ?ormble tollem (8) Preiem-rqc!udea the pro;(sion of ail services reizted ~o a bui~d~g or cormruoxJon cora;act for a (b) Provi0'in_z or causing to be provided a cermScz:e of coverage pursuant to this rule is ~ represe.':~:ica by the insured tha~ aLI employees of',hc insured ',,,-ho axe providing ser,ncea on thc proje~ ~'e covered by workers' compensation ccveage, that thc coverage is based on prouer repom-ng of ci=sitication codes and payroll amour, rs, and that all coverage agreements l'a. ve been filed with the zparopriatc insurance carrier or, in the case cfa self-insured, with ~he commission's Division o£Seff-Insur~'~ce Reguiatiov_ Providing false or misleading cec'~cates of coverage, or fiil;ng to provide or mtin~ain required coverage, or failing to report any ckangc thal materially aff'ec"~,.s thc provision o£ c. over-age may s',~bject the conwactor or other person providing services on thc project to adn'finisu-~tive penalties, crimlnzl penalties, civil pen~ties, or other civil actions (c) A gover:,..-~-,~qtal entity, tkzt enters inro a bugcth':._'g or come_'an contract on a proje~ s,"mll: (I) include iv. tine bid specNcadons, al/the provisions of para~m-~ph (7) of this subset-nam using thc langu~ age required by para.apb (7) of this subsec'Jon; (2) as p~,x oft.he contract, using the language requ.kcd by parag:mph (7) of this subsec'don, require the contras, or to perform ~s required in subsection (d) of this section; (3) obtain fi.om the con£ra~or a cea-ti/icatc of'cove, a-age for each person providing services on the project, prior to thor pe,'~on beginning work on the projccx; (4) obtain from the conu-a~,,or a new cm-ti.ficare of'coverage showing exteusion of coverage: (A) before t?'.¢ eM of thc 'taawent coverage period, iS,'he contra~or's current certifi~te of coverage shows that ~e coverage pe~5od ends during the dura~on of the projeu-x; and kB) no later u~a.n seven days after the expiration of tJ.he coverage for each other person proviriing services on the pmje~ whose cawrent certificate shows that the coverage period ends during thc duration oft.he project; (5) retain ce.--rLficates afc. overage on file f~r the duration o£th¢ project and for three years therea.fl.e_q (6) provide z copy of the ce_,-dficates of coverage to the cam.m~s.~on upon request and to any person entitled :e them by law; ~md (7) use the [a~g, aage contained iai the following Figure I For bid :peeLficatiopa and'controls, without any additional words or changes, except those required to accommodate the specific document in which they a.~e contained or to knpose stricter standards ofdooamentafion: T28S 110.110(c)(7) fbi http://w'v,~ sos.s;ate.tx us/£ac..'2S/"L!/110/[3/1 I0 110.htrrJ ea~e ~ o~ · 8/7/98 '_~ TAC 110.110 Page5 0£6 contractor sh~: ~i) provide coverage for its employees .l::lmviding sei"vic~ on ~. l:ff'oj~'t, fo." the ~.IFS/.]OII ofthe proj~ F.z.~-d on proper reporting of d~s~:,Sc.~on codes znd pzyroil amounts ~-':-d ---":':g of any. cove. rage ~12) provide a cea-tifica:c of coyer'age showing worke~' compet~ation coYe:-zge to the goveromentd entity prior to beginning work on r_he project; (3) provide the gove."nmer~tl emi£;, pdor ,o the end .of the coverage period, a new eerlitica~e of coverage showing ex~ea~ion of c~ver-age, if~he cover'~ge period shown on t~e contra~oes C~Temt ::rtifcate o£ cove. rag= ends during the duration of the projecg (4) obtain from .~,-h pea-sou provi,~i,~_-, se~ic~s on a proje~., u.el provide to the §ovemmem~ entity: (A) a certific, ale of corm-age, prior to rh.r person b~nlng work ou the project, so the govemmew~l '~ntily ~ill have on ~e certificates of coverage showing coverage for all per~ons proviermg service~ on :2:e p roi ec-,g ('B) no la~er ~hu. seven days area' receipt by the contractor, a new cea'ziflcax¢ of coverage showing exxen.~ou of ~overage, if,he cover-~de pedod shown on the oa.rre~ c~ ,i,';caze ofcoverage ends during the du_,-afion of the project; (5) reign all required cerdficate~ of coverage on File for the dura~on of the proje~ sr~I for one year thet~al~e~ (7) post. a notice on each project site ka'ot-~ng ~ persorm providing ~ervic~ ou the project that aze required to be covered, aud sta~ing how a person ruay verify' ~ coverage and t~port f~xqum provide cove~.ge. ~ noti~ does not '-~Hmey oth~' po.eri.~ requirt-tm'ww~ impos~l by the Act or other ~ ...... :~,qon rules. Thiz aotic~ ,,'-,~t be pria~fl with a tide ha at leazt 30 polal bold type and tea. in at le.~ 19 poi~ uorr,,-I type, aud shall be ill both l~nElie}~ ;II:K[ _~mni~h ~ ~ 0~1~1' I:~n_oMag¢ to lhe ,~:~tr l:~l:.,[-ffo~. The te.xI for the nofice:s eh. Il be ,he followh~ texI l:~'~vided I~ the commis~on on the ~,',',p!e notice, without auy adclkioual words or c~nges:. REQ~ WOR.KEi~' COIV[PENSATION COVER~ "The law requires that each person worki~ on t~i~ site or providing services related ,o this coustrucrion pruje~t mu.vt be covered by workers' compeasatiou h~urance. 'iZ:Js h3cludes persons providing, hm,lin_o, or delivering equipmem or materiaLs, or providing labor or umasport~oa or other sen, ice related lo the project, r~m-dless of the ideud~y of their employer or _~,=n,~ a~ an employee_" "Csll the Te:c~ Workers' Compen..~don Commission at 512-440-3789 to r~";ve information on the legal requiremen~ for coverage, to veri~ whether your employer ha~ provided the required coverage, or to report an employer's failure m provide coverage." 8f'//98 Enpff/x,,-w'w.sos.~tate. lX.t~,c/28/II/110/B/110. I 10_htm.l ]$TAC~O~IiO Fag~ao~6 (8) ¢cnua¢.-~ily require ~.ach 'aerson x~qth whom.. :: corttra~.a :z ';.-ovide senfic~ cz z ~rojec't to: (A) provide coverage ba~ed on proper reporting ot-c~c~_tion code~ ~nd payroii ~..m. otmt~ and filing of any coverage agree.me.,'.,_s for ~;; of ks empioyees providing semites Cn the proje~, for the duration of the project; provide a ce.mfic~[e of coverage to the cont.~ctor prior [o that person be~n,iug work on the proje~; (C) include in all controls ;o provide servic~ ct, the project :.he language in subsecuen (e)(3) of thi: (D) provide the ¢onLr~or, prior :o the end of-he coverzg_e pe~oct, a new cerdfica:e of coverage showing ex~enzion of coverage, if the cove-r~e period shown on the curr~at certifice;e of cover-age ends during the duration at'the project; OE) obtain fi-om each o~hcr Fer~on wida whom k conu-ac:,s, e.nci provide to the conc=ctor. (5) a cz."r~gat~ ofcover3ge, prior :o the other pe.~on begg, ming work oa the proje-a-~.; ~':d (-u') prior to the end of the coverage period, a new certificate of coven-age showing e.,cte~ion of the cover'~gc period, it' the coverage pelSod shown On the curren'_ ce:-tLfieate of coverage enel~ dttring thc dur'a.tion of the project; ('ir) re, rain all required ce.."tificate~ oF coverag_e on file for the duration of the projec-. ~..v.d for one year ther~er, (G) nod0/thc govm-m'u=r~l e-adD' ia writing by c.m'd/ied r,~;! or per~oaa~ delivery., ,,v/rhh~ tea days after the per~oa kaaew or should have known, o£a~y chaz~e rbm materially affect~ the pm, vision of (H') con=ac:~ially rO:Bm-e ~ch otb. ex peraaa ,;vid; whom k conu'~c'.s, to perform ~z req'uh'=d by s-ubpara_m-apl~ (A)-(t-I) of this p _ara_re'apb, x,,4th thc ce.['fifica~e of covet-~e to be provided to the person for wt~om they a~ providing se.~vices. (e) A pc~on prov{dinE ser~ice, s on a project, other than a contractor, shrill: (I) provide coverage for its employees pravidin8 sez~ces o- a project, for ~e du~don of~e proj~ b~ed ca prop~ repo~ ofcl~don ~d~ ~d paine ~a~ ~d ~g of~y ~ve~e (2) provide a certificate o£coverage ~ reqrdred by its eontrac= to provide services on ~c project, prior to be~nning work on the project; (3) have the following I~age i~ its contraca to provide service~ on thc pr0J~t: ":By ~gning this conu-~ct or providhag or cau_4ng to be provided a certificate of coverag_e, thc person si?ing th~ coatrzm is represeming to the govexnmental entity thaz aLI e.mployee~ of the person signing this contraC:, who w'ill prowde services on the project ~ be covered by workers' compen_.t~ion co','ex3gc hrtp:/Avw'w.sos.s'£aze. Dc.u~tac/28/ISff110/]9/110. l l 0.hr..~ t'~Lg~ ~ o~ o (4) provide the person for whom it is providing services on the project, prior to the ~ of the coverage period shown on its current cenificz~e of cover~_e, a uew c. ertifica~e showing extension of coverzge, iethe coverage period shown on :he cerdfica:e of cove~e e,~ch during the dur-~ion of the pmjec~.~; (5) ob:ain fi.om each person providing services on a projea trader coatrae~ to it, ,nd provide required by its conu-act: (A) a cm-fific.~te of coverage, prior to the other person be~,~;,,g work on the projecx; (B) prior to the eaad of the coverage l:~iod, a new certifi--T~ of coverage showing e~/oa of the coverage period, if the coverage period shown on the cun'ent cen~c~e o£coverage ends during the dUramon o£ the projec'g (6') ret~ all required c~-rfific~es of coverzge on file for the duration of the project and for one year there:z.~er, C7) nod_CT the govem.m~r.,x[ em. icy in wri'~g by c~ ufied mail or persooal delivery, ofzay r~-ge that m~eda. Uy a.~e~s the pr~vision of core.ge or' a_~y person provid~,~g se.rvic*s on the projecZ a~[ send the not~ witJ~ tea days afl:er the person baew or should have known Of the eh.~ge; and (8) comi-'~c'n,~lly reqt~-e each other person with whom it conl:racT, s to: (A) provide coverage based on proper reporting of classification codes a~d p~ll am~mt~ am~ ~i,~g ofa~y coverase agreem~ for all of'ks eraployees providing services oa the projec~ for the dtm~ioo of the proje~:; (B) provide a eerti~c, zte o£covea-age to k prior to th~ other person b,~4.',,;~g work on the I~ojec~; (C) include in .11 coou-m::l~ to provide services on the proje~'t the Is-~uase in paragraph (~) Of this subse~on; ('D) provide, prior to the end or' the coverage period, a new cerfificaZe ofeoveraffe showing e.x'ten~ion of,Ne coverage period, if the core.ge period shown on the cun-m~ c.~l~:fi~ale of cover-~_c ends during the duration of the project; ('~) obr.in ~-om each other per, on under c:n~--ac~ to it to prox4de ser'v'ice.~ on the projec'g and provide ~ required by iu co~u~c~: (i) a certificate of coverage, prior to thc other person be_~nni.ng work on the project4 ~ ('u') prior to the end of the coverage period, a new certific~ae of coverage showing ex~e.~ion of the cove.~ge period, if the coverage period shown on the current certificate of coverage ead~ during the http://~.so$.state.~x.u~/tac/28/II/110/B/110 I lO.html ~rxce ?~ e~meta~cx~s - a c~ tA~ t!~.tl~ Page6of6 dLu~fiOn Of :he concrac:: (F) retain ail required ce.~-LS~:~ of c. ove~-~_~ on file £or thc dura~on cf .-he proje~'t and for one year th er ea_~e.,-; (G) notitS'_ the govcrnm~',.ai cnci~ in writing by cea'dried mail or persorm, i delivery, wl,hi,~ ten days a.~er r~c pcr$oa know or shouI~ l~v¢ knowrg ofemy cha~ge ~t rne. reriediy aJ~ects ~e provisioa of coverage ofa~y person providing ~ervices on the project; and (H) contracrua.[ly requh-e ezc,h p¢:~on with whom k contract~, to perform ~ required by tJ~ - subpaxaga'a_ ph and subparapapks (A)-(G) of thio pa,'agra~ ph, with the cergficate of coverage to be provided m the person for whom they ~re providing services. (0 If any provision oftkis rule or its application to any person or circamsr, a~ce ~ he/d invali~ the iava.lidity does not aff'~:t other provixions or applications of'thi~ rtd~ that e-~n be givetl e:ff'e~ without the invalid provision or application, and to this end thc provisions of tl~rulc ar~ declared to be (g) 'l-Ns mie is applicable fer building or comm-uc:r, iou contrac~ adve_~J~ed for bid by a govea-nmcn~ e.~tity ou or otter Sept~'mher 1, 1994. ~ r~le ia also applicable for those building or coasma~tion corm acts eraered into ou or a. Rer September 1, 1994, which are no~ req. uir~ by law to be advertised for bid. th) The c. over-age requitemmt in th~ rule does not apply to motor carHer~ who are required pm"s~am to Texa_~ Ciwa Statutez, Article 6675c, to register with the Texaz Dep. m-tmem of Tran.spot~ation a~ad who provide accid~m.~ in_.quznce coverage pun'uant to Te.xa.s Civil Stzmtes. Ardc~c 6675c, § 4~). (i) The covenge requir~mezzt in'this rule doe~ not apply to sole proprietor~, partmers, and corporate officers who meet thc requiremenr~ of the Acl, § 406,097(c). az~cl who a~ expficilly excluded from co,em-age in accordaae~ with the ] 995, § 1.20). TNs subsec~on zpplies only to sole proprietors, parmers, ..a ~rpo~te exea. rd've o~iccr~ who ~re excluded ~om coverag~ in an insurane~ po~cy or c. en~ca.te af authority to that ia delivered, issued for ddivery, or renewed on or a.R~ ~anum-y 1, 1996. Source: The provisians of this § 110.110 ~dopted to be effective September 1. 1994, 19 Textl. eg 5715; ~.me~ded to be effec'dve November 6, 1995, 20 TexReg 8609_ Return to Section llldex http:Yl~.sos.st~,Le.txus/tac/2~i/L!/110/B/110.110.html PART A SPECIAl, PROVISIONS ANTELOPE STREET AND SALT FLATS AR~A 36'/ 48" WA~','~WATER GRAVITY INTERc~TOR LINE SECTION A - SPECIAL PROVISIONS A-1 Time ~nd Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, March 16, 2005. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - ANTELOPE ST. A~T WASTEMATER GRAVITY INTERCEPTOR LINE FLATS AR~A 36"/ 48" A pre-bid meeting will be held on Tuesday, March 8, 2005 beginning at 2:00 p.m. The pre-bid meeting will convene at the conference room of the Water Utility Building located at 5352 Ayers Street (near Holly Road & Service Center Drive), Corpus Christi, Texas, and will include a review of the project scope. The Consultant Engineer will be present, to adcLress Bidder's questions. No additional or separate visitations will be conducted by the City. A-2 Definitions ~nd Abbreviations Section B 1 of the General Provisions will govern. A-3 Description of Project Antelope Street a~d Salt Flats Area 36"/ 48" Wastewater Gravity Interceptor Line -~R-hid~includes: Base Bid Part A consists of construction of approximately 210 linear feet of 8~ PVC gravity sanitary sewer, approximately 710 linear feet of 15" gravity sewer line crossing the IH 37 with new manholes, approximately 2,920 linear feet of 24" die gravity line, approximately 4,990 linear feet of 36-inch dia. gravity sewer line, approxi~tely 1,260 LF of 42" dia. gravity line and approximately 645 LF of 48 inch dia. gravity line complete with man_holes, and nine (9) steel casings of varTing sizes_ Also, included are construction of approximately 2,912 ft of new 8" dia. water line complete with valves, fittings and new taps; Base Bid Part B consists of construction of approxlmmtely 942 LF of 8" PVC gravity sanitary sewer line, approximately 284 LF of 12" PVC gravity sanitary sewer line complete with sea-vice connections and manholes; Secfon A-SP (Hevised 9/18/00) Page I of 38 Base Bid Part C consists of construction of approximately 457 LF of 30" fiber reinforced saD/tary sewer pipe and approximately 420 LF of 42" steel casing crossing Crosstown Expressway complete with maD_holes; Additive Alternate 1 consists of approximately 1,770 SY of concrete pavement on Winnebago Street; Alone with all the appurtenances as shown on the plarrs and called for in the specifications and contract documents. A-4 Method of Award The bids will be evaluated based on following order of priority, subject to availability of funds: 1_ Total Bass Bid (Part A + Part B + Part C) 2. Total Base Bid (Part A + Part B + Part C) + Additive Alternate i The City reserves the right to reject any or all bidsj to waive irregularities and to accept the bid which, in the City's opinion, is m~st advantageous to the City and in the best interest of the public. The bidder shall bid for all Base Bid Items and all Additive Alternate Items in the proposal. A-5 Item. to be Submitted with Proposal The following items are requ/red to be submitted with the proposal: 5% Bid Bond (Must reference A~telope Street and Salt Flats Area 36'/48' Wastewater Gravity Interceptor Line -~Rebid! (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement 3. Require~ents of Sections A-28, A-29 a~d A-30 of the Special Provisions. This information is prerequisite to the City ~gineer's obligation to execute a contract for this project. If such information is not provided at the time of bid opening, the award of contract may be rescinded_ A-6 Time of Com~letion/Liquidated D.mages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction amd will be required to meet dead lines for completion of each item shown below_ The project has been divided into twelve phases and is further divided into eight items The contractor is required to complete each item before proceeding to any other item. At any one time, the contractor will not be allowed to start or work concurrently in more than two items_ Time duration for construction is allocated for each item and if the work in that item is not complete as shown below, liquidated damages will be assessed for each ~ ~SP (Reused ~ 18/00) 1~'~ ~ o~ day the work is delayed. A penalty in the amount of $ 1,000.00 per calendar day will be assessed against the contractor as liquidated damages. Time duration for each item is not transferable. Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City_ Start of Ite~ chargetime is initiated by the setting up of Traffic Control and first day of traffic diversion. Item 1, Phase i & 2 60 Calendar Days Line 'B' STA 45+94 to STA 52+24 Complete installation of 60" steel casing and 48" sanitary sewer line from intersection of Resaca Street/ Sam Rankin St_ to the intersection of W_ Broadway Blvd. and Burns Street up to the 10' diameter ma~/~ole. backfill and repairs to pavement shall be completed for this area_ Item 2, Phase 3 Line 'B' STA 33+71 to STA 45+94 30 Calendar Days This includes installation of 36" gravity sa2qitary sewer line along Burn Street, from Broadway Blvd. to Nueces St. and thru an easement (20') thru Sylvester property including manholes and repair to the pavement_ Item 3, Phase 4 Line 'B' STA 19+41 to STA 33+71 60 Calendar Days Construction of 36" gravity line and the 48" steel casing with all manholes and interception of all existing gravity lines along Nueces Street and along 20' easement to Winnebago Street. Item 4, Phase 5 Line 'B' STA 7+72 to STA 19+41 100 Calendar Days This is very critical area, being inside the Housing Authority compound. The time allocation is for the duration of construction of 36" gravity line all the laterals and manholes and repair of paving. Item 5, Line 'B' Line 'C' Phase 6 and Phase 8A STA 3+44 to STA 7+72 and STA 21+63 to STA 29+45 and all lateral 120 Calendar Days lines and 8" water line This section includes the installation of 48" steel casing under IH 37, 36" sanitary sewer line along Doss St. from Leopard St_ to Martin Luther King St., 24" gravity sanitary sewer line along Antelope from N_ Port Avenue to Doss Street and 8" water line along Antelope St. This also includes installation of two casings under the railroad within the allocated days. Item 6, Phase 7 120 Calendar Days Line 'c' STA 0+00 to STA 29+45 with all lateral lines and water lines Phase 7 includes work along the IH 37 frontage road, Antelope St_, between ~onA-SP (Revis~d~l~) Page3of~ Palm St. and N. Port Ave. and along Frost Bank property. Ail the work including installation of 24" sanitary sewer, water line, two steel casings under N. Port Ave. and repairs to the paving has to be substantially complete in allocated time_ I~e~ 7, Phases 8B & 8C Line 'A' STA 0+00 to STA 3+44 60 Calendar Days The installation of 36" gravity line along Leopard Street a~d tie in the existing sanitary sewer line on Coke St. has to be complete with the repairs to pavement within the allocated days. Item 8, Phase 9, 10, 11, 12 Phase 9 Line 'I' STA 0+00 to STA 6+00 40 Calendar Days Installation of 415 LF of 24" steel casing under IH 37 at Mexico St_ and 566 LF of 15" gravity line complete with manholes and repairs to pavement within the allocated days. Phase 10 Line 'K' STA 0+00 to STA 5+00 40 Calendar Days Installation of 420LF of 42" steel casing under Crosstown Expressway at Howard St_ and 470 LF of 30" gravity sewer co, lets with manholes and repairs to pavement within the allocated days. Phase 11 Line 'J' STA 0+00 to STA 12+70 45 Calendar Days Installation 42" gravity sanitary sewer line along with 12' dia. ju/~ction box and manholes and repairs to pavement within the allocated days_ Phase 12 28 Calendar Days 1770 SY o~ concrete pavement including repairs to the stormwater lines and new inlets installed within the allocated time_ Each item as described above shall be completed within the number of Calendar days allocated; Any two items may be constructed concurrently, upon approval concurrence of the Consultant Engineer and the City of Corpus Christi_ T:l~e duration for each item is not transferable. and Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each item of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be Sccuon A-SP (Re~scd ~18/00) page 4 of 38 considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of 360 Calendar Days, as detailed elsewhere in the contrsct documents. D-~ges for exceeding the total time allotted shall be iodapendent of d-m~ges assessed for each item, ss described above. After Contract Award and pre-construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed_ For each calendar day that any work remains incomplete after the time specified in the Contract for cou~pletion of the work FOR EACH ITEM or after such time period as extended pursuant to other provisions of this Contract, $1,000 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not in, posed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the ~onthly pay A-7 Workers C~m?ensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Further~ore, for each calendar day including and after the effective date of term/nation or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired_ Section A-SP (Revised 9/18/00) Page 5 of 38 In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project un/ess all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 F~xed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder_ A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Heavy Construction. M4ntmum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed_ The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in counection with the Project and showing the actual wages paid to each worker. The Contractor will make bi weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project_ These documents will also be submitted to the City Engineer bi weekly (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals_) One and one-half (1 ~ ) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B 1-1, Definition of Terms, and Section B-7-6, Working Hours.) Section A-SP (Rex4sed 9/1W00) Page 6 of 38 A-11 Cooperation with Public A~3encies (Revised 7/5/80) The Contractor shall cooperate with all public and private agencies with facilities operatin~ within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One-Call System 1-800-245-4545, the Lone Star Notification Company at 1-800 669-8344, and the Southwestern Bell Locate Group at 1- 800-828-5127. For the Contractor's convenience, the following telephone numbers are listed_ City Engineer A/E Project Engineer Traffic Engineer Police Department Water Division Wastewater Sel-vices Division General Foreman Const. Supt. Gas Division Storm Water Parks & Recreation Solid Waste Services Central Power & Light Co_ Southwestern Bell Telephone Co. hours) City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 880-3500 Bhaskar Patel, P.E. Maverick Engineering, Inc. 2000 SPID, Suite 100 Corpus Christi, Texas 78416 (361) 289 1385/ Fax (361) 289 0712 880-3540 882-1911 857-1880 857-1818 857 1831 857 1800 885-6900 857-1881 880-3461 857-1970 299-4833 881 2511 (880-3140 after hours) (880-3140 after hours) (885 6900 after hours) (880-3140 after hours) (693-9444 after hours) (1 800-824-4424,after 857-1946 857-1960 857-5000 (857-5060 after hours) 887 9200 (Pager 800-724-3624) 813-1124 (Pager 888-204-1679) 881 5767 (Pager 850-2981) 512/935-0958 (Mobile) 972-753-4355 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deer~ed necessary for the construction of this type of project with regard to the location and nature of %underground utilities, etc. However, the accuracy and cn-~letenees of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense_ ~c~n ~SP (Re~s~ ~18/~) l~qe7 ~38 In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price All such repairs must conform to the requirements of the con~Dany or agency that owns the utilities_ Where existing sewers are encountered and are interfered with (i.e_ broken, cut, etc_), flow rm~st be maintained_ Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pu~mping to a satisfactory outlet, all with the approval of the City Engineer_ Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor umst pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. To by-pass the flow, the connections to the existing facilities shall be made over the gro,,~ surface by memns of flexible and/or rigid pipes. The pipes used for bypassing this flow shall be strong enough to resist traffic 4-~.act loads, and the size of the pipe shall be capable of handling the incoming discharge but cause minimum {~!~,~ct to traffic flow and safety. The construction of temporary gravity flow lines, force main lines, pumping equipments, plugs, flow diversion structures, etc., required to maintain and control system flows shall be responsibility of the Contractor. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. The Contractor shall NEITHER anticipate NOR expect assistance or advice from the City of Corpus Christi Wastewater Staff/personnel_ The City will not assist the Contractor in diversion of wastewater flows by temporarily shutting down lift stations, closing valves to divert wastewater flows, etc_ The Contractor shall be wholly responsible for the operation and maintenance of any proposed bypass pumping system_ A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during consti~ction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather_ The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties_ This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department &CfiOl~ A~P (Re~ed ~1 ~00) P~e 8 of ~ Ail coots for traffic control arc conoidcrcd subsidiary, thcrcforc, no direct paymcnt will bc m~dc to Contractor_ Ail costs for traffic control plans, i.e_ preparation of plans, approval and permit from the City, and implementation of the plan on each site for the duration required will be included in the lump sum items as listed in the Proposal Form_ If the site needs new signs and/or adjustments in the traffic control sign location, which may be required for safety of traffic and pedestrians, no additional payment for the implementation and enforcement shall be made to the Contractor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoinin9 streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets a~d curb line must be cleaned at the end of the work day or more frequently, iC necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and R-w~vals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with top soil. Top soil is defined as soil that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The soil must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass_ All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted_ Ail necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Pipe Installation"; therefore, no direct payment will be made to Contractor_ A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Secson A-SP (Revised 9/1 Page 9 o[38 A-17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site_ The field office must contain at least 120 square feet of useable space_ The field office must be air- conditioned and heated and must be furnished with an inclined table that r~asures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24-hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. Schedule amd Sequence of Construction To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight schedulin9 for construction and will be required to meet dead lines for completion of each item shown below. The project has been divided into twelve phases and is further divided into eight items. The contractor is required to complete each item before proceeding to any other item_ At any one time, the contractor will not be allowed to start or work concurrently in more than two items. Time duration for construction is allocated for each item and if the work in that item is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amount of $ 1,000.00 per calendar day will be assessed against the contractor as liquidated damages. Time duration for each item ia not transferable. Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and corhnected to the existing system, and accepted by the City_ Start of Item chargetime is initiated by the setting up of Traffic Control and first day of traffic diversion. The Contractor shall submit to the City Engineer a work plan based on calendar days for constr~ction of the entire project and broken do~rn into construction of each item. This plan must detail the schedule of work for each Item construction and shall be structured to meet all the requirements of Section A-6 "Time of Completion" and must be submitted to the City Engineer at least three (3) working days prior to the pre- constr~ction meeting. The Contractor to furnish Construction Schedule for the following It-m- Item 1, Phase i & 2 60 Calendar Days Line 'B' STA 45+94 to STA 52+24 Complete installation of 60' steel casing and 48" sanitary sewer line from intersection of Resaca Street/ Sam Rar~kin St. to the intersection of W. Broadway Blvd. and Burn Street up to the 10' diameter markhole_ All backfill and repairs to pavement shall be completed for this area. Sec~ion A-SP (Revised 9/18/00) Pag~ I0 of 38 Item 2, Phase 3 Line 'B' STA 33+71 to STA 45+94 30 Calendar Deys This includes installation of 36" gravity sanitary sewer line along Burn Street, from Broadway Blvd. to Nueces St. and thru an easement (20') thru Sylvester property including manholes and repair to the pavement. Item 3, Phase 4 Line 'B' STA 19+41 to STA 33+71 60 Calendar Days Construction of 36" gravity line and the 48" steel casing with all mmnholes and interception of all existing gravity lines along Nueces Street a~d along 20' easement to Winnebago Street. Item 4, Phase 5 Line 'B' STA 7+72 to STA 19+41 100 Calendar Days This is very critical area, bein9 inside the Housing Authority compound. The time allocation is for the duration of construction of 36" gravity line all the laterals and manholes and repair of paving_ Item 5, Line 'B' Line 'C' Phase 6 and Phase 8A STA 3+44 to STA 7+72 and STA 21+63 to STA 29+45 and all 120 Calend~r Days lateral lines and 8" water line This section includes the installation of 48" steel casing under IH 37, 36" sa/~ita~%, sewer line along Doss St. from Leopard St. to Martin Luther King St., 24" gravity sanitary sewer line along Antelope from N. Port Avenue to Doss Street and 8" water line along Antelope St. This also includes installation of two casings under the railroad within the allocated days. Item 6, Phase 7 120 Celendar Days Line 'C' STA 0+00 to STA 29+45 with all lateral lines a/~d water lines Phase 7 includes work along the 1H 37 frontage road, Antelope St., between Palm St. and N. Port Ave. and alon9 Frost Bank property. Ail the work including installation of 24" sanitary sewer, water line, two steel casings under N_ Port Ave. and repairs to the paving has to be substantially complete in allocated time. Item 7, Phases 8B & 8C Line 'A' STA 0+00 to STA 3+44 60 Calendar Days The installation of 36" gravity line along Leopard Street and tie in the existing sanitary sewer line on Coke St. has to be complete with the repairs to pavement within the allocated days. Secfon A-SP (Revised 9/18/00) Page 11 of~ Item 8, Phase 9, 10, 11, 12 Phase 9 Line 'I' STA 0+00 to STA 6+00 Installation of 415 LF of 24' steel 40 Calena~ Days casing under IH 37 at Mexico St. and 566 LF of 15" gravity line complete with manholes and repairs to pavement within the allocated days_ Phase 10 Line STA 0+00 to STA 5+00 Installation of 420LF of 42" steel casing under Howard St_ and 470 LF of 30" gravity sewer repairs to pavement within the allocated days. Phase 11 Line 'J' STA 0+00 to STA 12+70 complete with manholes 45 Calendar Days 40 Calendmr Days Crosstown Expressway at and Installation 42" gravity sanitary sewer line along with 12' dia. junction box and manholes and repairs to pavement within the allocated days. Phase 12 28 Calendar Days 1770 SY of concrete pavement including repairs to the stormwater lines and new inlets installed within the allocated time. Start of Item charget4m- is initiated by the setting up of Traffic Control end first day of traffic diversion. Each item as described above shall be completed within the number of Calendar days allocated; Any two items may be constructed concurrently, upon approval and concurrence of the Consultant Engineer and the City of Corpus Christi. The plan must also indicate the schedule of the following work items: 1_ Initial Schedule: Subm/t to the Pre-Construction Schedule for review. to the City Engineer three (3) days prior Meeting an initial Construction Progress Itenm to Include: Show complete sequence of construction by item activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 4. Re-Submission: Revise and resubmit as required by the City Engineer_ Once a Month Update: submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. SccUou A~SP (Revved 9/18/00) Pa~ 12 of 38 T/me duration for each item is not transferable_ Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each item of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0_50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. Januar7 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of 360 Calendar Days, as detailed elsewhere in the contract documents. D-m~gas ~or exceeding the total time allotted shall be i~e~dent of ~-m-ges assessed for each item, as described above. After Contract Award and pre-constr%]ction meetin9 is held, the Contractor shall co,hence work within ten (10) calendar days after receipt of w~ritten notice from the Director o~ Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work FOR EACH ITEM or after such time period as extended pursuant to other provisions of this Contract, $1,000 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not in,posed as a penalty but as an estimate of the damages that the City will sustain from delay in con~pletion of the work, which damages by their nature are not capable of precise proof_ The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the m~nthly pay est~m-te. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, sections, measurements, bench marks, baselines, etc_ that are required to construct a project of this nature. grades, normmlly Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be ~cUon A~P (Rensed ~1 ~) Pa~ 13 of~ established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measu/ements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing a/Id proposed, for the purpose of adjustin~ valves amd manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work_ The Contractor shall provide the following certificetion £or documentation and verification of c~m~liance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: · All curb returns at point of tangency/point of circumference · Curb and gutter flow line - both sides of street on a 200' interval; · Street crowns on a 200' interval and at all intersections. · Ail rim/invert elevations at manholes; · All intersecting lines in man_holes; · Casing elevations (top of pipe slid flow line) (TXDOT and RR perm/ts). · All top of valves box; · Casing elevations (top of pipe and flow line) ('rx~OT and RR permits). · Ail rim/invert elevations at manholes; · Ail intersecting lines in manholes; · Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Secl]o, (Revised 9/I 8/00) Page 14ol-38 A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective m~asures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer_ A-21 Project Si~ns The Contractor must furnish and install three (3) Project sign as indicated on following drawing (Attachment I). The sigz% must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the sigru~ will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise_ 2. Definitions Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract_ Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of hhe foregoing under contract with a prime contractor on a City contract Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s)_ Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaska/1 Natives, and Asians or Pacific Islanders_ For the purposes of this section, women are also considered as minorities. Minority person(s) mush collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner ~o. A-SP (Revi~d ~18/00) P~u 15 of~ hereinafter set forth= 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more m/nority person(s)_ (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or rmDre minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s)_ Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51_0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority: See definition under Minority Business Enterprise- Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51_0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction_ The degree to which a joint venture may satisfy the stated MBE goal ca-n-not exceed the proportionate interest of the MBB as a member of the joint venture in the work to be performed by the joint venture_ For example, a joint venture which is to perform 50_0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25_0% of the work. Minority ~Oll ~SP {Revis~ ~ 1 ~) Page 16 of~ 3 members of the joint venture managerial, or technical skills the joint venture. must have either financial, in the work to be performed by Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation (Percent) M~nority Business Enterprise Participation (Percent) 45% 15% These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The ho%Lrs of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4 Compliance Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be sub.uitted by the Contractor to the City Engineer. The Contractor shall m~ke bi weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (NOT USED) I'hc Contractor shall asourc thc appropriatc building inopcctionu by thc Building Inspcction Division at thc various intcrvals of work for which a pcrmit is rcquircd and to aDourc a final inspcction aftcr thc building is complctcd and rcady for occupancy. Contractor must obtain thc Ccrtificatc ef Occupancy, whcn applicablc_ Ecction B 6 3 of thc Ccncral Provisions is hcrcby amcndcd in that thc Contractor must pay all fccs and chargca lcvicd by thc City's Building Inspection Dcpartmcnt, and all othcr City fccs, inoludir~3 watcr/%~aotc%~tcr mctcr fcco and tap fccs as rcquircd by City. ,Section A-SP (Revised 9/18/00) Page 17 of 38 A-24 Surety Bonds Paragraph two (2) of Section B-3 4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas_ If performmnce and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsu/ed the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas_ The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsu,rer's capital and surplus_ For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an asent who is a resident of Nueces County, Texas_ Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by tho United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasur5, and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued_" A-25 Sales Tax Ex-mption (NOT USED) $cction B 6 22, Tax Excmption Provision, is dclctcd in itu cntircty and thc followin9 substitutcd in licu thcrcof. Contracts for improvcmcnto to rcal propcrty a~rdcd by thc City of Corpus Christi do not qualify for cxcmptions of galcs, E]ccisc, and Usc Ta.~cs unlcss thc Contractor clccto to opcratc andcr a ocparatcd contract as dcfincd by Ccction 3.291 of Chaptcr 3, Ta}[ Administration of Titlc 34, Public Financc si thc Tcxas Administrativc Codc, or such othcr rulcs or rcgulations as may bc promulgatcd by thc Comptrollcr of Public Accounts of Tcxas_ thc Contractor clccts to opcratc undcr a scparatcd contract, hc shall: 1. Obtain thc ncccuoary oalco t~[ pcrmito from thc Statc Comptrollcr. Idcntify in thc appropriatc opacc on thc "Ctatcmcnt of Matcrialo and Othcr Chargco" in thc proposal form thc coot of matcrials physically inooz~oratcd into thc Drojcct_ Pro¥idc rcoalc certificatco to oupplicro_ Section A-SP (Revised 9/18/00) l~age 18 Provide thc City with copies of material invoieco to substantiate thc proposal value of materials. If thc Contractor docs not clcct to operate tmdcr a separated contract, hc must pay for all Ealco, Exeioc, and Usc Taxes applicable to this Project. Eubcontraetoro arc cligiblc for oalco t~[ c](cmptions if the subcontractor also complies with thc above rcquircmcnto_ Thc Contractor ~ruot issuc a resale ccrtificatc to thc subcontractor and thc subcontractor, in turn, ieouco a rcoalc certificate to his supplier. A-26 Suppl-m"-tal Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insLLrance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P_O. Box 9277 Corpus Christi, Texas 78469-9277 3_ Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents_ Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6 11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Section A.5P (Revised Pag~ 19 of 3~ Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any inju~%, to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Cla4m- (NOT USED) Paragraph (a) Ocncral Liability of Ecction B C 11 of thc Ccncral Provisions is amcndcd to includo: Contractor must providc builde~'s risk insu~anoo coverage for thc tcrm of tho Contract up to and including thc datc thc City finally acccpts thc Projcct or work. Buildcr'o risk co¥cragc must bc an "All Risk" form_ Contractor must pay all coots ncccssary to pz~ocurc such bulldog's risk insurancc co¥cragc, including any dcductiblc. Thc City must bc namcd additional inourcd on any policico pro¥iding ouch inourancc covcragc, A-28 Considerations for Contract Award and ~xecution To allow the City Engineer to detez~nine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall spocify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien_ If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to a_ny of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid_ A bidder may also be required to supply construction re~erences and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. Section A~SP (Revved 9/18/00) Page :~20 of 38 A-29 Contractor's Field A~nietration Staff The Contractor shall employ for this staff, superintendents and foremen acceptable to the City Engineer. Project, as its field administration who are careful and competent and The criteria upon which the City Engineer makes this determination may include the following: The superintendent must ]lave at least five (5) years recent exqperience in field management and oversight of projects of a similar size and complexity to this Project. This ex"perience must include, but not necessarily lim/ted to, scheduling of m~npower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concernin9 these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract_ If the Contractor falls to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Constr~ction Contracts" Section B-3 1 Consideration of Contract add the following text: Within fi¥c (5) working days following thc public opening and reading of thc proposals, thc three (3) apparent lo%~ot bidders (based on thc Base Bid only) Along with the proposal, each bidder must subm/t to the City Engineer the following information: 1_ A list of the major con~onents of the work; A list of the products to be incorporated into the Project; Set-don A-SP (Revised 9/18/00) Page 21 of 38 A schedule of values which specifies estimates of the cost for each ~u~jor co~onent of the work, A schedule of anticipated monthly payments for the Project duration_ The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and stLbstantiation, either through appropriate certifications by federal agencies or si~ed affidavits frcnn the MBE firms, that such MBE fi~ms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a 9ood faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. A list of subcontractors that will be working on the Project_ This list may contain more than one subcontractor for ~jor co~onents of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work_ The City Engineer retains the right to approve all subcontractors that will perform work on the Project_ The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project_ If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award_ In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to con~ly with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be su~nnitted to the City Engineer at the pre-construction conference; Documentation required pursuant to the Special Provisions A-28 and A- 29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. Docxtmcntation as rcquircd by Epccial Pro¥ision A 3~ K, if applicablc_ Within fivc (~) dayo following bid opcnin9, Alon~ with the bid proposal, submit in letter form, information identifying t~pe of entity and state, i_e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity_ SecLion A-SP (Revised 9/18/00) Page ~2 of 58 A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B 8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000_00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "~ecution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at ~ny time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor_ A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the co~pletion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued durin§ the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Pu]Dlic Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) A_ Vioitor/Contractor Oricntation SecUon A~P (Rerised 9/18/00) Page 23 of 38 Prior to pcrforming work at any City ~tcr facility, thc Contractor, hie subcontractors, and each of their cmploycco must have on their person a valid card certifying their prior attendance at a Visitor~Contractor Safety Oricntation Program conducted by thc City Water Department Personnel. A Visitor/Contractor Safety Orientation Program will bc offered by authorized City Water Department pcrnonncl for those persons who do not have ouch a card, and %;ho dcoirc to perform any work within any City %~tcr facility For additional information refer to Attachment 1. B. Opor~tion et City Owned Equipment Tho Contraotor shall not start, operate, or stop any ~otor, valve, equip~t, ~witeh, breaker, control, or my other it~ related to City water facility aa any t{-',o. All ~ueh i~m~ ~uot bo operated by mn operator or other authorimod ~leyeo of th~ City Water Depart. mont. C. Proteetion of Water Quality Thc City must dclivcr watcr of dri~ing quality to its customers at all times. Thc Contractor shall protect thc quality of thc water in thc job site and shall coordinate its work with thc City Water Dcpartmcnt to protect thc quality of thc water_ D. ConfoFm/~y with A~lSI/N~F Etandard 61 All materials and equipment used in thc repair, rcaoocmbly, transportation, rcinotallation, and inspection of pu~ps, or any other items, %;hioh could come into contact with potable must conform to American National Ctandardo Inatitutc/National Sanitation Foundation (A}ICI/NCF) Standard 61 as described in thc Standard Specifications_ Cuch matcrialu include all solvents, cleaners, lubricants, §askers, thread compounds, coatings, or hydraulic equipment, Thcoc items must not bc uocd unless thcy conform with ANSI/NSF Ctandard gl and unless ouch itcmo arc inopcctcd on thc oitc by authorimcd City pcroonncl immcdlatcly prior to usc. Thc Contractor shall pro¥idc thc Engineer with copies of w~ittcn proof of ANCI/NEF Ctandard 61 approval for all materials which could come into contact with potable watcr. Handling and Disposal of Trash All trash generated by thc Contractor or his cmploycco, agents, er subcontractors, must bc contained at all times at thc water facility site. Blowing trash will not bc allo%;cd. Thc Contractor shall kccp work areas clcan at all times and remove all trash daily. Section A*SP (Rcvi~d 9/18/00) Page 24 of 38 GONTRACTOR'B ON gIT~ r~t~DARATZO}! Contractor's personnel must wear colored uniform o¥crallo othcr than orangc, blue, or whitc. Each omploycc un/form must providc company name and individual employee identification. Contractor shall pro¥idc tclcphoncs for Contractor personnel. Plant tclcphonco arc not aYailablc for Contl~actor usc. Working hou/s will bc 7.00 A.M, to ~00 P_M_, Monday thru Contractor must not usc any City facility rcotroomm. Contl~uctor must provide own sanitary facilities. All Contractor vehicles must bc parkcd at dcoignatcd site, as dcsignatcd by City Water Dcpartmcnt staff. Ail Contractor vehicles must bc s!carly labeled with company name_ No privatc cmploycc vchiclco arc all~wcd at O. N. Ctcvcno Water Trcatmcnt Plant. Ail pcrsonncl must bc in company vehicles_ During working hours, contractor cmploycco ~n/st not lca¥c thc designated construction area nor wander through any buildings other than for rcquircd work or aa dircctcd by City Water Dcpartmcnt personnel during cmcrgcncy cYacuation. Contractor Qualifications ACQUIgITION) CC_ADA (CUPERVIEORY CONTROL A~D DATA Any work to thc computcr baocd monitoring and control system must be pcrformcd only by qualified technical and supervisory pcrooruncl, as dctcrmincd by mccting thc qualifications 1 thru 9 below. This work includco, but is not limitcd to, modifications, additions, changes, selections, furnishing, installing, connccting, programming, cuotomiming, debugging, calibrating, or placing in operation all hardwarc and/or software opccificd or rcquircd by these specifications. Thc Contractor or his oubeontraotor proposing to perform thc CCADA work must bc ablc to dcmonotratc thc rolls,in§: Hc is rcgularly cngagcd in thc computcr baocd monitoring and control system buoincoo~ prcfcrably as applied to thc municipal watcr and waotcwatcr industry_ Hc has performed work on oyotcmn of comparable sims, type, and complc][ity as rcquircd in this Contract on at lcaot three prior projcsts. Hc has been activcly engaged in thc t~mpc of work spccificd hcrcin for at least ~ ycaru_ Hc employs a Rc9istcrcd Profcuoional Enginccr, a Control Eystcms Engineer, or an Electrical Englnccr to supcr~isc or pcrform thc work rcquircd by thio specifications. lie cmploys pcroonncl on thio Urojcct who ha~c oucccssfully complctcd a manufacturcr's training course in configuring and i~lcmcnting thc specific computers, RTU~'s, and software proposed for thc Contract. ~c~A-SP (Re~d ~1~) Page~ of~ IIc raaintains a pcrmancnt, fully staffcd and equipped scrvicc facility within 400 miles of thc Project sitc to maintain, repair, calibrate, a_nd program thc systcms spccificd hcrcin Ifc shall furnish equipment which is thc product of one m~nufacturcr to thc maximum practical cxtcnt. ~crc this is not practical, all cquipmcnt of a givcn typc will bc thc product of onc m~nufacturcr. Prior pcrformnncc at thc O~ N. ~tc¥cno Watcr Treatment Plant will be uocd in cYaluating which Contractor or subcontractor programs thc ncw work for thio Projcct_ Thc Contractor shall produce all fillcd out programming blocks rcquircd to show thc programming as nccdcd o_nd rcquircd, to add these two oystc~ to thc cxioting City SCADA systcm_ Attachcd is an cxamplc of thc rcquircd programming blocks which thc City rcquirco to be fillcd in and givcn to thc City Engineer with all changes made during thc programming phaoc. Thc attached sheet iD ~n example and is not intcndcd to show all of thc required ohccto_ Thc Contractor will prowidc all prograr~ning blocks uocd. L_ Trcnchin9 Rcquircmcnts Ail trcnchin~ for this project at thc O. N. Ctcvcns Water Trcatmcnt Plant shall bc pcrformcd using a backhoc or hand digging duc to thc numbcr of c][isting underground obstructions_ No trenching mochincs shall be allowcd on thc project. A-36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Quantity: Contractor shall submit rcquircd by thc City transmit six (6) copies of each submittal to the City Engineer or his desis~nated representative. The City Engineer will retain three (3) copies_ Reproducibles: In addition to the rcquircd copico, six (6) copies as required above, the Contractor shall also submit one (1) reproducible tra/qsparency for all shop drawings. Submittal Transmittal Forms: Contractor shall use the submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix_ Contractor must identify the Contractor, the subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent Y~.~ctio n A~SP (Revisod 9/18/00) Page 26 of ;~ construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. Marking: Contractor must mark each copy to identify applicable products, models, options, a/~d other data. Supplement manufacturers' standard data to provide information unique to this Project_ Variations: Contractor must identify from the Contract documents and limitations which may be detrimental of the completed work. any proposed variations any Product or system to successful performance Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal_ Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and ip_struct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions_ S--~.les: The Contractor must submit samples of finishes from the full ra~lge of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amende~ 'Arrangement and Charge for Water Furnished by the City' (NOT USED) Undcr "Ccncral Provi0iono and Rcquircmcnto Contracts", B 6 15 Arrang~ant and Chaxgo City, add thc following. for Municipal Construction for Water Fu_wnioho~ by tho "Thc Contractor must comply with thc City of Corpus Chrioti'o Watcr Conocrwation and Drought Contingcncy---Plan as amcndcd (thc "Plan"). Thio includco implcmcntin9 watcr conservation mcasurcs cotablishcd for changing conditions. Thc City Enginccr will providc a copy of thc Plan to Contractor at thc prc construction mccting_ Thc ~on ~SP (Re¼s~ ~18/~) Pa~ 27 of ~ Contractor will kccp a copy of thc Plan on thc Project site throughout co~o truction." A-38 Worker's Co~ensation Coverage for Building or Construction Projects for ~over~ment Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision~ A-39 Certificate of Occupancy a.nd Final Acceptance ( NOT USED) Thc issuance of a ccrtificatc of occupancy for improvcmcnts docs not constitute final acccptancc of thc improvements under Ccncral Provision B A-40 Amendment to Section B-8-6: Partial ~st{m~tee General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite_ A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert_ If a delay such as this is experienced, the day will not be couhted as a work day ~d thc Contractor will bc compcnoatcd at thc unit pricc indioatcd in thc proposal_ A-42 OSHA Rules & Re~ulations It is the responsibility of the Contractor(s) OSHA rules and regulations while performing projects and or jobs~ to adhere to all applicable any and all City-related A-~] Amended Ind-~fication a Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employeesj attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any S~on A-SP ~¢~I~IW~) P'~e~ orB8 subcontractor, supplier, materialman, or their officials, employees, agents, or consultants_ The contractor shall hold the City, its o~ficials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any ~uqd all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials ~nd equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order_ A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constrncted. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Dimensions and location of existing utilities to be marked on ~as built" drawings for future reference. (6) Any other changes made. A-46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner_ Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas_ These are regulated by numerous agencies such as TNRCC, EPA, etc_ It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project The methods of disposal ~cfion A~P (Re~d ~1 ~) shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction Exploratory Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and ex-pose all existing pipelines of the project that cross within 20-feet of proposed project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline_ For existing pipelines which parallel and are within ten feet (10') of proposed project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C_ and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum O.C_ For exploratory excavation, the Contractor shall first complete the excavations in Phase I area of the construction sequencing plan and get the plan approved by the City before proceeding to other areas. As this is s large project, the Contractor shall be able to able to construct pipeline in one area and perform exploratory excavation in another. Both these tasks can be done simultaneously. However, pavement repair must be completed within 2% hours. Contractor shall then prepare a report for each phase and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work en tho proJoc~ until all exploratory excavations have been made in their entirety for each phase, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report for that phase. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations and traffic control plan during the exploratory excavation (no separate pay). A-48 Overhead ~lectrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines Some overhead lines are show~ in the construction plans, while others are S~cUon ~$P (Re~sed~l~O~) Page3Oof~ not- It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether showll in the plans or not_ Wherever the overhead line is too close to the construction site, and it becomes a safety issue for the Contractor's crew, the Contractor shall inform the Central Power and Light Co. area representative to get the overhead line de-energized or to get the conflicting overhead power line and/or pole, moved. Contractor shell schedule, coordin&te and pay any costs associated with de-energizing or ~oving any conflicting overhead power lines. There will be no separate pay item for this effect. Include these costs in various it~m~ of hid that make necessary such work. A-49 Amended "Maintenance ~uaranty" (8/2%/00) Under "General Provisions and Requirements for Municipal Construction Contracts', B-8-11 Maintenance Guaranty, add the following: "The Contractor's ~iuarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-SO A. A-51 A. Schedule of Values and Payment Estimates For contracts based on lump sum amounts, the Contractor is to submit to the Engineer for approval, a breakdown of cost for the Project. The breakdown is to provide adequate detail to allow easy determination of the percentage of completion for periodic payment review by the Engineer. Specification sections and add or deduct items in the proposal are to be used as a ~uide for preparing the breakdown. This breakdown is to be incorporated onto a form for the submission of payment request provided by the Engineer or in a form approved by the Engineer_ The Contractor is to submit a schedule showing the anticipated schedule of payments for the Contractor to assist the Owner in determining when funds are to be made available for payment of periodic payment requests. Pro~ress Schedules Within 10 days prior to the submission of the first periodical estimate for partial payment, the Contractor shall prepare and submit to the Engineer six (6) copies of the schedule in which the Contractor proposes to carry on the work_ The schedule is to include the date on which work will be started on each major activity, including procurement of materials and equipment, and the anticipated date for the completion of each activity. The Contractor shall be responsible for developing the construction schedule and monitoring progress. The Contractor shall consider and ~cfion A~P (Re~s~ ~1~) P~e 31 of~ include the schedules of all subcontractors, material and equipment suppliers to ensure that all necessary information is incorporated into the construction schedule. The schedule is to be in the form of a computer generated critical path schedule which includes all work to be performed on the Project_ The schedule is to be prepared by a person experienced in this field using acceptable scheduling software. It is intended that the schedule accomplish the following: 1 2_ 3_ 4_ 5. Give early warning of delays in time for correction_ Require that detailed plans for the execution of the work be prepared in the form of future activities and events in sequential relationships_ Establish interrelationships of significant planned work activities and provide a logical sequence of interdependence of planned work activities. Provide continuous current status information. Allow analysis of the Contractor's program for the completion of the Project. Permit preparation of new schedules when an existing schedule is not achievable Lc<3 the progress of the work as it actually occurs. E A time scaled CPM arrow or precedence diagram shall be prepared to indicate each activity and its start and stop dates. Milestone dates a~d project completion dates shall be developed to conform to time constraints, sequencing requirements and the contract completion date_ Durations for items shall be in calendar days, ~nd normal holidays and weather conditions shall be accounted for in the projection of the duration of each activity The schedule shall clearly indicate by a graphical method, the critical path for work to complete the project. 0nly one critical path shall be shown on the construction schedule. As the work progresses, the Contractor shall enter on the chart the actual progress at the end of each partial payment period. The schedule shall be revised to indicate any adjustments in contract time approved by change order. F Floating time is to be defined as the amount of time between the earliest start date and the latest start date of a chain of activities on the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or Owner. Contract time cannot be changed by the submission of this schedule. Contract time can only be modified by approved Cha~ge Order. G Seven (7) copies of the updated schedule shall be submitted with each Periodical Estimate for Partial Payment At any time the project schedule indicates that the Contractor has fallen more than 30 days behind schedule, the Contractor shall su]~nit a w~itten plan to the Engineer that indicates the action that the Contractor ~ctionA-SP (RevLsed~18/~) Page32of~ proposes to take to bring the project back on schedule. Progress payments will not be processed for recommendation to the Owner unless accompanied by the required schedule and if required, the report for bringing the Project back on schedule. A-52 Video D~cumentation AS part of the project requirements, the Contractor shall perform televised inspections of the entire length of wastewater lines installed_ All inspections shall be recorded in color, adequately lighted on professional grade VHS format videotapes at standard play (SP) speed. The specific findings and observations made during the videotape recording shall be documented on the tape by audio narration tied to the continuous footage documentation portrayed on the screen_ Specific requirements for the onscreen labeling during each line segment inspection set-up, videotape file labeling, and hard-copy Inspection Report format are addressed in the "Attachment to Standard Specification 027610 - Televised Inspection Reporting", and the ~Attachment to Standard Specification Section 027610 - Televised Inspection of Conduits (S-125)'. The original and one copy of each inspection video shall be forwarded to the Engineer for h{s and the City's concurrent review for approval, as each inspection video is completed. If the quality of the videotapes does not meet with the Engineer's/City's approval, the Contractor shall repeat the video documenting process, at no increase in contract price, until the video is acceptable_ Approved tapes will not be returned to the Contractor. The work and materials will be considered subsidiary to other items in the proposal. No separate payments will be made for the televising unless specifically listed in the bid proposal_ A-53 Maintenance and Control of Wastewater Fl~ws The Contractor shall be responsible for maintaining sewage flows at all times within the existing sanitary sewer system and shall not restrict access to residences or businesses_ It shall be the Contractor's responsibility to coordinate with the City Wastewater Department regarding any m~difications to the existing system flow patterns, such as rerouting flows, or operation of any permanent or temporary lift station (s). This shall be applicable even in case of cave-ins_ Any such system modifications will be subject to approval by the Engineer and the City Wastewater Department and shall not interfere with the proper operation and function of the wastewater collection system and shall not restrict access to residences or businesses. The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so as to avoid any delays in same. Sewage or other liquid shall not be pumped, bailed or flumed over the street on ground surface. No sewage or other liquids shall be handled by allowing flexible or rigid bypass pipeline through the stormwater lines. To bypass the flow, the connections to the existing facilities shall be made over the surface by means of flexible and/or rigid pipes The pipe used for bypassing this flow shall be strong enough to resist the traffic load, if any, and the size of the pipe shall be capable of handling the incoming discharge but small enough to not create hindrance ~cfion ~SP (Revised ~1 to the traffic flow or create any blockage or accident. The constr~ctioz~ of t--=~rar}, gravity flow linss, force main lines, pumping equ/pment. plu~s, flow diversion stz-uctures, etc., required to mmmintain and control system flows shall be the responsibility of the Contractor. The construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, etc_, required to maintain and control system flows shall be considered subsidiary to the various bid items in the contract, and shall not be measured for payment. The Contractor shall be responsible for providing access to the private properties and streets and maintain a smooth traffic flow during the entire construction phase of this project_ The Contractor shall NEITHER anticipate NOR expect assistance or advice from the City of Corpus Cb-risti Wastewater Staff/personnel. The City will not assist the Contractor in diversion of wastewater flows by ten~porarily shutting down lift stations, closing valves to divert wastewater flows, etc. The Contractor shall be wholly responsible for the operation and maintenance of any proposed bypass pumping system. A-54 Permits a~d Easement Acquisition The City has acquired railroad crossing permits for installation of gravity lines under the Union Pacific Railroad at two locations. Also, there a_re five TxDOT permits issued for the installation of gravity lines within the T~/DOT right of-way. The copies of the permit application and the permits are attached with this document. Also, the City has acquired easements from four land owners_ The Contractor shall corm~ence construction within the areas of the project that are within the existing right-of-way, existing easements and in areas for which the permits have been issued. A-55 Incentive for Early Completion An allowance of $ 1.500 per calendar day will be paid to the Contractor in addition to the money due to him for the work performed under the contract and constitutes an incentive for the Contractor to satisfactorily complete the work in the shortest time possible. The incentive allowance does not remove the Contractor's potential liability for liquidated damages; as stated elsewhere in the contract documents. Early completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City_ A maximum incentive allowance for the project shall be for ninety (90) calendar days or $ 135,000.00. No incentive allowance will be paid for the satisfactory completion of any of the individual Phases, as shown elsewhere in the contract documents, in less time than the allocated days_ This ~early completion" incentive shall be based upon the total project completion time of 360 calendar days. Section A-SP (Reviscd 9/I 8/00) Page ,ad- of 38 A-56 Stormwater Pollution Prevention Due to the type and location of this project, stormwater pollution prevention (SWPP) is critical, and improper implementation can have a negative impact on the adjoining streets and private properties. Strict compliance to all SWPP items shown on the plans shall be enforced. In addition, if during the course of the project other minor SWPP items are required to limit or control soil or transport of soil, then the Contractor shall implement these measures at no increase in the contract price_ A-57 Orou~dwater Discharge This item is considered subsidiary to the appropriate bid item where dewatering is needed to keep the excavation dry, as approved by the engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Stormwater that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the purmp suction and flow is pumped to a location that allows for sheet flow prior to entering a stormwater drainage ditch or stormwater inlet. An alternative to sheet flow is to pump stormwater to an area where ponding occurs naturally without leaving the designated work area or by a msnmsde berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a stormwater conduit or inlet_ Stormwater or groundwater shall not be discharged to private property without permission. It is the intent that the Contractor discharge groundwater primarily into the existing stormwater system, provided that that the quality of groundwater is equal to or better than the receiving body of water, Corpus Christi Inner Harbor. Testing of the groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. ;knotter option for disposal of groundwater by the contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tar~ks trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated_ Other groundwater disposal alternatives or solutions shall be approved by the Engineer on a case by case basis_ Prior to pumping ground water from the trench to the sanitar~ sewer system the Contractor shall contact Wastewater Dept. at 361 857-1817 to obtain a "no-cost" permit from the Wastewater Dept. City will require an estimate of groundwater flow Ground water flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow it to sit over oight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A-58 Contam{nated Soils If, during the construction, an area is suspected o~ a high level of contamination, then the City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow the ~c~on A~SP (Revised ~18/00) Pag~ ~ o[ ~ following procedures: 1 Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench. All materials used for the backfill of excavations shall also conform to the trench embedm~nt section shown on the construction clrawings. On-site Stockpiles: Excess material from excavation, whether non- contaminated or contaminated with a~y detectable concentration of contaminants, shall be handled in such a way as to prevent run-on, runoff, and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic a/id secured to prevent loss of the cover due to wind or storms. Maintenance a~d cleanup of any stockpile areas shall be the responsibility of the Contractor_ Disposal of Excess Non-Contaminated Soil: The balance of any non- contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required m~ner, and cleaning up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector_ Excess contaminated soil will be transported by the Contractor to a safe disposal area to be designated by the City. 5. OSHA Training: Contractor shall be responsible for OS~A hazardous waste training that is required personnel working in contaminated areas. providin9 proper for construction A-59 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are discovered and reported before the work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractors cost, the Contractor shall be compensated in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or recorded by the Contractor prior to construction in which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the 5ec6on ASP (Rcv~ ~18/00) Page ~ of 38 part of Contractor. It is furnished in accordance with generally accepted practice_ Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. A-60 Lack of Information If the Bidder feels that there is insufficient information in order for him to prepare his bid a~ld/or construct the work, he is required to make a written request for additional information. Ail costs associated with the pre-bid investigation shall be borne by the Bidder, with no compensation from the City. However, the Bidder shall not perform any investigation at the above project site unless a written request is submitted and approved. The Contractor shall not use the lack of information as a basis for requesting extra compensation. Section A-SP (Revised 9/18/00) Page 37 of 38 OWNER: ENGINEER: AP PL I C~I~E $ PECI F I C~TION Section A~P (Rev~d Page 38 of 38 ATTACHMENT I o> Almeh m~l I PART C FEDERAI J WAGE RATES AND REQUIRE1VIF~NTS Page I of 2 General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision No_ TX020039 State: TF~ Construction Type: HEAVY County(ies): NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Nun~ber 0 Publication Date 06/13/2003 COUNTY(ies): NUECES SAN PATRICIO SUTX2052A 12/01/1987 Rates CARPENTERS (Excluding Form Setting) $ 9.05 CONCRETE FINISHER 7.56 ELECTRICI~-N 13 3'7 2.58 LPJSOR~RS: Con,non 5.64 Utility 7.68 POWER EQUIPMENT OPERATORS: B~ckhoe Motor Grader 9.21 8.72 WELDERS - Receive rate prescribed for craft ~erforming operation to which welding is incidental. UnlJsted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1) (ii)) In the listing above, the "SU" designation means that rates listed under that identifie, do not reflect collectively l~rgained wage and fringe benefit rates_ Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter7 This can be: ~ an existing published wage deterTnination ~ a su~ey underlying a wage determination http://192.239.92.108/search/davisbacon/current/tx39.dvb?ts--0.89755400 1106059163 1/18/05 Page 2 of 2 a Wage and Hour Division letter setting forth a position on a w-age determination matter a confor~nce (additional classification and rate) ruling On survey related matters, initial contact, including requests for suu~naries of surveys, should be with the Wage and Hour Regional Office for the area in which the s~krvey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the forz~al process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D_ C. 20210 2.) If the answer ~o the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Bour Administrator U.S. Department of Labor 200 Constitution Avenue, N W. Washington, D. C. 20210 The request should be acco~anied by a full statement of the interested party's position and by any information (wage pa~zment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favora]Dle, an interested party may appeal directly to the Administrative Review Board (for~nerly the Wage Appeals Board) Write Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N W. Washington, D. C. 20210 4.) Ali decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://192.239.92.108/searchIdavisbacon/currenfftx39.dvb?ts=0.89755400 110605~16~ AGREEMENT THE STATE OF TEXAS COUNTY OF NUECES THIS AGREEMENT is entered into this 19TH day of APRIL, 200~, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its Contract Documents as "City," and Documents as "Contractor," upon County, Texas: In consideration of obligations of City as complete certain duly authorized City Manager, termed in the Jalco, Inc_ termed in the Contract these terms, performable in Nueces the payment of $8,614,720.50 by City and other set out herein, Contractor will construct and improvements described as follows: 36"/48" ANTELOPE STREET AND SAINT FLATS ~ Wi~ST~WATER GRAVITY INTERCEPTOR LINE - REBID PROJECT NO. 7302 (TOTAL BASE BID: $8,614,720.50) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 ,M~r 23 2005 9=42RM SRLCO, IMC. 7137296553 10. 11, 12, ANTELOPE STREET AND SALT FLATS AREA ~"14~' WASTEWATER GRAVITY INTERCEI~TOR LINE BASE BID PART A UNITS ES. MobilJzahqn, per lump sum. ~--, ~.~.~ $ 8,775 Controlling Oround Water, complete per LF. linear foot, 74 8" PVC Sanitary Sewer Lin~ (0-6') L.F. (ASTM D3034, DR 26), complete in place l~r ~ tool 96 8" PVC S aniU~-y Sewer Line (6'-8') LF. (ASTM D3034, DR 26), complete in place per linear fool 38 8" PVC Sanitary Sewer Line (10'-12') L.F. (A~STM D303~, DR 2~)~ complete in place ~ linear foot. 15 10' PVC Sa~t~'y Sewer Line (8'-10') LF. (ASTM D3034, DR 26), complete in pla~e per Iln~- 24 12" P¥C Sanitary Sewe~ Liae (10'-12') L.F. (ASTM D3034, DR 26). complete in place per Iin~ foot. 58 15" PVC Sanitary Sewer Line (0-6') LF, (ASTM D3034, DR 26), complete in place per ]inm~' 17 IS" PVC Sanitexy .Sew~ Line (6'-8') L.F. (AST1M D3034, DR 26), complete: in place per linear 93 ' 15" l:%rc Sanitary Sewer Line (g'-10') bF. (ASTM D3034, DR 26). complete in place per linear foot. 117 15" PVC Sanita~ Sewer Line (10'-12') L.F. (ASTM D3034, DR 26), complete place per limit foot. 8 15" PVC Sanitary Sewer Line (12'-14') DF. (ASTM D3034, DR 26), complete in place ~ Ill.ar fool $ ilo- $ · M~r 23 2005 ~=42RM JALCO, IMC. ?t372~6553 I BID I'I'i~V[ 13. 14. 15. 16. 17. 18. 19, 20. 21. 22. 23. 24. AbFfELOPE STREET AND SALT FLATS ARF_.A 34~=.~.~ASTEWA, TER GRAVITY INTERCEFFOR LINE - BASE BI]) PART A II I11 1¥ ¥ & UNITS 415 L.F. DESCRIPTION UNIT PRICE TOTAL PRICE IN IN FIGURES FIGLr~ 15" PVC Pipe Installed in 24" Steel Casing t~6, complete in place pm' ~ 13 21" PVC Sanitm-y Sewer lane (0-6') L.F. (ASTM D3034, DR 26), complete in 88 24" PVC Sanitary Sewer Line (12'-14') L.F. (ASTM F679), complete in plac~ per linear foot, $ ~ ..-a~ - $ &O ,~C, - 1,474 24" PVC Sanitary Sewer Line (14'-16') LF. (ASTM F679), complete in place per 1,033 24' P¥C Sanitary Sewer Line (16'-18') L.F. (ASTM F679), complete in place per Ilnmrfo~t. $ <:.2¢-1' $ &7~,c,811- 57 24" PVC Sanitary Sewer Line (18'-20') L.F. (ASTM F679), complete in place per Ihaear foot. $ 0773- $ 200 24" PVC Pipe Installed in 36" Ste~l L.F. Casing q$4, complete in place per lInear 69 24" PVC Pipe Installed in 36" Steel L.F. C~ing #5, complete in place per II}nenr from $ I 7&- $ 104 36" samlapy Sewer Line (6'-8'), L.F. complete in place per linear fooL $ ~,--~'3 - $ .-3q, ¢~.:3~ - 365 36" Sanitary Sewer Line (8'-10'), L_F. complete in place per linealr y~ot~ $ -38~- $ J~t~ 645 36" Sanitary Sewer Line (10'-12'), L.F. complete in place per lJnear fooL $ ~_q? - $ Icl 381 36" Sanitary Sewer Line (12'-14'), L~F. comple.4c in pl~cc per linear foot. $ ,36f t ' $ p..~:/~ c} ~ I - M~r 2~ 2005 ~;42AM 3ALCO, I~C. ?137~9655~ p.3 l BID HEM 25. 26. 27. 28. 29. 31. 32. 33. ANTELOPE STREET AND SALT FLATS AREA 3~J,.~ASTEWATER GRAVITY INTERUI~TOR LINE -IREBIDI BASE BID PART A Il IH IV V & DESCRIPTION UNITS 1,207 36" Sanitary Sewer Line (14'-16'), L.F. complete in place per Itl~ar 326 36" Sanitary Sewer Line (16'-18'), L.F.~ complete in place per Ihaear foot. 1,051 36" Sanitary Sewer Line (18'-20'), L,F. complete in plac~ per lin~rar fe~.. 328 36" Fiber Re/nforced Sanitary Sewer Line L.F. (10'-I2')(ASTM D3262), complete in place per linear fo*t. 27 36" Fiber Reinfo~:ed Sanitary Sewer Line L]=. (12'-14'){ASTM D37-.fi2), complete in plar~ per Hnear fool. 8 36" ~l~r Rein fort:cd Sanitary Sew~ Line L.F. (16'-I8'XASTM D3262), complete in place l~r linear foot 8 36" Fiber Rcinfomed Sanitary Sewer Line L,F. (18'-20')(ASTM D3262), complete in place per Ilnenr loot 412 36" Fiber Reinforced Pipe Installed in L.F_ 48" Steel Casing #1, complete in place 125 36" Hber Reinforced Pipe Installed in L.F. 48" Steel caSing #2, complete in place per Une~r foot. 603 42" Sanitary Sewer Linc (14'-16'), L.F. complete in place per linear foot, 182 42' Sanitary Sewer Line (16'-!8'), L.F. complete in place per ]lllenr ['ooL UN1T PRICE TOTAL PRICE IN IN FIGURES FIGURES $ 3~;- $ ilc},96~- $ q-qB- $ - ~r 23 2005 9:42RM JRLCO, I~C. 713729655~ p.~ BID ITEM 36. 37, 38. 39. I 40. 42. 43. 44. 45. 46. 47. ANTELOPE STRRi~ AND SALT FLATS II & UNITS 94 LF. &RigA ~ASTEWATER GRAVITY uq'rERCF, FYOR LINE BASE BID PART A III DESCRIPTION 42" Sanitary Sewer Line (18'-20'), complete in place per liner foot. IV UNIT PRICE 1N FIGURES V TOTAL PRICE IN FIGURES 76 42" Sanitary S~wer Line (20'-22'), L.F. completeinplac~perlinearfooC $ ,_q~J/- $ q,2~ ~&"%- 178 42" Sanitary Sewer Line (22'-24'), L.F. complele in place per linear ~'ogt. $ ,~-ffO - $ q' 7, c~O~3- 47 48" Fiber Reinfon:ed Sanitary Sewer Line L.F. (14'-16'), complete in place ~ limmr 335 48" Fiber Reinfo~crxl Sanitary Sewer L.F. Line (16'-18'), complet* in place per 108 48" Fiber Reinforced Sanitary Sewer L.F. l_3ne (18'-20'), complete in place per 156 48" Fiber Reinforced Pipe Installed in L.F. 60" Casing #3, complete in place Her 415 24" Steel Casing #6 (Bored), complete L,F. in place per Iinem' Iogk $ 200 36" Stoel Casing ~1 (Bored), complete L.F. in pl~ce per linem' fool $ I-qq. 69 36" Steel Casing #5 (Bored), complete '~' LF. in pl~ce pex ~p~ar fool $ [ 50q, $ 412 48" Steel Ca~ing #1 (Bored). complete in LF. place per linear 125 48" Steel Ca~ing #2 (Bored), complete in LF. place per ~ $ &si."' $ ,.9805-/3. Mmr 23 2005 ANTELOPE STREET AND SALT FLATS AREA ~J..~I]~/ASTEWATER GRA¥iI'Y INTERCKFYOR LINE -I..~]~[~ BASE BID PART A V 48. 156 60" Steel Casing fi3 (Bored er LF. Tunneled). complete in place per linear fool 49. 140 30" PVC Force Main (C905), complete L.F. in place per ~ fool $ 02 t ~ - $ ,..30t ,~ ~ - 50. 2 30" PVC Caps, complete in place pet EA. q4~P- ' $ -~, ~-DtD - 51. 2 30" - 22-1/2 Degree Bend with EA. Re,fa'aining Glands, complete in place 52. I Plug Fadsfing 36" Effluent Line, complete L.S. perlumpsum. $ IQ~CL-'~- $ 12 ,ccr>- 53. 10 4' Diameter Manhole (0-6'), complete in EA. place per q. ach. 54. 19 Additional Depth for 4' Diameter V,F. Manhole, complete in place per wrtleai 55. 5 5' Diameter Manhole (0-10'), complete EA_ in place per v4~:h, $ ID~ 56. 11 5' Diameter Manhole (10'-15'), EA. complete in place per each. $ I o~, CEeb- $ I ~-~, OO~ - 57¸ 13 5' Diameter Manhole (15'-20'), EA. complete in place per each~ $ I~,C)(3C)- $ IC~,OCO- 2005 $:4~AM JALCO, INC. ?]39296553 ITEM 58. QTY & UNITS ANTELOPE STREET AND SALT FLATS AREA 3~ASTEWATER GRAVITY II~I'ERCEFYOR LINE BASE B.ID PART A I!1 IV __~ V 9 6' Diameter Manhole (15' -20'), EA. complete in piaCe per,ach. $ I-]; DOC)- $ J,~'3~ ~- 59. I. 8' Diarr~exManhole (0-10'), complete EA. in place per ~h- 60. 61. 4 8' Diameter Manhole (15'-20'), EA. complete in place per each, 1 10' Diam~m- Manhole (20'-25'), EA. compiete in place per eac~ $ -.~,OOt3- $ ~,EE~D - 62. 12' Diameter Manhole (20'-25'), complete in place per each, $ i C~, CE~ - $ 63. 2 Rehabilitation of 4' Diameter Manhole, EA. complete in place per ~arth. $ ~_~ c] CE3- 5 8" Drop ConnecMon (Type l), complete EA. in place per each. $ c](~)C)- $ z~ ~,~ - 65. 1 15" Drop Connection (Type 1), EA. compl~t~ in place l~r mad~ 66_ 21" D~op Connection (Type 1), EA_ compl~e in place per 67. 3 8" Drop Connection (Type 2). complete EA. in place per each. $ I, ,q-OO - 68. 1 10" Drop Connection (Type 2), EA. complete in place ~ ~agh. Mar 23 ~005 ~:438M 3RLCO, IMC. ?13729G553 ANTELOP~ STREET AND SALT FLATS AREA 36"/4~' WASTEWATt~R GKAVITY INTERCEPTOR LINE BASE BID PART A [ III IV V ii I DE~CR[FFION 69. 70. 1 Pre-Fabricated Fiberglkss Transition Pipe L.S. (14'-36" Diameter), complete in place per lump ~nun. 1 Diversion By-Pas~ Pumping (All L.S. Locations), complete in place per h,m0 i 71. 72. 4,599 Asphalt Pavement Repair (TY 1), S,Y, complete in pi ace. pea' ~luare vltl'd. 7,577 Asphalt Pavement Repmr ('FY 2), S.Y. complete in place pet s~uare vard. $ /65- $ ~32~o, 9 r,~.s- 73. 9,4 ! 9 Trench Safety, complete in place pet L.F. linear foal $ ~-~ - 74. Sto~ai Water Pollution Prevention Plan, complete in plaoe per hamp mm $ I,::9,C)C~ - 75. 440 Block Sodding foe Eaaasjon Control, S.Y. complet~ in place per square vard- $ ~-~- ' 76. 3,310 Seeding for Erosion Control, complete S.Y. in place per sclunre yard. $ ~ - 77. 646 Remove & Replace 6" Curb & Gutter, LF. complete in place per linear foot~ $ ,'~ <-'~- 78. 137 Remove & Replace 6" Curb, complete L.F. in place per linear foa~, 79. 152 Remove & Replace 3' Valley Gutter, LF. complete in place per ll~ear foot. $ ~D- $ IDr ~/'.fO~ Mar 23 2005 9:43RM JRLCO,IM~. ?]37296553 p.8 1 BID ITEM gO. 81. 82, 1t4. 85. 86. 87. 88, 89, 91. H & UNITS L.F. 100 LF. ANTELOPE STRF, ET AND SALT FLATS AREA 3~.~.~ASTEWATER GRAVITY INTERCEPTOR LINE -I~ BASE BlD PART A DF.~ C'R]PTI ON Remove & Replaz¢ 12" RCP, complete in place per linear fool $ Remove & Replace 15" RCP, compi'ete in place per linear fOoL $ IV UNIT PRICE IN FIGUI~F-q V TOTAL PRICE IN I I FIGURF~ 36 L3~. 16 L.F. 24 L.F. Remove & Replace 18:' RCP, complete in place per linear fool $ Remove & Replace 24" RCP, complete in place pea- ilmmr fooL $ Remove & Replace 30" RCP, compleXc in place per linear fool $ 103 Remove & Replace Concrecte Driveway, S.Y. complete in place per s~uare wsai, $ loci 184 Remove & Replace Concl'e~ Sidewalk, S.F. complete in place i~r souare feet. $ ] ~ 30 Remove & Replace Concrcl¢ Curb S.F. Ramp, complete in place per s~uar~ feet. $ I '7 350 Remove Existing and Install New 6' LF. Chain Link Fence, complem in place per Ilmmr foot, $ 720 Temporary 6' High Chain Link L.F. Conslmction Fence, complete in place per linear foot. $ ~ - 2,912 8" PVC Waterline (C900, DR25), LF. complete in place per linear foot. $ 6o ~- - 48 16" PVC Walerline (C905, DR25), LF. complete in place I~r [Inear foot M~r 23 2005 8:448M JALCO,IMC. ?137286553 p.8 ANTELOPE STREET ANp. SALT FLATS AREA ~ASTEWATER GRAVITY INTERCEPTOR LINE 4REBml BASE BID PART A v I DESCRIPTION 1 200 92. L.F. 69 93_ L.B_ 108 94. L~F. 24 95. L~. 16 96. EA. 2 97. EA, 3 98. EA. 2 99. EA. 1 100 EA. 15 101. EA. 2 102. EA. 1 103. EA 3 lB" Smel Casing# $ for Waterline (Bored), complete in place per Iln~r $ 't4 4 0 - foot, 18" Steel Casing# 9 for Wat~lin¢ (Bored), complete in plac~ per Ilmmr $ 18" Ste~l Casing for Waterlin~ (Olacn Cul), complete in place per [inz~r fOot. 24' Steel C~,;ng fer Waterline (Open Cut), complete in pl~ per linear foot. $ 8" G-ate Valve & Cover, complem in place per e~¢h, $ Il" Tapping Sleeve, complete in place per eaeh. 8" Text, complete in place per each. $ $" x 8" Crum, complete in place per ~eh. $ 8" - 90 Degree Be. nd, complete in place per eaeh. $ 8" - 45 Degsee Bend, complete in place per ~aVh. $ 8" - 22-1/2 I~gree Bend, complete in place per e~eh. $ 8" - i 1-1/4 Deg~e Bend, complete in plac~ per e~:]~r $ 8" Plug, complete in place per $ $ 32/ 2005 9:44AH JALCO, INC. 7137296553 p. lO ANTELOPE STI~KKT AND SALT FLATS A~REA 3~A~ATER GRAVITY INTERCEPTOR LINE. BA~E BID PART A I II nl IV V BID QTY UNIT PRICE TOTAL PRICE IN & DESCRIPTION IN FIGU'~-~ FI GU'~g ll'F_dvl UNITS 105. 16" - 45 Degre~ B~nd, complcm in pl~w.~pere~:lL' $ l~'O0~ $ (.e~OOO - 106. 2 16" Tic-ln, complcl~ in place per e~mh. EA. $ 3/OCE~ $ 7,~2OO - 107. 24 2" Water S~rvic~ Connection, complet~ EA. in plac~ Ix:r ~¢~ $ 108. 5 EA. 8' Tie-In, complete in place l~r e~ch. $ 7C0- $ 3~ 6-00 - 109. 4 EA. FL~ Hydrant Assembly (Type 1). complele in place per each. $ ~c, GO::)- 110. 6 EA. Fire Hydrant Assembly (Type 2), complete in place per e~h. $ Ill. 342 Flowable Caout Mamrinl (Ty 1), C.Y. complete in place per cubic ym'd. 112. 182 FIowable Grout Malerial (Ty 2), C.Y. complem in place per ~ubic yard. 113. 9,903 Cement Stabilized Backfill Matcri:d, C.Y. complele in place per cubic yard. 114. 1 Street / Parking Lot Markings, complete L.S. in place l:~rlu~p sum. $ <5'O, OOO' $ ~- 115. I Traffic ConSol. complete in place L.S. lump m,m. Mar 23 2005 S:44A~ 3ALCO,INC, ?1372~6553 p.11 ANTELOIE ~i~IEET AIqD SALT lrLA*'~ AREA GRAVITY I~fTER~.EPTOR LINE ~REflfl~l I II & ITEM 116. 2 DAYS BASE BID PAWl' A Ill D~'~ILIPT! ON IV v UNIT PRICE TOTAL PB.IC~ IN IN n o OlF~ FIGURES Oz~n~ Aclioa Day, 117. I Allowafgc for Ulilhy Adju.f~'nm~s, I,.S. cott~lclo I~ lam lum~ S ~o.~o S 35,eix).o~ 118. Allowance for Ezplomury E..xctv~don, LS, complete in ILLS3 SY Semi BASe BZ~ P~J~'T A (af.d z~.,, ~L eh~'~ ~') $%9~'~;,51D.~----° Az~lnm I Map 23 2005 ~:45RM JALCO,IMC. ?13729S553 p.12 ANTELOPE STREET AND SALT FLATS AREA ~__J_~ASTEWATER GRAVITY INTERCEFrOR LINE BASE BID PART B - LATERAL ST~TS I TI~INS I l] III IV V BID QTY UNIT PRICE TOTAL PRICE IN & DESCRIPTION ITEM IN FIGU'I~S FIGUKES 1. 334 Controlliflg Ground Watea-, complete per LF. linear fooC $ I O - 8 4" PVC Sanitary Sewer Line (0-6') L.F (ASTM D3034, DR 26), complete in pla~e per ~ fm~L 3. 8 LF. 6" PVC Sanitary Sewer Line (0-6') (ASTM D30?,a~ DR. 26), complete 270 B" PVC Sanitary Sewm Line (0-6') L.F. (ASTM D3034, DR 26), complet~ in place pea' ]$near fog~ 411 8" PVC Sanitary Sewer Line (6'-8') L.F. (ASTM D3034, DR 26), complete in place per linear foot. $ '-I I - $ I c~, t'TO r $ ~73- $ ~o, 003 - 86 8" PVC Sanitary Sewer Line (8-10') L.F. (ASTM D3034, DR 26), complete in place per linear foot. 7 175 8" PVC Sanitary Sewer Line (10'-12') L.P. (ASTM D3034, DR 26), complct~ in place per linear f0o~ 8 10" PVC Sanitary Sewer Line (8'-10') LF. (ASTM D3034, DR 26), complete in place per ligear fool 85 12" PVC Sanitary Sewer Line (10'-12') L.F. (ASTM D3034, DR 26), complete in place per linear fo~ ~ar 23 2005 ~:45A~ JALCO, I~C. ~137296553 p.13 ANTELOPE STREET AND SALT FLATS AREA ~ASTEWATER GRAVITY INTERCEIrI'OR LINE 'L~ BASE BI]) PART B - LATERAL STREETS / TIE-INS (CONTINUED) I II1 ' BID TOTAL PRICE IN DESCRIPTION ITEM FIGURES H QTY & UNITS UNIT PRICE IN FIGUI~S 10. 11. 249 12" PVC Sanita~ Sewer Line (12'-14') DF. (ASTM D3034, DR 26), complele in plac~ ~ II,ear 1'oo~ 10 Sanitary Sets, ice Connection, complete EA. in pl~x:~ per ~ $ $ d2 ,3qq. - 12. 1 8" Drop Conn~6on (Typo 1), complele EA. in place per ~t'n~'h. $ I., a2~_- 13. 6 4' Diameter Manhole (0-6'), complete EA. in plac~ per ~aek 14. 13 Additional Depth for 4' Diameter V.F. Manhole, compledm in place per verlhzal foot. 15. 1 EA, 5' Diametex Manhole (10'-15'), complete in place per eagh, $ I fq- $ I,q37- 16. 2 5' Di~-r~ter Manhole (15'-20'), complete in place per ~ach. $ 'Iz~O0- $ ~c?~c~- 17. 15 Flowable Grout Material (Ty 2), C.Y. complet~ in place per cgbic yard. $ c~ ~ - $ },z4qO - 18. 108 LF. Remove & Replace 15" RCP, complete in place per [ll~r fo~L 19_ 637 Asphalt Pavement Repair fry 2), s.Y. complete in place per sa~kr~ yard, $ ~' - GI~rVITY INTERCIEI'TOR LIN$- DASg BID P,13,T !1 - LATEBAL 8TII~_,ETS I TIt-INS (CONTINUED) ~ID ITEM fl I !!1 IJNIT PItIC[ I TITrAI, PP,.It'~, IN IN FIGUJLF, S I FIG3JRES_ 20. 422 Cemeitl Stabilized B~ftll Malerial, C.Y. c~mpIctc mplacc p~. j~. $ ~- $ 2[. Tml]ic Co~rol, compile ~n place p~. 22. I Slorm Watw Pollution Prc¥cnUo~ Plum, LS. co~pl~empiacepet~nmsmm S ~_,.~C~- $ ~,~ I~00 Trc~ch ~s~my, compl~ in pi~,' p= 24, 3,']'/4 2005 9:45AH 3RLCO, IH~. 7137296553 p.15 A~PE STRI*.~T A_ND SALT FLATS A.REA 3~.~I]~.~'ASTEWATER GRAVITY INTERCEPTOR LINIg. BASE BID PART C - HOWARD STRF~.T V DF_~CRIvi'ION 6. 7. 8. 9 10. 11. 12. 13. 37' Co~tmllmg Ground Water, complete per LZ. I~llmar fool 17 30" Fiber ReinL Sanitary Sewea' Line L.F. (12'-14'), complete in place per 20 30" Fiber Reinf_ samlaz,y Sewer Line LF. (16'-18'), complete in place per linelr 420 .90" ~l-~r Relnforce~ Pipe Installed in L.F_ 36" Ca~ing ~?7, complete in place per ~ fool 421~ 36" Steel Ca~ing ~ (Bo~d), complete L.P. in place per II~r 1'99L 1 Rehabilitation of 4' Diameter Manhole, EA. complete i- place p~r e~ch. 2 6' Dim'ho. er Manhole (10'-15'), EA. complele in place per each. 1 6' Diameter Manhole (15'-20'), EA. complete in place per 90 Asphalt Pavement Repair (TY 2), S_Y. complete in place per s~luare 89 Remove & Replace 6" Curb & Gutter, LF. complete in plaoe per linear 10 Remove & Rel>lac~ Concrete Driveway, S.Y. complete in pla~e per mmu'~ v#rd. 42 Cement Stabihzed Backfill Material, C.Y. complete in place per off, h: yard 1 Traffic Control, complete in place per L.S. lmnp ~ M~r 23 2005 S:46RM JRLCO, IMC. 7137296553 p.16 ANTELOI~ STREET AND SALT FLATS AREA 3q_,.~,.~Z..~ASTEW.S, TER GRAVITY I~'ERCF_.PTOR LHCE, BASE BID PART C - HOWARD STI~RT (Continued) I H HI BID QTY & DF_.SCR1PTION FI~EM UNITS 1 Storm Water Pollution Prevention Pla~, ] 4. L.S. complete m place per I~_o 37 Trench Safety, complete in place per 15. L~F. linear foot. UNIT PRICE TOTAL pRIcE IN IN FIGU'I~FR [ FIGURF_8 ~r 23. 200~5~ 9:46R~ J~LCO, INC. ?1372~6553 p.17 ANTELOPE STREET AND SALT FLATS AREA 36"148' WASTEWATER GRAVITY I.NTERCI~i'OR LINE ~ ADDITIVE ALTE~aNA'rE 1 - WINNEBAGO BID DESCRIPTION ITEM QTY & UNITS 1,814 Smmt Excavation, complete per sqnare Demolish & Install 4" .C~cr~e Sidewalk, complete in place per squar~ fool $ 62 Demolish & Imtall 6" Conc'zem Curb L_F. Gutter, complete m place pex Ilmmr Ir99~ UNIT PRICE [ TOTAL ~I~ IN IN FIGUI]F-q FIG )xes, complete m place va_rd. ' '-~y ~'O - 8" Con~ Pavement, ~1 l,'~S_y, pl~~va~. X ~ '7$ ~0- $ ~3,~- · I/l/ 2 5 St~d C~ nl~. ~ete in 12 1~ Reigned C~, compl~ 1 Adjuat k ~s~ng ~ 2 10. EA. 1 11. L.S. 1 12. L,S 13. 1 L.S. )lace pea' lumo Inlets to Junction ~gs, complete in place -1/2" Diamet~ Galvanized Handrail, complete in place l~r lump sum. ' Storm Warm- Pollution Pmvenfiom complete in place per lump ~ Adjust Existing Manholes & Valve Corem, complete in place per lumo ADDITIVE ALTE~HATE i TOTAL (B~d xt--~ 3. O=u ~al $ ~(~ /-PO~P- ....... ~3~ 2005 ~47R~ 3RLCO, I~C. ?137E96553 p.lfl BID SUMMARY Base B~d Part A (Bid Items 1 thru Base Bid Part B (Bid Items ~ thru 24) Base Bid Part C $ ~"~;O7~'" (Bid Items 1 thru 15) Additive Alte~ate 1 To~a~ '1~ The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 360 CA?.~STDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary CITY OF CORPUS CHRISTI Ronald F_ Hassey, Asst_ City~r. of,~' ~'~ ...... ,,u~o"~ and Utilities APPROVED AS TO LEGAL FORM: As st ./~ ~3~[y Attorney ' I ! ~j ~'-~ ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach ~y of authorization to sign) Ang~ R{ -Escobar, P.E_ Director of Engineering Services CONTRACTOR Title: Pres~den~ P.O. Box 27368 (Address) Houston, TX 77227 (City) (State) (Zip) 713/728-8480 * 713/729-6553 (Phone) (Fax) Agreement Page 2 of 2 PROPOSAL FORM FOR ANTELOPE STREET AND SALT FLATS 36"/48" WASTEWATER GRAVITY INTERCEPTOR LINE -~ DEPART94ENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FOR/4 PAGE 1 OF 25 PROPOSAL Proposal of a Corporation organized and existing under the laws of State of -~-~CLi-5 OR a Partnership or Individual doing business the as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby materials, tools, and necessary required for: proposes to furnish all labor and equipment, and to perform the work A~'i'~LOPE ST~-~T AND SALT FLAT~ AREA 36"/48" WA~TE~ATER G~VITY at accordance with the locations set out by the plans and specifications and in strict the contract documents for the following prices, to-wit: ,Mar 23 2005 9:42RM JRLCO, IMC_ 7137296553 p.1 I 1I ITEM UNITS 1 1. L.S. ANTELOPE STREET AND SALT FLATS AREA 3~'148" WASTEWATER GRAVITY INTERCEPTOR LINE BASE BI]) PART A HI [ l~ V I UNIT PRICE TOTAL PRICE DESCRIPTION 1N FIGURES IN FIGURES Mobilizatiqn, per lump sum. 10. 11. 12. 8,775 Cont~lling (]round Water. complete L.F. ~inear fool $ I - 74 B" PVC Sanita~ Sewer Linc L.F. (ASTM D3034, DR 26), complete in place per linear fo0/ $ 110- 96 8" Pa/C Sanitary Sewer Line (6'-8') L.F. (ASTM D3034, DR 26), complete in 38 8" PVC Sanitary Se,,ver Line (10'-12') L.F. (ASTM D3034, DR 26), complete in place per linear fool $ I .~ - 15 10" PVC Sanitary Sewer Line (8' 109 L.F. (ASTM D3034, DR 26), complete in place per linear fool $ ~.'~ © - 24 12" P¥C Sanitary Sewer Line (10' 12') LF. (ASTM D3034, DR 26), complete in place per IIn~a~' foot. $ I ~] ~ - 58 15" PVC Sanitary Sewer llne (0-6') LF. (ASTM D3034, DR 26). complete in place per linea~' ~'ooL $ I q-F, - 17 15" P¥C Sanitary Scw~ Line (6'-8') L.F. (ASTM D3034, DR 26), complete in place per Ill,ar foo~ $ 93 15" PVC Sanitary Sewer Line (T-10') L.F. (AST1M D3034, DR 26), complete in place per lln~r [0ot, $ 1 ,~O- 117 15" PVC Sanitary Sewer Line (10'-12') LF. (ASTM D3034. DR 26). complete in plac~ per linear ~OOL $ 8 15" PVC Sanitary Sewer Line (12'-14') DF. (ASTM D3034, DR 26), complete in plac~ ~ linear foot. $ $ $ '~,~- - $ $ 9-5-0- ANTELOPE STREET AND SALT FLATS AREA 3~...~.~ASTEWATER GRAVITY INTERCEPTOR LINE 4REBIDI 1 II ] 415 13, L~F. 13 14. L~. 15. L~F. 1.474 16. LF. 1,033 17. L.F, 57 18. L.F. 2O0 L_F. 69 20. L.F. 104 21. L.F. BASE BID PART A HI DESCRIPTION IV 15" PVC Pipe Installed in 24" Steel Casing g6, complete in place per linear foo~. 21" PVC Sanitary Sewer Line (0-6') (ASTM D3034, DR 26), complete in place lx:r Ilnenr fool 24'` PVC Sanitary Sewer Line (12'-!4') (ASTM F679), complete in place per 24" P¥C Sanitary Sewer Line (14'-16') (ASTM F679), Complete in place per linear foot. 24" P¥C Sanitary Sewer Line (16'-18') (ASTM F679), complete in place p~r 24" P¥C Sanitary Sewer Line (18'-20') (ASTM F679), complete in place per llmmr root. 24" P¥C Pipe Installed in 36" Steel Casing ,q4, complete in place per fo~. 24' PVC Pipe Installed in 36" Steel Caaing #5, complete in place per linear foo~. 36" Sanitary Sewer Lira (6'-8'), complete in place per ~Oe4~r loot TOTAL PRICE IN FIGURES 22. 365 36" Sanitary Sewer Line (8'-10'), LF. complete in place per linear fool $ ~3 ~'g - 23. 645 36" Sanitary Sewer Line (10'-12'), L.F. complete in place per linear fool $ Iq l S/~S- 24. 381 36" Sanitary Sewer Line (12'-14'), L.F. comple..to in plac~ [~r linear f~l. $ .~q t ' $ }.~,q,21 - ,] ~r 2~ 2005 9:42A~ ~AL£O,IHC- ?19729~559 p,9 I Fl'EM 25. 26. 28. 29. 31. 32. 33, ANTELOPE STREET AND SALT FLATS AREA ~r_J.~ASTEWATER GRAVITY INTERCEPTOR LINE -I]~EBIDI BASE BID PART A II IH IV V & DESCRIPTION UNITS 1,207 36" Sanitary Sewer lane (14'-16'), L.R complete in place per flnear UNIT PRICE IN FIGURES TOTAL PRICE IN FIGURES 326 36" Samtary Sewer Line (16'-18'), L.F. complete in place per linear fo~ 1,051 36" Sanitm-y Sewer Line (18'-20'), L.F. complete in place per linear footc $ gf~ 8 - 328 36" Fiber Reinforced Sanitary Sewer Line L.F. (10'-I2')(ASTM D3262), complete in place per ]lgt~lr ~'oot. $ --~ ~E- $ I DC?, 'g'?,O- 27 36" Fiber Reirfforccd S anit ary Sewer Line L.F. (12'-14'XASTM D3262), complete in place per l~r foot. $ %0'7- $ IO,~%q- $ 36" Fiber Reinforced Sanitary Sewer Line LF. (16'-I8'XASTM D3262), complete in place per flnear foot. 8 36" Fiber Reinforced Sanitary Sewer Line L,F. (18'-20')(ASTM D3262), complete in place per IInsar foot. 412 36" Fiber Reinforced Pipe Installed in LF. 48" Steel Casing #1, complete in place per I~near ] 25 36" Fiber Reinforced Pipe Installed in LF. 48' Steel Casing #2, complete in place 603 42" Sanitary Sewer Line (14'-16'). L.F. complete in place per linear [99L $ zf ct ~ - 182 42" Sanitary Sewer Line (16'- 18'), LF. complete in place per ~lngar fool $ J%- Hat 23 2005 9:42RN JRLCO, IHC. 7137296553 BID QTY & ITEM 36. LF. 76 37. LF. 178 38. L.F. 47 30. LF. 335 40. L_F. 108 41, L.F. 156 42. L.F. 415 43 L.F. 20O 44. L.F. 69 45. L_F. 412 46. L_F. 125 47. L.F. ANTELOPE STREET AND SALT FLATS AREA ~ASTEWATER GRAVITY INTERCEFFOR LINE .l~BIl)l BASE BID PART A · III IV V I UNIT PRICE TOTAL PRICE IN DESCRIPTION IN FIGURES FIGURES complete tn plac~ ~ liner f~L $ 42" Sanitary Sewer Line (20'-22'), complcteinplaccperliaearf0oL $ '~- $ qQ~ ~$~- 42" Sanitary Sewer Line (22'-24'), complete in place per Bnear fo0t. $ ,S'-b-C~ - $ 48" Fiber Reinforced Sani~-y Sewer Line (14'-16'), complete in place J:~r ~ 4g' Fiber Reinforced SaniUrry Sewer Line (16'-18'), complem in place For linear i~~ $ 48" Fiber Reinf~-cod Sanitary Sewer Line (18'-20'), complete in place per 48" Fiber Reinforced Pipe Installed in 60" Casing #3, complete in place 24" Steel Casing ~6 (Bo~l), complete inplaceperllo~arfoot. $ I,,;l*t,"" $ -Otalto3ff~ 36" Steel Casing ~4 (Bol~l), complete in place Per ltnear fool $ I-~/q.~ $ 36" Steel Casing #5 (Bored), complete inplaccperlinea.rfgol. $ I,$oq. $ 1~,'~7~, 48" Steel Casing #1 ('Bored), complete in plac~ per Ih~ear foot. 48" Steel Ca~ing #2 (Bored), complete in place per Ihlear fgoL Mar 23 2005 9:42R~ 3~LC0, I~C. ?137296553 p.5 H ANTELOPE STREET AND SALT FLATS AREA 3~_~ASTEWATER GRAVITY INTERCEPTOR LINE 4REBIDI BASE BID PART A III DESCRIPTION IV V 1 48. 156 60" Steel Casing//'3 (Bored or L.F. Tunneled), complete in place per llne~ar 49. 140 30" PVC Force Main (C905). complete L.F. in place petllnem' foo~ $ O- I(~- $ ,.3(D~.Q.z/O - 50 2 30" PVC Caps, complete in place per i EA. ~ ' $ ~, %'CXD - $ ~, gCXD- 51. 2 30" - 22-1/2 Degree Bend with EA. Reslxaining Gland& complete in pla~e per 52. I Plug Existing 36" Effluent Line, complete L.S. perlu~tDm.ml. $ lt,~,~2;L~- $ 1~-~D ,G~"C~ - 53. 10 4' Diameter Manhole (0-6'), complete in EA. place per eaeh. $ {~,~:~.CXD- $ /o~,~" 54. 55. 19 Additional Depth for 4' Diameter V.F. Manhole, complete in place per yvy$1cal 5 5' Diameter Manhole (0-10'), complete EA. in place per each. $ ID, O CD- 56. 57. 11 5' Diameter Manhole (10'-15'), EA. complete in place per each. 13 5' Diameter' Manhole (15'-20'), EA. complete in place per each. Hat 23 2005 9;4~RH ~ALCO, IHC. ?13729~553 p.6 ANTELOPE STREET AND SALT FLATS AREA ~ASTEWATER GRAVITY INTERCEPTOR LINE 4~EBII)I BASE BID PART A DESCRIPTION 58. 9 6' Diameter Manhole (15'-20'). EA. complelc in place per each. 000 - 59. 8' Diameter Manhole (0-10'), complete EA. in place per each. 60. 4 8' Diameler Manhole (15'-20'), EA. complete in place per each. $ ~..5, CO~- $ 61. 62, I 10' Diameter IManhole (20'-25'), EA. complete in place per each. $ ,,.3 $, ~- 1 12' Diameter Manhole (20'-25'), EA. complete in place per each. $ i C~, ~ - $ I 63 2 Rehabilitation of 4' Diameter Manhole, EA. complete in place per e~:h. 5 8" Da'op Connection (Type 1), complete EA, in place pct' each. $ c~OO - 65. 67. I 15" Dz~ Connection (Type 1). EA. complete in place ocr each. 21" Drop Connection (Type 1), EA. complete in place per each- 3 8" Drop Connection (Type 2), complete EA. in place per each- $ ~,400~ $ ~+,,~aO- 68. 1 EA. 10" Drop Connection (Type 2), complete in place per each. M~r 23 2005 ~:43AM JALCO,~NC. 7137296553 l BID ITEM ANTELOPE STREE~ AND SALT FLATS AREA 36"14~' WASTEWATER GRAVITY INTERCEPTOR LINE ~ III & UNITS BASE BID PART A ll] IV V UNIT PRICE TOTAL PRICE IN DESCRII'llON IN FIGURES FIGURES 69. Pre-Fabricated Fiberglhss Transition Pipe L.S (14'-36" Diameter), complete in place per lump sum. 70, 1 Diversion By-Pass Pumping (All L.S. Locations), complete in place per lump 71 4.599 Asphalt Pavement Repair (TY 1% S.Y. complcte in place per souare ~rd, 72. 7,577 Asphalt Pavement Repair (TY 2), S.Y. complete in place per ${luare yard. 73. 9,419 Trench Safety, complete in place per L.F, linear [0ot' $ ..~ - $ ~/~L~'-? - 74. I Storm Water Pollmion Prevention Plan, L.S. complete in place per lump sum., $ l Gq j ~- 75. 440 Block Sodding for Erosion Control, S.Y. comptcte in place per Stluare vareL $ '-~- ' 76. 3,310 Seeding for E~sion Control, complete S.Y. in pl~ce pet' S~luare yard. 77. 646 Remove & Replace 6" Curb & Gutter, LIn. complete in place per linear foot. $ gZ<~ - 78, 137 Remove & Replace 6" Curb, complete L.F. in place per llnear f0o t. 79. 152 Remove & Replace 3' Valley Gutter, LF. complete in place per linear foot. $ '319 - 2005 9:43RN ~ALCO,%N~. ?13729G553 p.g 1 BI]) ITEM 80. 81. 82, 83 84. 85. 86. 87. 88. 89. 91. Il ANTELOPE STREET AND SALT FLATS AREA 3~.~ASTEWATER GRAVITY INTERCEPTOR LINE dREBIDI BASE BID PART A IH [ V QTY & UNITS 84 L.F. L.F. 36 L.F. 16 L.F 24 LF. 103 S.Y. 184 $.1~. DESCRIPTION IV UNIT PRICE IN FIGURES Remove & Replace 12" RCP, complete in place per linear fo~ $ 7& - Remove & Replace 15" RCP, complete in place per ~lnear f09L $ C~ (a - 1 TOTAL PRICE IN FIG $ ,o~ ~;O- Remove & Replace 1 fl:' RCP, complete in place per linear foot. $ t //'/- - Remove & Replace 24" RCP, complete in place per Unear fool $ I ~c~ ,- Remove & Replace 30" RCP, complete in place per linear foot. $ t (~ - Remove & Replace Concrete Driveway, complete in place per ~uam yard. $ I Oaf - Remove & Replace Concrete Sidewalk, complete in place Ina- soua.m feel $ t ~ - Remove & Replace Concrete Curb Ramp, complete in place per ~quar~ $ 1'7- 350 Remove Existing and Install New 6' L.F. Chain Link Fence, complete in place per linear foot, $ ~qdv- 720 Temporary 6' High Chain Link L.F. Conalmction Fence, complete in place per linear fOOt. $ 2,912 8" PVC Waterlin~ (C90~, DR25), LF_ complete in place per linear fool. $ 48 16" PVC Waterline (C905, DR25), LF. complete in place per linear f0~t. Nar 23 2005 i I BID ITEM 92. 93. '1 UNITS 2OO L.F. ANTELOPE STREET ~ SALT FLATS AREA 3~J_~AS?EWATER GRAVITY INTERCEPTOR LINE 4REBIDI BASE B~ PART A UNIT P~CE TOTAL P~CE ~ I D~C~ON IN FIGUR~ ~GURE~ 18" Steel Casing # $ for Watertine (Bored), complete in place per linear 69 1 g" Steel Casing # 9 for Watcxline LF. (Bo~ed), complete in place per linear $ '~-C;~ - $ 18" Ste~l Casing for Waterline (Open Cul), complete in place per llne~' foot. 24" Steel Ca~ing for Wa.~crline (Open CuQ, complete in plac~ per linear Io0t. $" Gate Valve & Cover, complete in place per each. 8" Tapping Sleeve, complete in place 8" Tee, complete in place i-,ct each. 108 94. L.F. $ 95. L.F. $ 16 96. EA. $ 2 97. EA. $ 3 98. EA. $ 2 8" x 8" Cr~ss. complete in place per 99. EA. each. $ l 8" - 90 Degn:e Be. nd. complete in place 100. EA. per each. $ 15 8" - 45 Degree Bend, complete in place l 0 l, EA. per each. $ 2 8" 22-1r2 Degree Bend, completein 102. EA. place per each. $ 1 8" - 11-1/4 Deg~e Bend, complete in 103. EA. place per each. $ 3 8, Plug, complete in place per eaeh- 104. EA. $ H~r 23 2005 9:44RN JRLCO,INC, ?]3?296553 105. I[ ANTELOPE STREET AND SALT FLATS AREA 3~.~...~ASTEWATER GRAVITY INTERCEPTOR LINE ~ BASE BID PART A III IV V DESCRIPTION 16" - 45 Degree Bend, complete in EA. pla.ce per each. 106. 2 16" Tie-In, complete in place EA. 107. 108. 24 2" Water Service Connection, complete EA. in place per eacl~ 5 8'' ~[~lcomplete in place per each. EA. $ ~/CI:D - $ .B, 6-CO - 109~ Fire Hydrant Assembly (Type complete in place per each. 110. 6 Fire Hydrant Assembly (Type 2), EA. complete in place per each. Ill 342 Flowable Ca'out Material (Fy 1), C.Y. complete in place per cubic yard. $ [ I-~ - $ ~>q, --.~,.~O -- 112. 182 Fiowable Grout Material (Ty 2), C.Y. complete in place per cable yard. $ '~O - 113. 9,903 Cement Stabilized Backfill Materia.l, C.Y. complete in place per ¢0big yRFd, 114. 1 Street / Parking Lot Markings, complete L.S. tn place per lurap sam. 115. Traffic Conlrol, complete in place per Mar ~3 2005 9:44AM 3RLCO, IHC. 7137296553 p.11 ANTELOI~E Wi~EET AND SALT IrlLAT9 AREA ~/.qJ~'.~/ABTEWATER GRAVITY IN'I~Cg, PTOP. LIllE ~ I II ITEM BASE BID PART A III DESCRIPTION IV ¥ UNIT PRICE TOTAL PRICE lin YIGUR~ 116. 2 Ozone Action Day, per day. DAYS 117, 1 Allowance fe~ Ulillt¥ L.S. complete per lump 118. 1 L.S, Allowance for Explo,~,cy Excavation. complcu: in pe~ lum~ mm. S 4.~0~,00 S Seal coat, cemidere per MlU.qre vm~l, S .'3. ~-C~ ,~10~1.~ m:Wlt,tgVl dH :^8 .Lr~9 2005 $:45R~ JALCO,INC. ?137296553 p.12 ANTELOPE STREET AND SALT FLATS AREA 36.L~i~/ASTEWATER GRAVITY INTERCEPTOR LINE -[REBII)] BASE BID PART B - LA_ .T.T.T.T~ STREETS 1 TIE-INS 334 Controllifig Oround Water, complete per L.F. linear foot. 2 8 L.F. 4" PVC Sanitary Sewer IAne (0-6') (ASTM D3034, DR 26), comp]ere m place per ~ 8 6" PVC Sanitary Sewer Line (0~6') I.F. (ASTM D3Cr3d, DR 2.6), complete in place per ~ fool 270 8" PVC Sanitary Sewer Line (0~6') L.F. (ASTM D3034, DR 26), complete in place per liner fool 411 8" PVC Sanitary Sewer Line (6'-8') L.F. (ASTM D3034, DR 26), complet~ in place per linear foot. $ ~ ~- $ ~o, 0O3 - 86 8" PVC Sanitary Sewer Lfine (8-10') DF. (ASTM D3034, DR 26), compk~e in place per liner f0ol. 175 8" PVC Sanitary Sewer Line (10'- 12') L.F. (ASTM D3034, DR 26), complete in place per Hnear fool 8 10" PVC Smitary Sewer Line (8'-10') L.F. (ASTM D3034, DR 26), complete in place per linear {99~ 85 12" PVC Sani~-y Sewer Line (10'-12' L.F. (ASTM D3034, DR 26), complete in place per linear foot. $ '~$- $ Mar 23' 200S 9:4SRM 3RLCO,IMC. ?137296S53 p.13 ANTELOPE STREET AND SALT FLATS AREA ~ASTEWATER GRAVITY INTERCEPTOR LINE ~RE~ID] BASE BID PART B - LATERAL STREETS_/_TIE-INS H 11I BID QTY & DESCRIPTION ITEM UNITS Co~rrlN~JED) IV ¥ UNIT PRICE I TOTAL PRICE IN IN FIGURESI FIGURES 10. 249 12" PVC Sanitary Sewer Line (12'-14') LF. (ASTM D3034, DR 26), complete in place per linear ~oot- Il. 10 Saniluu'y Service Connection, complete EA. in plac. c per ~ch. $ I,aCE)- $ t~,oc~- 12. 13. 8" Drop Connecdon (Type 1), complete in place per t~ch. 6 4' Diameter Manhole (0-6'), complete EA. in place per ~gach. 14. 15. 13 Additional Dcpth for 4' Diameter V,F Manhole, complete in place per vertical foot. I 5' Diameter Manhole (10' - 15' ), EA. complete In place per $ I%q- $ I,q37- 16. 2 5' Dia~e~cr M~nhole (15'-20'), EA. complete in place per each. 17. 15 F]owable ~ut Material (Ty 2), C.Y. complete In place per cubic ¥11rd. $ 18. 108 LF. Remove & Replace 15" RCP, complete in place per llIgar foot- 19. 637 Asphalt Pavement Repair qrY 2), S.Y. complete in place per oomu'e yard. $ ~'~ - Mar 23 2005 9:4SRM JRLCO,IMC. 7137296S53 ~.1~ A~NTELO~E STREET AND SALT FLATS &REA GRAVITY INTERCEPTOR LIN~. BID PART B - LATERAL I il MD QTY UNIT PRICE & D I~'gC'R] PTION IN FIGURES IlEAl UNITS 20. ~22 C~ Subilizod Backfill M~lorial, C.Y. complete in place p~' zubl~ yard $ ~,'~ - TOTAl, PRIER, IN FIGURES 23. 1300 Trench Slfmy, c~mpleq~ in pla~e per L.F. ~ roeC s ~- S 24. 8Y Seal eeot~ ¢omplde per mua~ ysrd. $ ,L/- S ~-, ©cJ ~-- 2005 9:45RM ~RLCO, IM~. ?137296553 ANTELOPE STREET AND SALT FLATS AREA ~ASTEWATER GRAY try INTERCEFFOR LINE -IREBIDJ I BID HEM BASE BID PART C - HOWARD STI~P.~Z-T DE~CRII~ION IN FIGURES FIGURF~ & 37 Contxulling Ground Water, complete per i. linear foot- 17 30" Fibex Reinf. Sanitary Sewer Line L.F. (12'-14'), complete in place per linear 20 30" Fiber Reinf- Sani~3~ Sewer Linc LF. (16'-18'), complete in place per lillenr fooC 420 30" Fiber Reinforced Pipe L,~staUed in 4. LZ. 36" Casing ge/, complete in place per 10. 420 36" Steel Casing 0'7 (Bored), complete L.F. in place per linear [99t. I Rehabilitation of 4' Diameter Manhole, EA. complete in place per each. 2 6' Diameter Manhole (10'-15'), EA. complete in place per gach. 1 6' Diarnct~r Manhole (15'-20'), EA. complete in place ~ egxh. 90 Asphalt Pavement Repaix CI~ 2), S.Y. comp]em in place per souare yard. 89 Remove & Replace 6" Curb & Gutter, LF. complete in place per linear fool 10 Remove & Replace Concrete Driveway, 11, S.Y. complete in place pe[ so.are var~l, 42 Cement StabilizeA Backfill Matcri~l, 12. C.Y. complete in place per cubic ¥~d. 1 Traffic Control, complete in place ]3. L.S lump Hsn~ H~r 23 2005 9:4GAM JRLCO, I~C. 7137~96553 p,16 ANTELOPE STREET AND SALT FLATS AREA 3~.~ASTEWATER GRAVITY INTERCEPTOR LINE 4REBIDI BASE BID PART C - HOWARD STREET (Continued) ! BID ITEM 14, 15. I II [ HI IV V QTY UNIT PRICE TOTAL PRICE IN & DESCRIPTION IN FIGURES FIGURES UNITS 1 Storm Water Pollution Prevention Plan, L.S. complete in place per lump mare. ~ ~., ~ EL"3 -- $ ~,~, I C~ r_ 37 Trench Safety, complete in place per L.F. linear foot. $ ,~- $ Ill - BASE ~D PART C (Bid xt~ 1 ~ Is) $ -~G(~, C)7~- M~r ~3, 8005 9:4GRM JRLCO, IMC. 7137~9G553 p.17 ANTELOPE STREET AND SALT FLATS AREA 36"148" WASTEWATER GRAVITY IN I'EKCEPTOR LI31E ~ ADDITIVE ALTERNATE 1 - WINNEBAGO STREET BID QTY & ITEM UNITS 1,814 1. S.Y. 2. SF. HI DESCRIPTION UNIT pRICE IN FIGURES Stseet Excavation, complete per ~uar~ Demolish & Install 4" .Conch:re Sidewalk, complete in place per square fool $ I ~' - TOTAG~F1 IN 62 Demolish & Install 6" Concrete Curb & L.F. Outlet, complete in place per linear 25O 4. S.Y. 1,564 5. S.Y. 6. 1,564 S_Y_ 2 7. EA, 12 8. L.F. 1 9. LS. Conch:re Pavement Ove~- the Dralna Boxes, complete in place l~r ~ 8" Concrete Pavemenl, place per ~uare yard. 10" Crushed: place per s~muare, place per each. in plac,~ ?il~, comple~te I. e & Valve ~lace per lump 2 Inlota to Junction 10. EA. ,lace per ~aeh. 1 gs, complele in place 11. L,S. sum. 1 [2" Diarr,~ter Oalvaniz~ Hand~l, 12. L. ~mplete in pt~e ~t ~p ~- Sto~ Wa~r Pollufi~ ~ven~, ~m~e~ in pl~e ~r ImP ~ Adju~ ~i~ng M~ho~ & V~ve ~vers, ~lete in place ~ [rap KDDITIVE ALTEI~ATE 1 TOTAL $ $ ~7- $ $ $ $ $ (Bid xt~ i thru 11} $ $ Mar 22, 2005 $~47RM JRLCO,IHC. 713729G553 p.18 BID SUMMARY Base B~d Part A (Bid Items 1 thru 119) Base Bid Part B (Bid Items 1 thru Base Bid Part C (Bid Items 1 thru TOTA/~ I~I~SE BID (PART A * PART B * PART Additive Alte~ate 1 To]ia~ n~.D _' ~itive Alternate 1 PART C) J'd TA¢ undeze~ned he.by declares ~hat he has vleited ~he aide carefully examined the plane, specifications!and contract documents relatlng to the work covezed by his bid or bids, that he agrees :o do the ~rk, and that no within Eive days Of receLpC of bide, submit to the city £n~ineer, in writing, the na,~e and and specifications. approval by the Engineer and the City, but cannot:exceed the 360 calender day allotmem[ fox' the entire project. ear each calenaar day that a~¥ w~rk zemaina incomplete after ghe Clms specified in the Con:tact ~/ure ace not cabbie of precise p~f. ~e OlreCtor of E~inee~i~ Semites {Ciey E~ineer} ~y A~III Page 21 Of 25 Contractor shall anticipate the followin9 nu~er oF work d~¥~ lom~ due to rain in schedule. p~o~ct (12) Authori~at~O~ ~Ct p~nt (Ar~ p~epared and :eu~mltted to Acc~nti~ ~Cmeflt Page 22 Of 25 The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of number): (SEAL - IF BIDDER IS a Corporation) the following addenda is acknowledged (addenda Respectfully (P.O. Box) (Street) (City) (State) '(Zip) Telephone: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. ~----~, CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Co~pus Christi Ordinance 17112, as amended, requires all pe~o~s o~ firms seekthg to do bus,ess with the C~y to Bond #104172756 ~ I P. F 0 Z~ M & Ii C · B O N D ST&TB OF TEXA] ~ ~0~ OF HUBCRS ~ Lq~*OW ~?.T. BY THESE PP~SEI~TS: THAT Jelco. 'rnc. of ~AP~TS County, Texas, hereinafter called "Principal", and Travelers Casualty & Surety Company of ~m~ica corporation organized under the laws of the State of Connecticut , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of H'r~HT ~TO~, $~.~ ~l.,J"'a~R.,~) FO~it~ 'L*HOUSA~D, ~ HUHDPt'F~ TWt'qT~ AIqD 50/2,00 ($8.6'14,720,50) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, Jointly and severally, firmly by these presents: T~ COt~ITI~ OF THIS OBLI~TIOt~ IS SUCH T~AT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 19TN of ~L , 20 Q~ , a copy of which is hereto attached and made a part hereof, for the construction of: ~L&)PE S~T~3~D SALT I~T8 A~ 36"/48" ~TER~VI~"/ 11~P~R LI~ - P~ID P~OUT~'TNO. 7302 (~)TAL B~%~E BID: $8,614,720.50) NON, T~FOI:~, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTH~1%, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. ?erfol'~ance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Ver~on's Civil Statutes of Texas, and other applicable statutes of the State of TeKas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN ~ITN~BS ~Ei~EOF, this instrument is executed in one of which shall be deemed an original, this the April , 4 copies, each 25th day of PRXI~CZPAL Jalco ~3-~- ~ David George, President {Print Name ~ Title) Secretary SURETY Travelers Casualty & Surety Company of AmerCes By: Judy ~'i Dc.lO Attorney-in-fact (~rlnt Name) ~tice an~ ~ezvi~e of Add_.~ee: Hilb Royal & Hobbs Terri K~zer DI~ S. Padre Island Drive CorDu~ Christi. TX 78468-8~0! 36~ -993-2041 for ~li=e~-~ of NOT~: Da%s of Performance Bond must not be prior [o date of co~tract) Performance Bond -. PA~MEN T BOND COURT! Or NOT~ES S ALL BT T~ESB P~KES~N~g: THAT J&lco. I~. of HAR~Ig County, Texas, hereinafter called "Principal", and TraYeler~ Casualty & $~et¥ Co~.aD) of~m~rica corporation organized under the laws of the State of Connecticut , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of EIGHT MILLZO~. 8I~ ~UNDPw~ FOURTm~ T~C~B~q:), S~ ~P~ ~ ~ 50/100 ($8.614.720.50) ~T.T.ARS, lawful money of the United States, to be paid in Nueces County, Texas, for the pa~ent of which sum wel~ and truly to be made we bind ourselves, our heirs, executors, a~inistrators and successors, jointly and severally, flay by these presents: ~ CONDITION OF THIS OBLXG~TION IS S~JCN T~AT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 19T~ day ~IL , 20 0~ , a copy of which is hereto attached and made a part hereof, for the construction of: ~T~LOPE STREET ~ND ~ALT FL~TS A~EA 36"/48" ~~ ~VITY ~R~R L~ ~ ~. 7302 (~ WE BID: $8,614,720.50) NO~, T~EP~.FO1~E, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then ~his obli~ation shall be void; otherwise to remain in full force and effect. P~IDED FURTheR, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no chan~e, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive nutice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to ~eet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statu~es o~ the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein ere in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. I~IX~N~SSW~E]~OF, this instrument is executed in { one of which shell be deemed an original, this the 2~th April , 2005 . copies, each day of Jaloo, .T,.~c. By: David GeorGe Secretary Debts Levins SURE~ of Amerio~ ~t~°r~e7-£~2e0~ ~uc!,~ ~. Do~d · gl3~c~],: Hilb Rogal & Hc.bbs~ C--,~ao~ ~lm~m~: __Te%si Kizer J~s~: 5755 S. Padre Island Dr. Corpum Christi, TX 7~868-8301 Pbg~ Jgil~: 361-9~3-20~ Payment Bond ~&~e 2 o~ 2 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under thc laws of thc Stale of Connecticut, and having their principal offices in the City of Hartford, Coun~ of Hartford, State of Connecticul, (hcrcinaftcr thc "Companies") hath nmd¢, constituted and appointed, and do by these presents make, constitute and appoint: J. F. Spence, Jr., Judy M_ Dold, of Houston, Texas, their true and lawful Attomcy(s)-in- Fact, 'a~th full power and authoriW hereby conlerrcd to sign, execute and acknowledge, at any place within thc United States, the £ollowing inshumcnt(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indcmmiy, and other writings obligatow in the nalurc of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind thc Compames, lhereby as fully and to thc same extent as if thc same were signed by thc duly authorized officers of the Compamcs, and all thc acts of smd Attorney(s)-in-Facl. pursuant to Iht anthoriW herein given, are hereby ratified and confirmed. This appointment is made under and by authority' of thc Fo]lowing S~anding Resolutions of said Companies, wfuch Resolutions arc now in full force and effecl: VOTEI): That the Chairman, the President, any Vice Chairman. any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer. any Assistm~t Treasurer, the Corporate Secretary or any Assistant Secretary may appoinl Attorneys-th-Fact and Agents to act for and on behalf of the company and may give such apI:mintee such authont-,' as iris or her certificate of authority may prescribe tn sign with the Company's r~amc and seal with [he Company's seal bonds, recogmzances, contracts ofindemmty, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee ur~d rcvokc thc power given him or her VOl'ED: I'nat the Chairman. [he President, any Vice Chairman, arty Executive Vice President, any S~tior Vice President or any Vice President may delegate all or any part of the foregoing authority [o ot~.c or more officers or employees of this Company, provided that each such delegation is in x.,riting and a copy thereol' is filed in the office of the SecreL,~. VOTED: ['hat an5, bond, recogmzance, contract of indemnity, or writing obligatory in the nature of a bond. rec°gmZance, or conditional tmder~king shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice Presidenl, any Senior Vice President or any Vice President, any Secot~.d Vice President. [he Treasurer. any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with thc Company's seal by a Secretary or Assistant Secrelary, or (b) duly executed (under seal, if requh-cd) by one or more Attorneys-in-Fact and Agents pursuaxtt to thc power prescribed in his or her certificate or their certificates of authorit3, or by one or more Company officers pursuant to a written delegatiot~, of authority This Power of Altorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authoriW of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOl'El): 'l~at the signature of each of the following officers: President, any Executive Vice President, any Serdor Vice President, any Vice President, any Assistant Vice President, any Secreta~', any Assistant Secretary, and the seal of thc Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bond~ and an. dcrtakings and other V~TUings obligatory in the natt.cre [hereof, and any such power of attorney or certificate bearing such facsimile signature or facsintile se21 shall bo valid and binding upon the Company and any such power so executed and certified bv such facsinnle signature and l~acsimile seal shall bo valid and binding upon the Company in the future with respact to any bond or undertaking to which it is athached Revise~t (01 03) Standard lin WITNESS WHEREOF, TRAVELERS CASUALTY AND SURJ~TY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 28th day of March, 2003. STATE OF' CONNECTICUT }SS Hartford COUN I'Y OF I IARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMI~ANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 28th day of March, 2003 before mc personally came GEORGE W. TItOMPSON to me know~ who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instranmnt; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I. the undersigned~ Vice President, Bond o£ TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of CoimecticuL DO HEREBY CERTIFY that thc foregoing and atlached Power of Altorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, thai the Standing Resolutions of the Boards of Directors, as set forth in thc Certificate of Authority, m'e now in force IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 25t. h day of Apr:i_l ,20 05 Lawrence A. Siuta Vice President, Bond Travelers f IMPORTANT NOTICE TD OB'fAIN INFORMATION OR MAK~ A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Core.ny, Travelers Indemnity Company, Standard Fit~ Insurance Company and/or Farmlng~on Casualty Company for ird'orma~on or to make n complaint at: Travelers Bond Arm: Claims 1500 Market Street West Tower, Suite 2900 Plxilndelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact th~ Texas Department of Insurance fA obtain the information on companies, coverages, rights or complaint~ ac Texa.~ Department of Insurance P.O. Box 149104 Attstin. TX 78714-9104 (800) 252-3439 AITACH THIS NOTICE TO YOUR BOND- This notice is for information only and does not become a pati or a condition of the al:tached document and is ~iven to comply with Section 2253-021. Government Code, and Section 53.202, Property Code, effective September l, 200l. ACORD. OVERAGES CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION [n~ . ONLY AND CONFER~I NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVER. AGE NAIC # ,NSU.E~c Tzavelers L16¥~s ihs Co 41262 e r~km~, exclusio~ns ~nd cgndit,ioris of su<:[ p~,licie$~ A O E3~ ERAL LZABIUTY !GL2027593 ' 3/4/2005 3/4/2006 CA2027592 1012190 3/4/2005 3/4/2006 X &Ny AUTO ' I ~/at2oo5 ' 3/4/2005 I 3/4/2005 3/4/2006 3/4/2006 ix i .~T~.~,~ , i0, 000 i Project {7302 A~nbelope St,/Salu Fiats Area ]6"/~8" Wwtr Gravity Interceptor Line - REBID CERTIFICATE HOLDER City nf Cozl~us Christi ; Englneellng Arb:l: Contrac~ Adm&nis~ratol PO Bo× 9277 Colpus Ch¥1s[i ?X 78469 ~,CORO 25 (2001/08) CANCELLATION Should any of the described poiicie~ be cancelled before the expiration d~%e :hereof, the insuin9 company will shall impose no obligation or lzability of any Kind upon © ACORD CORPORATION 1988 IMPORTANT the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed, A statement on this certificate does not con[er rights to [he cer~i/icate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subjec~ to Ihe terms and condilions of the policy, certain policies may requir~ an endorsement. A statement on this certificate does not confer rights to the cerfi~cate holder in lieu o1' such er'~:lorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of [his form does not constitute a contract belween Ihe issuing Insurer(s), authorized representative or producer, and the certificate holder, nor does it a~flrmalively or negatively amend, ex[end or alter Ihe coverage afforded by I[he policies listed [hereon, ~uCORD 25 (2001f08) Jalco, Inc. Policy #GL2027593 Effective 3/4/05 - 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement n'~difies insurance provided under the following: CO~IMERCIAL GENERAL UARIUTY COVERAGE FORM All of the terms, provisions, e~clusions, and limitations of [he coverage form apply except as spec~lically stated below SECTION II. WHO IS AN INSURED is amended to include as an insured any person or organization, called an additional insured in this endorsement: 1. Whom you are required to add as an additional insured on this policy under a wdhen contract or agreemenl relating to your business; or 2. The wriEee contract or agreement must require addi~onai insured status for a time peded dudng the term of this policy and be execuled pdor to b~e "bodily injury', "property damage', 'personal injury", or 'advertising injury" gk, ing dsa to a claim under this policy. If, however, 'your work' was commenced under a letter of intent or work order, s~Jb. lect to a subsequent reduction to writing within 30 days from such c~mmencement and with cusb3mers whose customary con~acts require they be named as additional insureds, we will provide additional insured slatus as specified in [his endorsement. 3. If the additional insured is: (a) An Indk, idual, [heir spouse is also an additional insured (b) A partnership or joint venture, members, partners, and their spouses are also eddi~3nal inSur'eds. (c) A limited liability company, members and managers are also additional insureds. (d) An organization other than a partnership, joint venture or limited liability company, executive officers and directors of the organiza~on are also additional insureds. Stockholders are also additional insumds, but only with respect to their liability as stockholder~. (e) A bust, you are an insured. Your trustees are also insureds, but only with respect to their dubes as trustees, The insurance provided to the additional insured is limited as follows: 1. That person or organization is only an additional insured with respect to I~ability adsing out of: (a) Premises you own, rent, lease, or occupy, or (b) Your ongoing opera[ions pedormed for that addddonal insured, unless ~he wri[l:en contrac~ or agreement requires 'your work' covee!~e (or wording to the same effect) in which case the coverage provided shall extend to 'your work' for that additional insured. Prem~ses, as respect~ this provision, shall include common or public areas about such premises if so required in the written confl'3ct or agreement. Ongoing operations, as respects this provision, does not apply to 'bodily injury" or 'property damage" occurring after: (1) All work including materials, parts or equipment furnished in connection with such work on Ihe projecl (other then service, maintenance or repairs) to be performed by or on behah' of the additional insured(s) al the site of the covered operations has been completed; or Includes copyrighted matenal of Insurance Services Office, Ir, c., with ils permission. Copyright Insurance Services Office, Inc., 2002 CG 70 85 03 04 Page 1 of 2 (2) That portion of 'your work" out o1' which the injury or damage adses h~s been put to its intended use by any person or organization other than another conLractor or subo~ntreclor engaged in performing operalions [or a principal as a par( o[ the same proje~l. 2. The limits o[ insurance applicable to the additional insured are the least of those specified in the wdtten contract or agreement or in the Declarations for this policy. If you also carry an Umbrella policy, and the wdtlen contract or agreement requires thai the additional insured slatus also apply to such Umbrella policy, the limits or insurance appticab~e to the additional insured under this policy shall be those specified in the DeclaraUons of this policy. The limits of insurance applicable to the additional insured are inclusive ot and not in addition to the IJrnits o[ insurance shown in the Declarations. 3. The additional insured status provided by this endorsement does not extend beyond the expiration or terminalJon o[ a premises lease or rental agreement nor beyond the term gl' this policy. ? 4. Any person or organization who is an insured under the terms of this endorsement and wh~ ~s also an insured under (he terms of [he GENERAL LIABILITY EXTENSION ENDORSEMENT, if atiached to this policy, shall have the benefl! of the tan"ns o[' this endorsement ii' the terms of this endorsement, are broader 5. If a written cootraol or agreement as outtlned above requires that additional insured status be provided by use gl' CG 20 10 11 85, than the ten'ns of that endorsement, which are shown below, are incorporated into this endorsement as respects such addil]onal insured, to tbs extent that such terms do not restrict coverage otherwise provided by this endorsement: ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name o[ Person or Organization: Blankel Where Required by Wdtten Contract or Agreement that the tenms of CG Z0 10 11 85 apply (If no entry appear~ above, informatio~ required to complete this endorsement will be shown in the Deciaretions as applicable to this endorsemenL) WHO IS AN INSURED (Sect[on II) is amended to include as an insured Ute person or organization shown in the Schedule, but only with respect te liability adsing o~1[ of 'your work' ['or that insured by or ['or you. Copyright, Insurance Services Office, Inc., 1984 CG 20 10 11 85 The insuren(;:e provided to the addiOonal insured does nol apply to 'bodily injury", 'property damage", "personal injury', ~ 'advertising injury' arising out of an architect's, engineer's, or surveyor's rendering of or [allure to rei'~er any pro[essional services including but no[ limited to: 1. The preparing, approving, or [ailing to prepare or approve maps, dreWl~.~s, opinions, reports, surveys, change ordem, design specl§cMJons; and 2. Supervisory, inspect, ion, or engtheedng services. Any coverage provided in this endorsemeot is excess over any other valid and collectible insurance available Io [he additional insured whether primary, excess, contingent, or on any olher basis unles~ the wdUen contrecl or agreement requires that this insurance be pdmary, in which case this insurance will be pdmary wi~out centhbution from such other insurance available to the additional insured. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc. 2002 CG 70 85 03 04 Page 2 of 2 Jal¢o, Inc. POLICY NUMBER: GL2027593 COMMERCIAL GENERAL LIABILITY CG 02 05 01 96 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement rnodif~s insurance provided under the following: COMMERCIAL ~ERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERA,GE PART PRODUCTS/COMPL.bl ~L~ OPF_,q, ATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In Ihe event o~ canceaa'don ~- rna~edal change Ihat reduces or rest~cts t~e Insurance a"fo~ed by ~ts Coverage Pa~% ~ ~ [o mail pdOr wl'itte~ notice af cancellation or mateflal change 1. Name: SCHEDULE ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRIT'FEN CONTRACT WHICH REQUIRES WRrT-rEN NOTICE OF CANCELLATION. AS PER CERTIFICATES ON FILE WITH COMPANY. 3. Number of days advance notice: (if no ent~j ~apr~_ m above, information r~:lUimd [o cor~olete ~ endomement will b~ shown In Ihe []~:;laratJons as applicable to ~ls endo~'~ements_) 'EXCEPT IN THE EVENT OF CANCELLATION FOR NON PAYMENT OF PREMIUM FOR WHICH 10 DAYS NOTICE WILL BE GIVEN. CG 02 05 01 94, Copyright. Insurance Services Office, thC., 1994 Page 1 of 1 TE 99 0lB ADDITIONALINSURED This endo~ement mndir~es insurance provided under the BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the po[icy unles~ anothe~ date is indicated below: Endorsement Effective 3/4/2005 Named Insured Jal¢o, Inc. Number CA2.027592 COU ntar~lgned by (Authorized Representative) The provisions and exclusions tllat appty [o LIABILITY COVERAGE also apply to this endorsement. (Enter Name and Ad(:lre~s of Additional Insured.) ANY PERSON OR ORGANIZATIONS WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRI'T-FEN CONTRACT WHICH REQUIRES YOU NAME THE PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED ON YOUR POLICY. is an Inaumd, but only with respect b3 legal re~ponsibillt¥ h3r act~ or orrflsslons of a pem<m ~or whom !.Jab~ll~y Coverage is afforded ~mder ~ policy. The addlUonal In~ured Is no{ required to pay ~r any premiums stated in the poJicy or earned ~om Ute p~. Amy retuJ'n premium and any dividend, if applicable, dec. md by u~ shan be pakl [o you. You are authorized [o ac[ for the additional inlured in all matt~s perialning to this ineu~'ance, We will mail b~e additional Insured notice of any cance~aQon of fids pollcy, if bbs cancetlailon is by us, w~ will give ten days no[ice [o U~e additional insured. 'l'he additional Insured wttl relaJn any right of recover~ as a daJman! under ~is ix~icy. FORM TE 99 0lB - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed March la, 1992 CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance pmvidecl ur~ler the ~lc~wing: TE02 02A BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the po~cy elfecfive on the inception data ot' the policy unless another date is indicated below: ~e~,~'n~ Effllcflve 3/4/2005 P~cyNumber CA2027592 Jalco, Inc. (Authored Rs~msenlatJve) '30 days beE)re this policy is cancelled or materially changed to reduce or rssb'ict coverage we will mall notice of the car,~etlatJo~ or change to: (Enter Name and Address) ANY PERSON OR ORGANIZATION WHOM THE NAMED INSURED HAS ENTERED INTO A WRIT]'EN CONTRACT WHICH REQUIRES WRI'I-FEN NOTICE OF CANCELLATION. AS PER CERTIFICATES ON FILE W'I'IH COMPANY 'EXCEPT IN THE EVENT OF CANCELLATION FOR NON PAYMENT OF PREMIUM FOR WHICH 10 DAYS NOTICE WILL BE GIVEN. FORM TE 02 02A - CANCELLA'nON pROViSiON OR COVERAGE CHANGE ENDORSEMEHT Texas Standard Automobile Endomement Prescribed March 16, 1992 WO~.KERS CO~P~TSATION ~ E~PLOYERS LIABILITY I~u~ARC~ POLICY TEXAS NOTICE OF MATERIAL CI~0d~GE ENDORSEMENT This endorsement applies only to the insurance provided by the policy beuause Texas is shown in item 3.A. of the Information Pag=. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The nu~er of days advance notice is shown in the Schedule. This endorsement shall non operate directly or ~ndirectly to benefit anyone not named in the Schedule_ Schedule 1 N~ber of days advance notice: 30 2, Notice will be ~iled ca: City of Corpus Christi Depart~sen~ of Engineering Services ACt~: Co~ract Adm/nistrator P.O. B(~K 9277 Corpus Christi, T~ 78469-9277 This en~or~e~nt changes the policy to which it is attached amM is e~eetiv~ on the dace issued unless otherwise stated. (The information below is required nmly when this an~orse~ent is issued subsequent to preparation of the ~olicy.) Endorsement Effactiv~ 3/4/2005 Policy No- WC2027594 Endorsement No. Insured Jalco, Inc. ~emiom $ wc 42 06 ol Name (Printed): (Rd. 7-s4) Title (Printed): ATTACHMENT 3 3 OF3 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Ch dsti Ordinance 17112, as amended, requires all persons or tirms seeking to do business wlth the City to provide the tollowing information. Every question must be answered. Il the queslien is not applicable, answer with 'NAt FIRM NAME ~-'~-'-q~,-~(:.~::) STREET: ~ / ~F~-~ ~,~"~,.~,.~_% CITY: FIRM Is: 1. Corporation ~ 2. Partnership 5. Other 3. Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet_ 1. State the names of each "employee" of the Clly gl' Corpus Chrlsll having an "ownership interest" constltuUng 3% or mere o1' the ownership In the above named "Om]". Name Job Title and City Department (if known) 2. State the names of each "olllclal" of the Clly o[ Corpus Christi having an "ownership Interest" constltuUng 3% or more of the ownership In the above named "finn". Name Title State the names of each "board member" of the City of Corpus Christi having an 'ownership Interest" constituting 3% or more o1' the ownership In the above named "firm". Name Board, Commission or Committee 4. State the names of each employee or officer o¢ a 'consullant" for the Cfty of Corpus Christi who worked on any matter related to the subject ot this contract and has an "ownership Interest" constituting 3% or more of the ownership In the above named "tim]". Name Consullanl CERTIFICATE I cerlify that all informatlen prowded is lrue and correcl as of the date of this statement, that I have not knowingly wifl3held dlsclesure gl any information requested; and that supplemental statements will be promplly submitted lo the City of Corpus Christi, Texas as changes occur. Signature of Certifying Person: DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Chdsti, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or pad time basis, but not as an independanl contraclor. "Firm". Any entibJ operated for economic gain, whether professional, industrial or commercial and whether established fo produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, padnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. "Official". The Mayor, members ol the City Council, Ci17 Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges ol the City of Corpus Christi, Texas. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such Interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or paxlnership agreements. "Consultant'. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consuitation and recommendation. IIIIMA¥ !6 2035' 8:47ANfI~--BMB-COMMERCIAL LINES ACORp,. CERTIFICATE OF LIABILITY INSURANCE Bowen, Mi~l~cce & Britt, Inc, llll North Loop West ~ous~on ~"~ 77227 COVERAGES ,NO, 960 P. II(I 4/25/2005 THIS CER~FICA~ ~ ISSUED ~S A MA~ER OF INFO~A~ON ONLY AND CON~RB NO ~S UPON ~ CERTI~CA~ HO~E~ ~ C~F~ ~ NOT AMEND, E~ND OR ALTER ~E CO~GE A~O~ED BY T~ ~U~ BE~W_ ~UR~RS ~FFORO;NO ~E ' ,~"~e~=~ ~ual ,i~ 'co;2i~ee '-- ~u~ ~ire Zn~e~i~y]i~ C~~ ~1334-- ~; ~..~,,?.~ v GL2O27S~ ~/4/2oos 3/,/~oos ~,~ _.i~.°?°,°°° ' 'x': , ~ ~,,~ :, zoo ooo ~ ~,~u,~ ~, ooo, ooo .......... -~~ -' , ~, o~, oo~ B ~ ~c~aum~ ~ 1012190 3/4/2005 3/~/2006 ~ ,lo,ooo ~ A ~~ ~ ~C2027594 ~/4/2005 3/4/2006 C om~.~l~nc 3/4/200~ 3/4/2006 Cl:K FIFICATE HOLD~ ACOrm.~ ~.~_~1 , U ~ ACORD cORPORATION 2005' 8:~?A~ BMB-COMMERCIAL LINES- ,NO. 960--P, 2 IMPORTANT if the certi~cate holder Is an ADDITIONAL iNSURED, t~e policy0es) m~t be endowed, A sta~.~ment ~ this ce rtl§ca'~e does not cor~[er rlgh[s to ~e certificate tmtder in lieu of such endO~eme~[($). If SUBROGATION IS WAIVED. s'ubJem ~ Ihe tem"~ and condilions of the policy, certain policies may req~i~ an endorsement, A statement on ~hls c~iNc~te does not con~er rights Io the certificate h~der ~n [ieu of su. ch endorsement(s). DISCLAIMER The Certificate ol~ Insurance on the reverse :side of this fl3rm does nol coDstitute a ~ontrac~ between the Is.~uing Insure~(s), eulhorized representative or produoer, end the oerfificale ho}der, nor does ~1 affirnnativeh/ or nega§vely embed, exlend or al~er the coverage efforded by [he polict,l~s listed thereon. 'aCORO 2J ~AV. 16 2005' 8:4?A~BMB-COMMERCIAL LINES , NO. 960--P, .3 J~co~ ~¢. Policy #GL2027593 E~fect~¥e 3/&/05 - 06 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAJREFULLY, TEXAS v/ CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement, mo~ea insurance pr~ided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM v AN of the terms, p~vision, s, e:?usions, and liml~6or,.s of the coverage [orm apply excepl as ~peclficelly stated below. sECTION II -WHO IS AN IN$tJRED is amended to Include as an Insured any pe'~on or or~a~n~'et~on, called an add[Banal insured In this endc~'sement r I. Whom you are required to add as an additional insured on ~is policy under a wri~en co'r-act or agreement ~'elafJng to your business; or 2.. The written contract or agreement must require additional insured stebJs f~- a I~me ped~, dur~g the term of [h;s pol[cF and be executed pdo¢ ~3 the Tbodily ~nju~7', "p~ped. y damage', 'gers~nat Iniu~', ar 'adve~sing injury' gMng dss to a claim under this policy. he,raver, 'your work' was commenced under a leffer of intent or work order, subject b3 a s~bsequent redu~on to wiling w~hin 30 days fi.om such cc.mmencemenL and v, ith'~ cuetcmem whose customary contacts require named as addi§anal Insureds, we will pro~ide additional Insured status as spe~'fied In IJ~s endorsement. If the additional insured is: (al An individual, their spouse is also an addi§onal insured, (b) A partnership orjoin[ venture, members, pa.'thers, and fl~eir spouses am also addiUc iai Insurecis. (c) A limited liabiflbj company, membem arid manage~ are also addlflc, na[ Insuteds, (d) An organization ether than a pariner~hrp, joint venture o r limited liability c~3mp<any, e~:ecutlve of:~cers and directors o[the organization are also eddii;ional Insureds. Stockholders a~e also ed~t~onal Insureds, but only with respect to [hek liability as s[ockholde~s. (e) A trus(, y~.~ ara an insured. Your trustees are also in~ureds, but or~ly with respect toi~elr dubes ~'ustees. The insuranco provided to the add'~tiona{ insured is Nmi[ed as follows: 1, Thai person or o~anlzafi~n is only an additional Insured (al Premises you ow~, rent. le~e, or occupy, or (b) Your ongoing operations performed Ior th at sdd~aonal Insured, unless the wflttsn coqb"act or agreemer~ requ, res "your work' coverage (or wordin§ ~ the same effect) In which case the coverage provided shall extend to 'your work' for that edd'rtionel Insured. Premises, as respects ibis provision, shall include common or public areas abcut such pr+raises it so ~d In the written contract or agreement, angola9 opera~ons, as respec~ this provision, does not apply ~o 'bediJy in.jury' or "l:~'operty damage' oc~Jrdng affec (1) AIl v~3rk [ncludlng m~[ertaJs, parts or equip4'nant furnished ~ conne, ct$or'. 'wi[h such wc~. on the p~'~act (off'~ then service, maintenance or repairs) [o be perfon'rmd by or on behalf of [he addi~onal ir~sured(s) at the sits of t~e cevered opera~Jor~ has been completed: or Includes c~pyfighted ma[edal of tnsurartce'Services Office, Inc.., with pe n. ~/" CG 70 I~S,B$ 04 of 2 "IIMAY 16 2005' ~:~8ANfI'BMB-COMMERCIAL LINES ,NO, 960~P. (2) That posen af ~your work' oul of which the In)~ ~ ~ge ~ has ~n p~ any paten or organization ot~ th~n ana~r ~n~ or subce~c[or engag~ rn pe~ op~ for ~ pdn~( ~ ~ ~ of~e ~me ~o~. 2. ~e limi~ o~ i~n~ ~ppll~ble to ~e ~ddi~a~ i~ure~ are Lhe least of those sD~d ~ or agr~ment or in ~e De~a~tio~ rot ~s ~icy. I~ you ~so ~ an Um~mll~ ~llc~, contm~ or egr~ment r~ui~ I~t ~e edd~ Insured status a~o app~ to su~ Um~rell~ ~, the ~m~ts of ~su~ce apDli~e ~ Ihe ~i(i~al i~umd ~der ~1~ ~y ~ha~J ~ ~ose 6~e~ In ~e De~em6o~ of ~Js polio. ~e IIm~ of Insu~ ~pJI~ble ~ ~ ~d~Eo~l Ins~d are inclusive of agd not In a~i~on to ~e I1~ of Insura~e s~wn ~n ~e 3, ~e ad~onal in~d ~tus provided by ~s endomement does not e~end ~yond Ih~ e~Jm~on or ~nafi~ of a pr~es lease or r~l ~g~emen~ n~ ~y~d ~e te~ of ~is ~li~. 4. ~y pemon ~r organiza~n ~o ~ an I~umd ~d~ ~ ~s of ~ls e~mement a~ ~o ~ al~ an in.red u~er ~e te~ o~ ~he GENE~ LIABILI~ ~NSI~ ENDOR~MENT, If a~e~ ~o ~ls ~1~, shall ha~ ~e bene~ of ~e ~s ef ~s endorsem~t ii ~e te~ o~ ~ en~mem~[ are broader. 5_ If a ~ ~n~a~ er agreemen[ as ou[fln~ above requires t~ addi~ona~ ~red ~tus u~ o[ CG 20 10 11 85, ~en ~e ~e~s o[ ~at endo~menL ~i~ am ~own ~, are l~ed [n~ ~is e~omemen~ as mspe~ s~ addiflo~l insure, to ~e ~ent ~ su~ te~s do n~ ~ ~ve~ge o~se ~o~ded ~ ~is endome~en[: ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsemenl mod~ee Insurance provided unde~ [he following: COMMERCIAL GENERAJ. [.lABILITY COVERAGE FA~T. SCHEDULE Name oF Pemon or Organization: Blanket Where Required by Agr~m~ ~ ~e [e~s of CG 20 10 11 85 a~ly. j (1[ ~ en~ a~ea~ above, Info~a~on r~ulmd (o ~m~ete ~ls en~mem~t~ill be s~n in ~ D~l~6ons as apg~ble Lo ~is endo~menL) ~O IS AN INSU~ (S~on Ii) is amend~ to indu~ organ~ sh~n in Ihe S~u[e, but on~ wi~ r~d to ~abil~ a~ing o~ of 'yo~ wo~' ~ ~t insur~ by or for you. Co~g~ tnsumn~ 5~i~ ~, Inc.. 1984 CG20 10 11 85 Th~ k~surance provided to the a~ditional insured do~s init. ar "a~e~ng (nj~ ~g o~ o~ an amhi(e~'Sr ~)n~Fs. or su~eyo~s rending ~ or ~iIum to rend~ any profe~io~ ~i~s )n~i~ but not lim~ ~: 1. The pmp~ng, approving, or ~ailJng to prepare o~m, ~sign ~fi~s; and 2, Supe~so~, i~on. orengi~ Any ~?e~e ~v~ed in ~s end~e~n( ~ exes ever any o~er ~lid end c~e~e add~ona~ Insur~ ~e~ ~, excess, ~n~n~L or ~ a~y o~er basis u~s ~e walden ~or agre~en~ requ[~s that ~ )nsUmn~ be pdme~, ridges ~p~ghted ~ e~l o~ I~umn~ Se~s ~D~.. CG 70 85 03 ~ Page 2 of 2 MAY 16 2005' 8:49ANf~'--BMB-COMMERCIAL LINES ~NO. 960 P, .6 TE 99 ~ADDITIONAL INSURED Th~s endersement modifies i~-uranc~ provided under b~e fo~owlng: BUSINESS AUTO COVERAGE FOR.M GAR.AGE COVI;RAGE FORM TIRUCK~RS COVE.RAGE FOR~; Th~s endorsement c~afl~ ~e policy effaC~ve o~ He incepMon da(e o~e p~c'y u~less enother da~e is indicated below;. Endorsement EEect~,e , P~cyNumber ~ v/ and ~s ~ app~ to L~IL~ CO~GE also app~ ~ ~ ~dome~L (E.n~r Name and Address of Additional Insured.) I A.NY PERSON OP. ORGA.N ~L~%TIONS WJTI-f ¥%,~'0 M THE NAMED INSURED HAS ENTERED 1NT(~ A WRIT'FEN CONTRACT WHICH REQUIRES YOU NAME THE PERSON OR ORGANIZATION AS ! AN ADDiTIONAl INSURI;D ON YOUR POLICY. Js ~n i~aur~l, b~t only w~h m~pect to lagal ~bF~ for a~ or mi~io~ ~ a ~ ~r ~ ~ ~ ~Is ~i~. ~ ad~onal insured ~ n~ r~l~ ~ ~y ~r ~y ~ums ~d ~ ~e ~li~ or ea~d.~ You ~ a~ b a~ f~ ~e eddill~al insu~ m ~1 ~em p~in~g to ~ inane. We ~1 ~1 ~e addi[onal I~urad mo~ E any ~n~lla~ of this p~. ff ~ ~]la~ b by u~ we ~ ~ve ~ d~ n~ to ~e add~al Insured, ~ adSiflonal i~sumd ~11 ~ any dght ~ r~ ~ a ~imanl und~ ~is ~. bom Uabili~ Coverage is )m the policy. Any FOI:~I 'rE 99 0lB - ADDmON. AL INSURED Texas Sf. anclar~l Automobile Endomement Prescribed Man:~l 18, 1992 MA~ !i 2005- 6:48AMIBMB-CQMMERCIAL LINES ,NO, Jalco, [nc. G'~2027593 ~ POLICY NUMBER: COMMERCIAL GE~IERAL LL, i~IUTY CG 02 {16 0t 96 I'H/s ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAP, EF~LLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION pR~OVlSIONS v/ OR COVERAGE CHANGE This endc,~rnent ~ifles Insurar~:~ provided under t~e followtr~: ~/ COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR L~AB[LITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LLABILI'r~ COVERAGE pAJ:~T POLLUTION [JAI~II.I'C~ C_~)VERA~ FART PRODUCTS/COMPI..blI=D OPERATIONS LIABILITY COVE.RAGE PART RAILROAD PROTECTIVE LIABII.n-Y COVERAGE PART In ~e event of cance~lat]'on of matel'ia/c~ar~e b~at reduces ar res'w~s l~e ~su~'anoe afTotded by thi~ to fftail prior w'rlt~en no~ce of cance~al:lon or rna~dal ~ange 1, Name: SCHEDULE ANY PERSON OR ORGANL~ATION WITH WHOM THE NAMED INSURED H ENTEFtED iNTO A WRI'I [P...N CO~'T'RAG"T WHICH REQUIRES WRI I I ~N N~ CANCELLATION. AS PER CERTIFiCATeS ON FILE W1TH COMPANY. 3, Number of days a~W'ance notice; Core,ge ~ ~ a~me 11CE OF (Ii' no enlt'S ~ ai;~ov~, ~Tna~io~ mqu~md to c~mpl~e ~ls e~dcx~.emem will be ShO~'l ~1 N Declarations as applicable to t~ls andomements.) 'EXCEPT IN THE EVENT OF CANCELLATION FOR NON PAYMENT OF PREMIUM FOR W 10 DAYS NOT~CE WILL BE GIVEN. -IICH CoPyright, In~u~once Se~'vice~ Office. thc., I~4 i Page I ofi n ~MAY ]~ 2005' B:49A~BMB-COMMERCIAL LINES ,NO, 960~P, 7 v/CANCELLATION PROVISION OR COVERAGE CHANGE ENI~ORSEMENT This endorsemant motives insurance pro~4ded under the f~lowlng: This endorsement c~;~:Je~ Ihe policy effective on BUSINF-SS AUTO COVERAGE FORM GARAGE COVIa. AGE FORM TEUC'K~'RS COVERAGE FOPJa I the incepf~o~3 data of the policy unless anoth~' data ~s [ndE:amd bek:,w: / Enciomemen!3/4/2005 Effec~vev'~ Po~cy Number z.~./,~' Jmlco ~ I~c. ~ '30 da~ before th~s policy ~ canceled or materially changed ~ reduce or res~ct coverage we the or cJ'~nge to: (F_nlar Name ar~ Address) .NflY PERSON OR ORGANiZaTION WHOM THE NAMED INSURED HAS ENTERED INTO WRrCI'EN CONTRACTWHICH REQUIRES WR~I-rEN NOTi'CE OF CANCELLATION. AS F CERTIFICATES ON FILE WT~H COMPANY. 'E~CEPT IN THE EVENT OF CANCELLATION FOR NON PAYMENT OF pREMIUM FOR 1 DAYS NOTICE WILL BE G1VEN. ER ~ICHIO _FORM TE 02 0?.A - C, ANCk'I ~ ATION PROVISION OR COVF-R~GE CHANGE ENDORSEMEN1 Texas St;andard Automobile Endemement Presc~bed March 19, 1992 t~IAY 16 2005' 8:49A~BMB-COMMERC[AL LINES ,NO, 960--P, -$ /%~c ~5 ~005 iO:5?AM JALCO, IMC- 7137~96553 p.ll WO~ COMPENSATION AN~ ~947LOY]~RS ~,IA~ILi"~Y l~$u~,~C~ POLICY (Ecl. 7-84) TEFAB ~OTICE OF KATE~L~L ~-AR~E ENDOP~EMENT T~is endoreemen% applies only =o the insurance provided by nhe policy beoause Texas is In the event of cancelation or other macarial change Of the policy, ~ will mail advance noclce %o thc ~rso~ or 0rga~iza~ion roamed in ch~ Sched%~le. The number of ~ays advance notice ~s sho~ in che Schedule. tk~ $ chadu/e _ Notice will ~e maile~ to: Schedule ~0 v/ City of CorDus Cb_risrl Deparcmer~ of EngineerLn~ SerVi~e~ / This cn~r~ea~= =han~ee the p~licy to w~ WC 42 06 01 Na~ C~inced) (~d. 7-84} Title ATTAChMenT ~ 30_~3