Loading...
HomeMy WebLinkAboutC2005-499 - 10/11/2005 - Approved r r r r r l r I r i. . r , ,.... .... -- ,... ... .... 2005-499 10/11/05 M2005-352 King-Isles S p lie I A L p R 0 V I S I 0 N S 91 P E C I F I C A T I 0 N S A N D I"DRMS o F CON T RAe T S AND BONDS FOR CORPUS aHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK '- PHASE 1 PHEPARED BY: Mave.::-ick Engineering, Ine 2000 8.[.1.D_, Suite 100 Corpus Ch::.:~stt. Texas 78469 Phone: 36l/2.89-1385 Fax: 361/289-0712 FOE: D:SPkP.TMEI\;T (If :";NGINEER1NG SERVICES CI'J'Y OF COPP:JS CHRISTI; TEXAS Pnont.: 361/880 3500 Fax: 361/B8n~35Cl [~~JECT NO: 10 ~----, ----...~---.._J ~!f..r(~ 1\.- * 0... t..-: .... -... .........I...._........._......._:l .!.I]!!'!t~..b.~!!:~.~[1 ".1\ 51503 ~: '" - ( .- , \~~f.EN6~~'d: ~ ~~~g$.":- ~;) ~.H~ -~/r 7-220" 2.rJo.5"" [~RAVlING ;;: A? 1;2.~=", 1 FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: ALL PLAN HOLDERS Date: August 26, 2005 From: Pages: 41 (including cover sheet) . / Angel R. Escobar, P.E. '" ~ ~ . _/ Director of Engineering service/, /~,,, ~#'iIC/ Corpus Christi International Airport Industrial Park - Phase 1 Project No. 1098 Addendum No.1 Subject: Comments: This fax transmission contains the signed, sealed addendum from Maverick Engineering, Inc. The addendum modifies the Table of Contents, Special Provisions, Standard Specifications. Drawings, and provides a REVISED Proposal Form. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. ~ City of ..... Corpus = == ChrIsti [ADDENDUM No. 1/ August 23, 2005 ~~... TO ALL PROSPECTIVE BIDDERS PROJECT: CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK-PHASE 1 PROJECT NO: 1098 Prospective bidders are hereby notitied 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. TABLE OF CONTENTS DELETE: Page 2 of"2, in its entirety. ADD: Revised Pa!!e 2 of 5 (Attachment No.1), in lieu thereof. II. SECTION A - SPECIAL PROVISIONS A. Subsection A-4 Method of Award DELETE: Subsection A-4 Method of A ward, in its entirety. ADD: The following subsection, in lieu thereof: "A-4 Method of Award The bids will be evaluated based on the followin!! order of prioritv. subiect to the availabilitv of funds: 1. Total Base Bid -OR- 2. Total Base Bid plus Additive Alternate No.1 -OR- 3. Total Base Bid plus Additive Alternate No.2 -OR- 4. Total Base Bid plus Additive Alternate No.1 plus Additive Alternate No.2. The Ci reserves the ri ht to re' ect an or all bids to waive irre ularities and to acce t the bid which in the Citv's opinion. is most advanta!!eous to the Citv and in the best interest of the public." B. Subsection A-30 Amended "Consideration of Contract" Requirements DELETE: Subsection A-30 Amended "Consideration of Contract" Requirements, second paragraph, in its entirety. ADD: The following paragraph to Subsection A-30 Amended "Consideration of Contract" Requirements, following the first paragraph, in lieu thereof: "Within five (5) workinS! davs followin!!" the public onenin!! and readinS! of the proposals. the three (3) apparent lowest bidders (based on the Total Base Bid onlv or Total Base Bid plus Additive Alternate No.1 or Total Base Bid plus Additive Alternate No.2 or Total Base Bid plus Additive Alternate No.1 plus Additive Alternate No.2. subiect to the availabilitv of funds) must submit to the Citv En!!ineer the foUowin!!" information:" CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK-PHASE 1 ADDENDUM NO.1 Page 1 of3 C. Subsection A-51 Electronic Proposal Form ADD: The following new Special Provision in its entirety (see Attachment No.2): "A-51 Electronic Proposal Form The followinl! subsection modifies Paral!raph B-2-7 Preparation of Proposal, of the General Provisions: The bidder has the option of submittinl! a computer-l!enerated print-out, in lieu of, the Revised Proposal Form Pa es 3 throu h 16 inclusive. The rint-out shall list all bid items includin an. additive or deductive alternates) contained on the Revised Proposal Form (Pal!es 3 throul!h 16):inclusive. The print- out shall be substantiallv in the form shown on Attachment No.5 of this Addendum. If the bidder chooses to submit a print-out, the print-out shall be accompanied bv properly completed Revised Proposal Form pal!es 1. 2,17,18 and 19. In addition, the print-out shall contain the followinl! statement and sil!nature, after the last bid item: . Bidder herewith certifies that the unit rices shown on this rint-out for bid items includin an additive or deductive alternates) contained on the Revised Proposal Form are the unit prices intended and that its bid will be tabulated usinl! these unit prices and no other information from this print-out. (Bidder) acknowledl!es and al!rees that the Total Bid amount shown will be read as its Total Bid and further aerees that the official Total Bid amount will be determined by multiplyinl! the unit bid price (Column IV) shown on this print-out by the respective estimated quantities shown on the Revised Proposal Form (Column In and then totaline the extended amounts. (Sil!nature) (Title) (Date) ." III. PART S - STANDARD SPECIFICATIONS A. Index of Standard Specifications DELETE: Pag:e I of 2, in its entirety. ADD: Revised Pal!e 1 of2 (Attachment No. 3A), in lieu thereof. B. Section 022040 "Street Excavation" DELETE: Section 022040 "Street Excavation", in its entirety. ADD: Revised Section 022040 " Street Excavation" (Attachment No. 3B), in lieu thereof. C. Section 022060 "Channel Excavation" DELETE: Page I of2, in its entirety. ADD: Revised Pal!e 1 of2 (Attachment No. 3C), in lieu thereof. D. Section 022080 "Embankment" DELETE: Page 2 of2. in its entirety. ADD: Revised Pal!e 2 of 2 (Attachment No. 3D), in lieu thereof. CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK-PHASE I ADDENDUM NO.1 Page 2 of3 E. Section 025220 "Flexible Base-Caliche" ADD: New Section 025220 "Flexible Base-Caliche" (Attachment No. 3E). F. Section 026402 "Waterlines" DELETE: Section 026402 "Waterlines", in its entirety. ADD: Revised Section 026402 "Waterlines" (Attachment No. 3F), in lieu thereof. IV . DRAWINGS A. ADD: Sketch] to depict the PVC conduit duct bank crossings (see Attachment No. 4A). B. ADD: Sketch 2 to depict the revised pavement sections (see Attachment No. 4B). C. CLARIFICATION: At all locations where an existing or proposed gravity sanitary sewer (wastewater) line crosses under or over an existing or proposed waterline, the Contractor shall center a lO-foot section of PVC C900 pressure pipe (150 p.s.i. minimum pressure rating) (non-blue in color) with appropriate adapters under/ over the waterline, in accordance with TCEQ regulations, as specified in Section 027602 of the Standard Specifications. In addition, at all locations where an existing or proposed waterline crosses over or under an existing or proposed gravity sanitary sewer (wastewater) line, the Contractor shall center a 20-foot section of waterline line pipe overt under the sanitary sewer (wastewater) line, in accordance with TCEQ regulations. V. PROPOSAL FORM DELETE: The current Proposal Form in its entirety. ADD: Revised Proposal Form (Attachment No.5), in lieu thereof. Please acknowledge receipt of this addendum, in the appropriate place on your REVISED PROPOSAL FORM. END OF ADDENDUM NO.1 ~J " r..~ * '.. \* f!!:......................:..~ Dennis L. Miller, P.E. 1.P..~.~~!~..b.M~~!-:~~. PrAojvecEtRIMCanKagEeNr GIN ERING IN ~.. 51503 ~. i# ME, C. r, '. .' '" f.& "'~!.Ce-NS~~'~.r "I', ......~.~~~ ~~. "$-Z'S-05 Attachments: No.1. Revised Pue 2 of 5 - Table of Contents No.2. Sample Eleetrollic Proposal Form No. 3A. Revised Pife 1 of 2 - Index of Standard Soecifications No. 3B. Revised SectioB 022040 "Street Excavation" No. 3C. Revised Pa2e 1 of2 - Section 022060 "Channel Excavation" No. 3D. Revised Pa2e 2 of 2 - Section 022080 "Embankment" No. 3E. Section 025220 "Flexible Base-Caliche" No. 3F. Revised SeetioD 026402 "Waterlines" No. 4A. Sketch 1- Reviled Pavement Sections No. 4B. Sketch 2 - PVC Conduit Duct Bank Crossine:s No.5. Revised ProDOsa! Form 2'/11$ CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK-PHASE] ADDENDUM NO.1 Page 3 of 3 ~ Ccrtific-::ltc of :Jcclp-::lncy -::lnd Fin.].l }'.cccpt-::lncc (NOT USED) ;~-40 Amendment to Section B-8-6: "Partial Estimates" A-41 Ozone Advisory A-42 OSHA Rules & Regulations 1\.-43 Amended "IndemnIficatIon and Hold Harmless" (9/98) .L,-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 DIsposal of Highly Chlorinated Water (7/5/00) J\ - 47 Pre -Cons truction Exploratory Excavations (7/5/00) A-48 Overhead ElectrIcal Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Video Documentation A-51 Electronic Proposal Form Attachment I - Project Sign PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS SECTION 0 0 - SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments 849 021 SITE PREPARATION 021010 Project Signs 021020 Site Clearing and Stripping S5 021040 Site Grading S6 021080 Removing Old Structures S55 022 EARTHWORK 022020 Excavation and Backfill for Utilities and Sewers S9 022022 Trench Safety for Excavations 022040 Street Excavation SlO 022060 Channel Excavation Sll 022080 Embankment S 13 022100 Select Material S15 022420 Silt Fence SQ7 023 FOUNDATIONS, BORINGS, PILES & CAISSONS 023020 Jacking, Boring or Tunneling S65 025 ROADWAY 0252 SUBGRADES AND BASES 025202 Scarifying and Reshaping Base Course S23 025220 Flexible Base-Caliche S24 02',4 ASPHALTS AND SURFACES Asphalts, Oils and Emulsions S29 Prime Coat (Asphaltic Material Only) S30 Hot Mix Asphaltic Concrete Pavement (Class A) S34 025404 025412 02:.424 REVISED TABLE OF CONTENTS PAGE 2 OF 5 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 1 OF 1 SAMPLE COMPUTER PRINT-OUT DEL MAR AREA STREET IMPROVEMENTS PHASE If! OCTOBER 23 ]996 (YOUR COMPANY'S NAMF. HERE) I n ill IV V Bid Item Qty. Item Oescription Unit Price in Bid Item Ext Units Fil!UTeS . Otv. X Unit Price Al 37,475 SY Street Excavation 00.00 00.00 A2 S.033 SY 6" Cement STBL Salvage Base 00.00 00.00 Etc Etc. Etc 02] 33EA MlIlhole Inserts 00.00 00.00 Sub-Total Base Bid ~O"ltems (Items 01-021) Sub- Total Base Bid" A"lIcms: S Sub-Total Bast Bid "B" Items: S Sub-Total Base Bid "C" Items: S Sub. T otal Base Bid "0" Items: S Total Base Bid Items: S ADDENDUM NO. 1 Attachment No. 2 Page 1 of 1 CITY OF CORPUS CHRISTI CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK - PHASE 1 REVISED INDEX OF STANDARD SPECIFICATIONS 020 SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments S49 021 SITE PREPARATION 0210 I 0 Project Signs 021020 Site Clearing and Stripping S5 021040 Site Grading S6 021080 Removing Old Structures S55 022 EARTHWORK 022020 Excavation and Backfill for Utilities and Sewers S9 022022 Trench Safety for Excavations 022040 Street Excavation SID 022060 Channel Excavation S I 1 022080 Embankment S 13 022100 Select Material S 15 022420 Silt Fence S97 023 FOUNDA nONS. BORINGS. PILES & CAISSONS 023020 Jacking, Boring or Tunneling S65 025 ROADWAY 0252........SUBGRADES AND BASES 025202 Scarifying and Reshaping Base Course S23 025220 Flexible Base-Caliche S24 0254........ASPHALTS AND SURFACES 025404 Asphalts, Oils and Emulsions S29 025412 Prime Coat (Asphaltic Material Only) S30 025424 Hot Mix Asphaltic Concrete Pavement (Class A) S34 0256........CONCRETE WORK 025608 Inlets S63 025610 Concrete Curb and Gutter S52 025612 Concrete Sidewalks and Driveways S53 025614 Concrete Curb Ramps ADDENDUM NO.1 ATTACHMENT NO. 3A PAGE 1 OF 1 Page 1 of2 MEI Job #0527-500 SECTION 022040 STREET EXCAVATION (S-lO) 1. DESCRIPTION 'Street Excavation" shall consist of the required excavation within the limits of the roadway (except excavation otherwise designated as channel excavation, structural excavation, etc.); the removal and proper utilization or disposal of all excavated materials; and the constructing, shaping and finishing of all earthwork on the entire length of roadway and approaches to same in conformity with the required lines, grades and typical cross sections and in accordance with specification requirements herein I )utlined. .2. . CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all Immus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures within the graded area which interfere with new construction of finish grading. All suitable excavated matenals shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements specified in Section 022100 "Select Material" (Base Bid) or the requirements for select excavated material (Additive Alternate No.2). Unwanted roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below sub grade elevation III roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with material from the roadway excavation or with other suitable material. Maintain mOIsture and density until covered by the subbase or base course. Remove soft or wet areas tound at any time, replace with suitable material, and recompact (especially utility trenches). (B) Sub grade Preparation That area sho\\<TI on the plans for street construction shall be cut to grade, scarified to a depth not less than 6 inches and compacted to 95% Standard Proctor density. Irregularities exceeding Yz inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with acceptable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is covered by the subbase or base material. (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways without delay after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated ADDENDUM NO. 1 ATTACHMENT NO. 3B PAGE 1 OF 3 022040 Rev. 11/1/99 Page 1 of 3 material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. I D) Matchmg Grades at Right-of-Way Line Finish grade at the property line shall be as shown on the plans. A reasonable amount of filling on private property may be required by the Engineer where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless othelWise directed, cuts at right-of -way lines shall be made at a slope ofthree horizontal to one vertical (3: I). ( E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF MATERlALS \.Vhere shown on the plans, selected materials shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements specified in Section 022100 "Select Material" (Base Bid) or the requirements for select excavated material (Additive Alternate No.2). Select excavated material shall have a plasticity index (PI) of not more than 35, and shall be free of hard clumps greater than 2" in diameter, vegetation, debris and rock fragments. 4 GEOGRID "",'here shown on the plans, geogrid shall be placed on top of the compacted sub grade layer to strengthen the roadbed. Geogrid shall be "TENSAR BX-l100", or approved equivalent. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, street excavation shall be measured and paid for by the square yard to the limits shown on the plans including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work Unless indicated otherwise in the Proposal, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the plans. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. ADDENDUM NO. 1 ATTACHMENT NO. 3B PAGE 2 OF 3 022040 Rev. 11/1/99 Page 2 of 3 L Inless indicated othelWise III the Proposal, geogrid shall be measured and paid for by the square yard 10 the limits shown on the plans. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposmg of waste, including hauling, will not be paid for directly but shall be considered subsidiary to the various contract items. ADDENDUM NO. 1 ATTACHMENT NO. 3B PAGE 3 OF 3 022040 Rev. 11/1/99 Page 3 of 3 SECTION 022060 .cHANNEL EXCAVATION (S-II) !. DESCRIPTION "Channel Excavation" shall consist of required excavation for all channels, the removal and proper utilization or disposal of all excavated materials; and constructing, shaping and finishing of all earthwork involved in conformity with the required lines, grades and typical cross sections and in accordance with specification requirements herein outlined in Standard Specification Section 022080 "Embankment". 2. CONSTRUCTION METHODS Excavated slopes shall be finished in conformance with the lines and grades established by the Engineer. When completed, the average plane of slopes shall conform to the slopes indicated on the plans and no point on completed slopes shall vary from the designated slopes by more than 0.5 foot measured at right angles to the slope, unless otherwise specified. hI no case shall any portion of the slope encroach on the roadbed. The tops of excavated slopes and the end of excavation shall be rounded as shown on the plans. All suitable materials removed from the excavation shall be used, insofar as practicable, in the formation of embankments as required by the specification, Section 022080 "Embankment", or shall be otherwise utilized or satisfactorily disposed of as indicated on plans, or as directed, and completed work shall conform to the established alignment, grades and cross sections. During construction, the channel shall be kept drained, insofar as practicable, and the work shall be prosecuted in a neat workmanlike manner. [ insuitable channel excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor to be disposed of by him outside the limits of the -ight-of-wa'v. 3. SELECTION OF MATERIALS Where shown on plans, selected materials shall be utilized in the formation of embankment or to Improve the roadbed, provided that the matefial meets the requirements specified in Section 022100 "Select Material" (Base Bid) or the fequirements fOf select excavated material (Additive Alternate No.2), in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately and deposited in the roadway within limits and at elevations required. ADDENDUM NO. 1 ATTACHMENT NO. 3C PAGE 1 OF 1 022060 Rev. 11/1/99 Page 1 of 2 moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (AASHTO T99). Non-swelling soils (soils with plasticity index less than 20) shall be sprinkled as required and compacted to the extent necessary to provide not less than 95% Standard Proctor density. Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. I f the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density Such procedure shall be determined by, and subject to, the approval of the Engineer. fhe Engineer may order proof rolling to test the uniformity of compaction of the embankment layers or underlying areas. All irregularities, depressions, weak or soft spots which develop or are detected shall be corrected immediately by the Contractor. Should the sub grade, due to any reason or cause, lose the required stability, density or finish before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the sub grade shall be prevented by sprinkling, sealing or covering with a subsequent layer or granular material. Excessive loss of moisture shall be construed to exist when the sub grade soil moisture content is more than 2 percent below the optimum moisture content for compaction. Backfill adjacent to structures, pipe, etc. shall be as follows: Material for backfill shall be clean soil free of rocks, trash, vegetation, etc. The material is to be placed in layers not to exceed 6 inches (loose lifts) and compacted to the density of the undisturbed soil adjacent to the structure or as specified on the plans. Special care shall be taken to prevent any wedging action against the structure. -'. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on plans, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material shall meet the requirements in Standard Specification Section 022100 "Select Material" (Base Bid) or the requirements for select excavated material (Additive Alternate No.2). 4. MEASUREMENT AND PAYMENT Unless indicated othelWise in the Proposal, embankment shall be measured by the square yard or cubic yard in place, or shall be considered subsidiary to the applicable contract item as specified on the plans. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. ADDENDUM NO. 1 ATTACHMENT NO. 3D PAGE 1 OF 1 022080 Rev. 11/1/99 Page 2 of 2 SECTION 025220 FLEXIBLE BASE - CALICHE (S-24) 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Flexible Base-Caliche required to complete the project. f. MATERIAL The material shall consist of argillaceous limestone, crushed stone, crushed gravel and sand, and shall be free of vegetation. The material shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced. (a) Gradation Limits (Before & After Compaction) Passing 2" SIeve Passing 1" Sieve... .... .... ... .................... .......... ................... Passing 3/8" Sieve................... ......... ...... ............. ................. Passing No.4 Sieve.............. ......................... ....... ........ ........ Passing No.1 0 Sieve ........................................................... Passing No. 40 Sieve .............................. ............................. Passing No. 200 Sieve ............................ ............................. Percentage 100 75-95 40- 7 5 30-60 20-45 15-30 5-15 (b) A representative sample of the material (raw caliche) shall be slaked for twenty-four (24) hours and then the washed minus 40 material shall have: Liquid Limit (L.L.) ............ ................... Plasticity Index (P.I.) ........ ................... 45 max. 16 max. (c) A representative sample of the material shall be tested in accordance with ASTM C-131 for abrasion loss. The maximum loss shall not exceed 55 percent. (d) All "Flexible Base-Caliche" shall be stabilized with lime at a minimum application rate of 1.8 lb. oflime per square yard for each 1 inch of in-place thickness. Lime slurry for admix shall be 3.3 pounds minimum of CA(OH)z per gallon of slurry. Lime shall be a commercially produced "Hydrated Lime" in accordance with AASHTO M216, or Type A in accordance with TxDOT Specification Item 264. The specifications apply specifically to the normal hydrate of lime made from "high-calcium" type limestone. Hydrated lime for stabilization purposes shan be applied as a slurry. Lime shall conform to standard specification Section 025210 "Lime Stabilization." 025220 Rev. 11/2/99 Page 1 of 3 ADDENDUM NO. 1 ATTACHMENT NO. 3E PAGE 1 OF 3 ~JESTING The City will engage a laboratory and pay for one test each gradation, L.L., P.I., before and after lime admixing and moisture-density relation, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests, with or without lime admix, at the rate of one test for each 1,500 square yards. If material changes and this ratio of tests increases, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses 4. CONSTRUCTION METHODS Prior to placement of base, the surface of the previous course shall be finished true to line and grade as established and in conformity with the typical section shown on the plans. Grade tolerance shall be generally 1/2 inch, and hIghs and lows must approximately balance. Caliche shall be delivered and spread the same day if possible (no later than the next day). Piles and windrows shall be broken down to the bottom and all nests of coarse or loose material shall be corrected. Mix uniformly, prior to the addition of lime. Lime sluny admix shall be spread at the rate required and shall be placed only on that area where mixing can be completed that day. Material shall be mixed with pulverizing type mixer, so designed for this specific purpose, until mixed to the satisfaction of the Engineer. Material shall be shaped and rolled after mixing and allowed to set at least 48 hours before compaction. Moisture content must be maintained in the material during the 48-hour period. Material shall be sprinkled or aerated to optimum moisture and compacted in layers (6 inches maximum loose) by approved power-drawn roller to uniform density of 95% Modified Proctor (AASHTO T180) on the wet side of optimum. Use mechanical tamps in areas inaccessible to rollers. The surface of the compacted base shall be primed, after meeting moisture/density requirements. On completIOn of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the plans. Areas with any deviation in excess of 1/4 inch in cross- section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing materials, reshaping, and re-compacting by fe-priming and rolling. Moisture and density shall be maintained until the paving IS complete. 025220 Rev. 11/2/99 Page 2 of 3 ADDENDUM NO. 1 ATTACHMENT NO. 3E PAGE 2 OF 3 .5. MEASUREMENT AND PAYMENT Unless indicated othelWise in the Proposal, flexible base-caliche shall be measured by the square yard complete in place. Payment shall be full compensation for all materials (including lime), royalty, hauling, labor, equipment, tools, and incidentals necessary for the completion of work. blme shall be measured and paid under other bid item, when included in the Proposal. Prime shall be measured and paid under other bid item if included in the Proposal. 025220 Rev. 11/2/99 Page 3 of 3 ADDENDUM NO. 1 ATTACHMENT NO. 3E PAGE 3 OF 3 SECTION 026402 WATERLINES (S-88) ]. DESCRIPTION This specIfication, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimun1 compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and backfill around the pipe shall be "Hasty Backfill" cement-stabilized sand, or approved equal, containing a minimum of 1-1/2 sacks of standard Type II Portland cement per cubic yard of sand, free oflarge hard lumps, rock fragments or other debris. Bedding sand and backfill shall be granular soil oflow plasticity such that 100% passes a #4 sieve and no more than 10% passes a #200 sieve and the plasticity index (PI) shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3, and some A2 soils shall be required. Ductile Iron Pipe and Fittings: See Standard Specification Section 026206. Polyvinyl Chloride Pipe: See Standard Specification Section 026210. Tapping Sleeves and Valves: See Standard Specification Section 026409. Gate Valves for Waterlines: See Standard Specification Section 02641 1. Fire Hydrants: See Standard Specification Section 026416. :-L CONSTRUCTION METHODS ( 1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site ofthe work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. 026402 Rev. 11/11/99 Page 1 of 5 ADDENDUM NO. 1 ATTACHMENT NO. 3F PAGE 1 OF 5 Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. c) Stonng Matenals: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) AIJIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20-ft. section of waterline pipe shall be centered over/ under gravity sanitary sewer line at all gravity sanitary sewer crossings. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent ofthe Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. \Vaterlines 12" and larger located under streets shall have 48 inches of cover at all points. (.3) TRENCH EXCA VA TION AND BACKFILL See Standard Specification Section 022020, "Excavation and Backfill for Utilities and Sewers". (4) POLYETHYLENE WRAPPING All ductile or cast iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, inc1udingjoints, shall have a double thickness of polyethylene. Ifa single longitudinal lap 026402 Rev. 11/11/99 Page 2 of 5 ADDENDUM NO. 1 ATTACHMENT NO. 3F PAGE 2 OF 5 is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall he placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6- foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not he damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of cement-stabilized sand on the bottom and sides of the waterline and twelve inches (12") over the top of the waterline, unless otherwise indicated on the plans. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with a minimlHll of eight inches (8") of cement-stabilized sand to insulate the pipe from the natural ground and from the backfill. The cement-stabilized sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of cement- stabilized sand encasement all around the pipe for 16-inch diameter and larger waterlines. The cement-stabilized sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of cement-stabilized sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of cement-stabilized sand between the excavation and the pipe (twelve inches for 16-inch diameter and larger waterlines), unless otherwise indicated on the plans. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with cement-stabilized sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by 026402 Rev. 11/11/99 Page 3 of 5 ADDENDUM NO. 1 ATTACHMENT NO. 3 F PAGE 3 OF 5 means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out ofthe trench at all times dUrIng the laying. I T) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Thrust backings shall be applied at all bends, tees, incomplete crosses and blow-offs, except at anchored fittings. The size and shape of the thrust blocking shall be as shown on the plans. Materials for the backings shall be minimum 3,000 psi concrete and shall be placed between solid ground and the fittings to be anchored. The sizes of thrust blocking is indicated on the drawings. The backing shall be placed so that the pipe and fitting joints will be accessible for repair. Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines, This work is subsidiary to waterline installation and no separate payment will be made for it. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent movement when soil conditions will not withstand thrust blocking. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. 026402 Rev. 11/11/99 Page 4 of 5 ADDENDUM NO. 1 ATTACHMENT NO. 3F PAGE 4 OF 5 b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water DiVIsion Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) '''.\TER SERVICE CONNECTIONS See Standard Specifioation Section 26104, "'Nater Service Lines". 4. MEASUREMENT AND PAYMENT Unless indicated otherwise III the Proposal, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, thrust blocking, and backfill, sterilization and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Rev. 11/11/99 Page 5 of 5 ADDENDUM NO. 1 ATTACHMENT NO. 3F PAGE 5 OF 5 r---" _..- j -------r7 7$( I' J?i;1 ~~? If.f' /1 1.-/ /1 / ..:f;' .Y,',/ 0' // / / I ' ~~fl 1 I" I 1 ~<- ~ I / / J l I~ ~ d' ~ R~ o'f' (j ^~ /,/ /'1 ; i ./, ,.',....';,/ /~ ; ~ / ~~ /' " Q' / .pv ~ ~ / ~ / / / V I ? / / / / / / ~--: ..' d5/ fi'." /1 :t-~I /~~/ / 1 / ~/ it;-<l5/ /' / 11- (;J// / /;/~ ./A. ~ /~ ~.//I// 1/ ~ .~ / I . I~~/ 1-;.'/' . ; ....... . '<. -. / f-.....~, /.'/ 0; /~ / . .z,~ j I ( 'v ", '. ...'>:- ~ <3' .f ~' "" 1'~ <J~T &'~ Q.'f'rJt \."" r""Ur,. 'Sf- "'-\'" orly,,::;~s,.<J,,4. ", '>9 S t" "~(C "- ; " "(}"... ",q'4' 'r;o .ffi'-' v \ ~~.~:::;.. ", . If>!!;> If"", Q.' " "'- ",...0 'v ,,~ 'ffl!.'" ~ ~\'~~'f;~ (\~ ~~= / ~~~, <. \ \ \ \ ~ /1 I .' "- 1/ I' IY " ~ )-,.~ / ~. / ~ /v / / I // II " # Q' <if ~ jS " CONTRACTOR LAYDOWN '" STORAGE AREA -----I. \: .' \-1:...._-- .-.--.--------' . ------ . . / -~ r"- 1 6\)ILDltI!l \ F\J1\JRE I " .. g" \ JJ ~. --:::: -) (8101....) - (E1 UGI1\ (TIP __ ,FI< .. - ~l<~ SlREP) .'", ------ - IT (BY /'0.. ___- J-.~ - -;:"l<G COl<O~~:! / / ~ _---::-- c !L UG _r-ror- __ r--.-- \6.~~Jftt - ---=.,., ~" "".., ,- =.~)TF....,-#.. -,'" .-:.:. , '. -' _.- i ~PINSON DRIVE~REHAB (To BE RECONSTRUCTED) (ADDITIVE AlTERNATE) EXIST. M.H. _ --l:..--'- I SKETCH 1 I MI~~ PVC cac:ur DUCT BAN< CROSSNQS SCALE: 1"=200' ADDENDUM NO.1 ATTACHMENT NO. 4A TEL: 361 289 1385 FAX: 361 289 0712 P.O. BOX 9094 CORPUS CHRISTI. TEXAS 78469 r---- i I 1 ADDENDUM NO.1 ATTACHMENT NO. 48 L . H.t.tAC.P. SHAll BE flUSH WITH LIP OF CUTTER AT CURB RAMPS COMPACT SUeCRADE TO 98" STANDARD PROCTOR DENSITY (ASTM D698) (SEE NOTE 1 lit \ - TENSAR eX-II DO GEOGRID OR APPROVEO EOUIVALENT /2 1/2" H.MAC.P. (TYPE D) ROLLER COMPACTED TO AT lEAST 92:1: BUT NOT MORE THAN 96:1: THEORETICAL DENSITY PRIME COAT (0.15 GAL/SY) R.ElBJ: _ (lEE NOTE II COMPACTED TO 95'1 MODIFIED PROCTOR DENSITY (ASTM D1557~ flClADWAY BIIANaeIT (lEE NOTE 21 THICKNESS AS REQUIRED TO ACHIEVE SPECIfiED GRADES. COMPACTED TO 95:1: STANDARD PROCTOR DENSITY (ASTM D698fu SCALE: N.TS. REVISED PAVEMENT SECTION (COLLECTOR ST.) EXIST.- GROUND r 2'-0' 'SHOUU:j[~ .- 2 1/2' H.t.1AC,P. (TYPE D) ROLlER COMPACTED TO AT lEAST 92" BUT NOT MORE THAN 96'1 THEORETICAl DENSITY r PRIME COAT (0.15 GAL/SY) / / 2011 \ ~ / //// /////////////////////// / ////////////////// / /////////////////////// -R.ElBJ: _lllEE NOTE 3l COMPACTED TO 95:1: MODIFIED PROCTOR DENSITY (ASTM D1557~ TENSAR eX-lIDO GEOGRID OR APPROVED EQUIVAlENT \- 8" SCARIFIED SUBCRADE OR EXISTING BASE RECOMPACTED TO 98'1 STANDARD PROCTOR OENSITY (ASTM 0698) 2 REVISED PAVEMENT SECllON (PINSON DR.) SCALE: N 1.5. NOTE S: 1. AT LOCATIONS WHERE ROADWAY EMBANKMENT IS LESS THAN 8 INCHES. SCARIFY 8" OF SUBGRAOE (AnER CLEARING AND GRUBBING) AND RECOMPACT TO 987. STANDARD PROCTOR DENSITY (ASTM 0698). in 2. BASE BD FON:NIAY B.IW<<MENT SHALl. IE !ElECT U4TBW. t.EE'JH.) TIE RI3CUlB.ENTS OF SECTION 022100. AODITNE AL1EfItlA'IE NO. 2> RO/lDNAY BIWtQ.ENT 8HAU.1E IIELECT EXCAVATED U4TBW. WEETNQ TIE FlEOUIIBAENT8 OF SECTION 022040. in 3. BASE BD R.ElCIII.E BASE SHALl. IE 10" CRIBHED LlESTONE (TYPE A, GRACE 1) ME!ETI<<lTIE FlEOUIIBAENT8 OF llEC110N 025223. AODITNE AL 1EfItlA 'IE NO. 2> R.ElCIII.E BASE SHALl. IE 14' LIoE-6T ABl.IZED CAI.JCtE l&TtlQ TIE FlEOUIIBAENT8 OF SECTION 02l5220. REVISED PAVBAENT SEC110NS SCALE: N.T.S. ~,"'''~ ;t'~,~or.r(f4~1, :.,"... * ..~fl. f~E~i~l~~~LLE~ fI, '?it'lSlt"~~ 'I J'J'~ ...~..t"'CO .. ~:"~- 8.l;~ I SKETCH 21 MifM~Y2!.\"~ TEL: 361 289 1385 FAX: 361 289 0712 P,O. BOX 9094 CORPUS CHRISTI, TEXAS 78469 PRO P 0 S A L FOR M FOR CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM PAGE 1 OF 19 ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 1 OF 19 PRO P 0 S A L Plaee: Date: P r~)posal of a Corporat lon organi zed and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools. and neeessary equipment, and to perform the work required for: CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 2 OF 19 REVISED PROPOSAL FORM PAGE 2 OF 19 :ORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 BASE BID PART A: STREET IMPROVEMENTS (COLLECTOR STREET) 'I I i BID I ITEM I i Ir~ ~ ~ I' ~-- 'i A~' II QTY & UNIT 13,069 S\' III DESCRIPTION ClearineJ & Grubbing, complete in place, per ~ar~ Yard --- ~------_.~ -- -- _.._---~._------ 11,427 SY Subgrade Preparation and Compaction, complete in place, per ~~~Xar_d 1\ : -----e----- -.-- -~ _______ __._____ 9643 SY Geogrid, complete in place, per ~~r~~arE A4 -- -~~------------- .----.-.--.-- f--- I A5 A6 A7 ---. A3 1--- A9 --- A10 --- All -----. A12 I 7222 CY 9643 SY Roadway Embankment (Select Material), complete in place, per Cubic Ya.!'.Q 10" Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, per Square Yard - --j-- -- . IV v UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) ~$ $ $ $ $ $ $ $ - - ---- $ $ 1249 Prime Coat (0.15 Gal/SY), GAL complete in place, per Gallon $ ------ ----.------ 8323 SY ! 2 I EA I L____ i 2 DAY Concrete Curb Ramp, complete in place, per Square Foot Survey Monument, complete in place, per Each Ozone Day, complete per Day REVISED PROPOSAL FORM PAGE 3 OF 19 $ $ $ 2-1/2" HNAC Pavement (TYPE D) Surface Course, complete in place, per Square Yard i 1--- ----~-.- -----.- ! 3434 Common Embankment, complete in i CY place, per Cubic Yard j ~ -. .' ... >-4~::ncre~e Tied:id~walk' I 19 262 . j'.. ~F comP.lete ~.' n p.lace, per ~uare Fo().! ---. --~~ -------- .- ---.-.-.-----. I 522 , f ._s~__ $ $ $ $ $ $ $ $ $ $ ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 3 OF 19 -~-- I I III IV V UNIT PRICE BID ITEM EXTENSION DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) lve Pavement Marking Y) (4 ") (SLD) , complete e, per Squar~_Foot $ $ ~___'H.n.__._.. ____ _ _.______._____n__ Lve Pavement Marking 'Y) (4 ") (BRK) , complete e( per Squa~~ Foot $ $ -~ .._._~._._-_._-_.__..~--- Jve Pavement Marking W) (8 ") (SLD) , complete e, per ~qu~~e_ Foot I $ $ ~---_...~_.__._--_...__.__.._._----- Ive Pavement Marking iW) (18 ") (SLD) , complete e, per ?~are Foot $ $ --_.-----~.~._- ive Pavement Marking (y) (12 ") (GORE) , e in place, are Foot $ $ ~._.~ ---."----.. i \Te Pavement Marking (w) ( CROS SWALK) de) , complete in place, ear Foot $ $ .--..---- -------...-.---.----.-...- i \le Pavement Marking (W) (ARROW) , complete in per Each $ $ -.--..---.--..----- ~~_.._~_.- ive Pavement Marking (W) ("0NLY") , complete e. per Each $ $ .~"--._"--. -A-A Raised Pavement (Reflectorized) , e in place, per Each $ $ ----...-..----.---- -C-R Raised Pavement (Reflectorized) , e in place, per Each $ $ ----.-----. ----_.._----------~..~--- gn, complete In place, h $ $ ---.."-.. , ~: - T-= n-=r= ~I~QT;:=-r= ITEM UNI~~_ 1----- -~ --= ~ d. L245 Reflect I SF TYPE I in plac l--- _ +_ ]~ ~ ~ 300 SF M l~lC Ii ~-- I PIE 57 SF AI' 25 SF AlS 98 LF AL' 11 EA A2U 1 EA A')-' 123 EA A"- ..::..:. 5 EA A23 2 EA Reflect TYPE I in plac 2" SF Reflect TYPE I in plac Reflect TYPE I in plac Reflect TYPE I complet per .~ Reflect TYPE I (la' wi per J:,._i~ Reflect TYPE I place, Reflect TYPE I in plac Type II Marker complet Type II Marker complet STOP Si per Eac REVISED PROPOSAL FORM PAGE 4 OF 19 ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 4 OF 19 -----~---_._- ------,.--------.--.- II III IV V ~~~- BID I I QTY & ITEM. UNIT - 1- --~-~ I\._ l DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) n~_ ! Relocate Existing Palm Trees I I Ie; J- and Irrigation Lines, complete I in place, perLu_~_Elum I $ i -+ t -. .- - --- ----- - -----_.~-- ----------- -~- I I Traffic Control, complete in i LS place, per Lump Sum I $ I --------- - ..=--.:: ~=-- --+-- I +- $ $ A26 600 LF 3" Dia. PVC (Sch. 40) Conduit wi Rigid Galv. Steel Cap, complete in place, per Linear Foot $ $ - ~ --- A2; 200 LF 4" Dia. Multicell PVC (Sch. 40) Conduit wi Rigid Galv. Steel Cap, complete in place, per Linear Foot I $ $ L_ TOTAL BASE BID PART A (Items Al through A27) $ ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 5 OF 19 REVISED PROPOSAL FORM PAGE 5 OF 19 =:ORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 PART B: STORM WATER DRAINAGE IMPROVEMENTS (COLLECTOR STREET) BID ITEM 8 1 r'l I ::L. I , I 1--- I i '3 L B4 Be BF B' B8 B9 B' c, .:"-...' BJ. i B12 I II III QTY & UNIT - 1S6-~E Dia ~ RCP (e]a" [II), LF compl~te In place, per LlnearJ~.c:Jj: DESCRIPTION 616 LF 24" Dia RCP (Class III), complete in place, per -&inear Fooj: 1972 LF 30" Dia RCP (Class III), complete in place, per J:,inear Foot: 1 EA. Concrete Headwall (CH-PW-O) for 24" RCP, complete in place, per .?ac[t 5 EA Concrete Headwall (CH-PW-O) for (2) 24" RCPs, complete in place, per ~~..s:.h 1 EA 5' Std. Curb Inlet (2' Wide), complete in place, per Each 1 EA 5' Curb Inlet (4' Wide), 1comPlete in _Pla~~_,~~~r Eac_h 7.5' Curb Inlet (2' Wide), complete in place, per Eac~ ------....--. .._.~---_._----_.- je.51 Curb Inlet (2' Wide), complete in place, per Each _n _._._.._____...._... _,."__.____._..._._ ~_______ I 10' Curb Inlet (2' Wide), complete in place, per Each 5 EA 2 EA 1 EA 1 EA 11.5' Curb Inlet (4' Wide), complete in place, per Each 1 EA 14' Curb Inlet (2' Wide), complete in place, per Each REVISED PROPOSAL FORM PAGE 6 OF 19 IV UNIT PRICE IN FIGURES $ $ $ $ $ $ $ $ $ $ $ $ V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ $ $ $ $ $ $ $ $ $ ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 6 OF 19 I ~~~!~= III I IV I II V F' . ~ BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE I IN FIGURES) =~c..cu I 13 Safety :::nd Treatment for ~ (2 ) 18" RCPs complete in J$-- EA , I place, :~:er Each $ i ~-- I -- e-- --- .- ---- ----_..~-_.,.. - ---- ---------~---- L Safety End Treatment for I ..:.0- , 4 (2 ) 3D" RCPs, complete in EA place, l)er Each I $ $ t- __m__ -- -- ~---~_._.- ~._._---~--_._- -~--~ --t- IRl 20,830 4-1/2" Concrete Riprap Slope I SF ProtectIon, complete in place, per S~are _X2.~.~ $ $ -- --- -- - -- ----.---..,- ~'--~'---'-,- ~--_.~-- --..- BH 1 [, Miter End of 30" RC Pipe, EA complete in place, per Each $ $ - - --- -- ---.-.----- "- -...------... - , Bl- 6" Concrete Curb & Gutter, i 3959 LF complete in place, per Linear Foot $ $ -_.~._,---_..- -- - I-- --- -----.-. ---~._---_._- ----- ---- B16 Channel Excavation for 1678 Regrading Ditch, complete in LF place, Linear Foot $ $ per --~--'-'--~ -- - ----- ---, ...,~ ----_._--~._----~~ B19 Channel Excavation for Lateral 1815 Ditches, complete in place, LF Linear Foot $ $ per ---'---"~ -- ----- I- ------ - '-------,,-- -"'--' --~_.._--~- ------- 1-----.- B2 Silt Fence for Storm Water 892 Pollution Prevention, complete LF in place per Linear Foot $ $ ------ _._- _c. 1--.- ___ ___ -.------ - -"-'--'--"--'--~ B2 Seeding for Erosion Control, 22,356 complete in place, SY per Square Y~rd $ $ -...----.-- -.---..'----.--- B')'> 1577 Trench Safety for Storm Sewer, LF per Section 022022, complete in place per Linear Foot $ $ i ~.~-~ TOTAL BASE BID PART B (Items Bl through B22) $ ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 7 OF 19 REVISED PROPOSAL FORM PAGE 7 OF 19 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 PART C: WATER DISTRIBUTION IMPROVEMENTS I II III ! IV V -- BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE I IN FIGURES) =-'-~~=I=- 307 8" Dia. C900 PVC Waterline I I i LF' (DR 18) complete in place, t per Linear Foot $ $ ~ ---- ._~~. - '-- - - ---- --~----_._-~ - ~--_.._-_..~._. .__._~---~.- C 8 " Dia. Ductile Iron Waterline 60 (Pressure Class 350) complete LF , .~ in place, per Linear Foot $ $ -----~-- -- - -- ---~ --~'---'-'-'-' ..,- -..- ~--- - -~ ----.---- r- ! 12 " Dia C900 PVC Waterline '- 1795 I (DR 18) complete in place, I LF Linear Foot $ $ I --tu per --- -- f--- - - - ------...-...---- ~. --~. .-.-.---.----------.---. I 12" Dia Ductile Iron ~ i i 60 Waterline (Pressure Class ! i LF 350 ) , complete in place, I Linear Foot $ $ I per I -- t- _. - -.-- -------...---- ~_.__._---_.~_.~..- -- --- : Cue:, i 1 8"x 8"x 12 " Tee, I t EA complete in place, per Each $ $ -~ -- ----:-- ______ __n___ -..-. -- ------.. C~6 8" - 450 0.1. Bend, complete in I EA place, Each $ $ I per I f---- - --t- -- ---- f------- ----.- -----------------.-------- '--- (~.-' i 3 8" Plug, complete in place, i i El\ per Each $ $ -~ ..- r--- - ---- -- __.___n____ -- -_._....~_._--- I 11-1/40 e8 I 4 12" - D.1. Bend, I EA complete in place, per Each $ $ -t - -~_. -"- - -'----..- -..--.,-- C9 18 12 " 45" D. I. Bend, , , EA complete in place, Each $ $ i per - -- ---+---- -- t- ------ -~._--_.~- ------- ---------~ f---- Cl} : 3 12"x 12"x 8" Tee, i , EA complete in place, Each $ $ i per i -- - --t---u- - .-..-.-....---....-- __________ .~m_~_ -- ---~----_..__. Cll 1 16"x 12" Tapping Sleeve i (Wet Connection) i EA , f----- ---~ complete in place, per Each $ $ - -- -- C12 I Remove and Dispose of Existing i 229 j LF 8" A.C.P Waterline, , complete per Linear Foot $ $ I --.. i -- -- ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 8 OF 19 REVISED PROPOSAL FORM PAGE 8 OF 19 II BID ITEM QTY & UNIT ~---t= I ! EA ! + - -.-..-..-------. i , ;.f I 4 IL- I EA -+- ~' I !:; I Ell, -+- II Cl I 6 I EA t- I C"l I ~, 1056 i CY i +- CJ.8 I I 2312 LF III IV V UNIT PRICE BID ITEM EXTENSION DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) In/Connection, e in place, per Each $ $ --- --'-~--""---'----- --_._---_.._----------~ --... Valve and Valve Box, e in place, per Each $ $ ~--- -- -_.-'-_.. --._--- -_._-------- e Valve and Valve Box, I i=~ in place, per Each I $ $ ~~ - --.-.-.---.-.....-..----.- I drant Assembly I , e in place, per Each $ $ - ---,-..--.---. Stabilized Sand 1 complete in place, ~. , J.C Yard $ $ -'-"- ---------.----.-.--...- Safety for Waterline, tion 022022, complete e per Linear Foot $ $ ---~-_.~ -,--- I i 1___- 8" Tle- complet 8" Gate complet 12" Gat complet Fire Hy (Type 1 complet Cement Backf il per fub Trench per See in plac TOTAL BASE BID PART C (Items CI through C18) $ REVISED PROPOSAL FORM PAGE 9 OF 19 ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 9 OF 19 ':=OFPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 PART D: SANITARY SEWER (WASTEWATER) IMPROVEMENTS (COLLECTOR STREET) r II III IV V ~= " BID QTY~ UNIT PRICE BID ITEM EXTENSION DESCRIPTION (QTY X UNIT PRICE ITEM UNIT IN FIGURES IN FIGURES) =~ ---ro~~~"=... r I 8" Dla. PVC (SDR 26 ) Sanitary I 187 Sewer Gravity Line (0'-6' I f LF' Depth) , complete in place, per Linear Foot $ $ -- --~-""-'--- :!----. -- ----~- --_.._-_..,~---- -- -~'- .-..---...--- ..._-----~-- -'--'----'- D2 I 8 " Dia. PVC (SDR 26 ) Sanitary I 58 Sewer Gravity Line (6' - 8 ' I ! LF Depth) , complete in place, , I I per Linear Foot $ $ ~~, - ~ - ..------- -+----. -~- -- ----"---', ._'~ -.---.------- - I I 8" Dia. PVC Sanitary Sewer 'I i 40 Pressure Pipe (150 psi) for +- LF Waterline Crossing (0' -6 ' Depth) , complete in place, per Linear Foot $ $ ~"--' --~- 1--- ---- ~ -----. - -"--- D4 i 8 " Dia. PVC Sanitary Sewer i Pressure Pipe (150 psi) for I 2 C; LF Waterline Crossing (6' - 8 ' I Depth) , complete in place, i per Linear Foot $ $ -t---- --- -----.------ -..- _._-_.._...~. --- --_.~._--~------_..._- D: I 10" Dia. PVC (SDR 26) Sanitary I I Sewer Gravity Line (0 I -6' i 684 I LF Depth) , complete in place, per Linear Foot $ $ ---,.,- .~.~. ."- ~..- ..- e--. --..- ..- 1----- ._ ---'--'--.---. ~'--- ~--------_._- -. DE 10" Dia. PVC (SDR 26 ) Sanitary 290 Sewer Gravity Line (6' - 8 ' LF Depth) , complete in place, per Linear Foot $ $ ------ --- - ----- ~-- .._- --------..-- D~ 10" Dia. PVC (SDR 26 ) Sanitary 110 Sewer Gravity Line (8'-10' LF Depth) , complete in place, per Linear Foot $ $ ----------~~ I --- '____..__n___ ~----"~---- ".- - D8 10" Dia. PVC Sanitary Sewer 40 Pressure Pipe (150 psi) for LF Waterline Crossing (0' -6' Depth) , complete in place, per Linear Foot $ $ ----~- -------------~--------- ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 10 OF 19 REVISED PROPOSAL FORM PAGE 10 OF 19 I ===r=' B;:T=QTY & IT~ I IUNIT -~ ; i i I I .- .. .. -_. -~---- ! III I IV V : 1 UNIT PRICE BID ITEM EXTENSION DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) i = II 10" Dia PVC Sanitary Sewer 20 I Pressure Pipe (150 psi) for LF I Waterline Crossing (6' -8' i Depth), complete in place, _._.-J~~r Linear _FO~=_ ...____...._._ 118" Dia Bore & Steel Casing 50 for 10" Sanitary Sewer Line LF (8'-10' Depth), complete in place, per Linear.!"oot 'J - .. ..-.- DJ E.l\. ~ D J i I ~[l ' Ii -+ I I 16 VF --- - t._- ! 9 4' Dia. Fiberglass Sanitary Manhole (0' 6' Depth), complete in place, per Each Extra Depth for 4' Dia. Manhole (Over 6' Depth), complete in place, per Vertical Foot D14 -i I I i Fiberglass Rehabilitation for Existing Sanitary Manhole (7.5' Depth), complete in place, per Each - --1---_. ___...___...__. 1 EA 197 CY .+ - - Dl Cement Stabilized Sand Backfill, complete in place, per ~ubic Ya!~ ---....- - $ $ $ $ $ $ $ $ $ $ $ $ .---. ---. 365 CY Flowable Grout Backfill for Manholes, complete in place, per f'ubic Yard --1-..-.- ---- ...---.-..-. -..-....--.--.. Dl'-, 1449 LF i I -.+. -~_.-f---._- _._ I Televised Inspection of Conduits, complete ln place, per ~.inea!:...~C).<:>.t D1 1449 LF I Trench Safety for Sanitary Sewer, per Section 022022, complete in place, per Linear F()ot $ $ $ $ $ $ TOTAL BASE BID PART D (Items Dl through D17) $ REVISED PROPOSAL FORM PAGE 11 OF 19 ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 11 OF 19 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 ADDITIVE ALTERNATE NO. 1 PART E: STREET IMPROVEMENTS (PINSON DRIVE) BID ITEM =~Oo_ . ~! E ~ - --- I E2 II ! " IE' ~ ELl E" I - +- QTY & UNIT 3936 SY -. - -- 4547 BY 4547 SY 4547 SY 597 GAL II III DESCRIPTION Pavement Excavation, complete I ~n_~_lace ~e~_ ~==~Yard -_--I $ Subgrade Preparation and Compaction, complete in place, per S~are_Ya~ci $ --- 0___0._ ----.-_______o~_~ _-+-_ Geogrid, complete in place, per ~quare Yard --- --..-----.--..------ -.---------- -----_....__.__._----_.~ 10" Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, per ~~re Yard --- _0_0_____0_ __ Prime Coat (0.15 Gal/SY), complete in place, per Gallon E6 - - -- --- -- o--f-___ __ 0_ ___ 0____ E: EB 3974 SY , ! 930 SF 935 SF ~._- E9 24 SF - ElO 1 LS 2-1/2" HMAC Pavement (TYPE D) Surface Course, complete in place, per S~:!:~Ya:!:s:l -- - - ._0_ ___ 0_0__ ----.----._____0__0_ Reflective Pavement Marking TYPE I (Y) (4") (SLD) , complete in place per Square _~oot Reflective Pavement Marking TYPE I (W\ (4") (SLD) , complete I in place, per Square Foot - - ------ - - -__ ____0_ ---- IV UNIT PRICE IN FIGURES $ $ $ $ $ $ $ $ TOTAL ADDITIVE ALTERNATE NO. 1 PART E: $ (Items El through EIO) Reflective Pavement Marking TYPE I (W) (18") (SLD) , complete in place, per Square Foot 0__ f--- --_____ _0_______._... Traffic Control, complete in place, per Lump Sum REVISED PROPOSAL FORM PAGE 12 OF 19 V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ $ $ $ $ $ $ $ ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 12 OF 19 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 r PART F: STORM WATER DRAINAGE IMPROVEMENTS (PINSON DRIVE) v BID I ~TY & ITEM ~ UNIT I=~;~~i~~ I' I, ~. - LF' r/>, t- I ,l504 I Sy 'I_~ I II III DESCRIPTION silt Fence foz Storm Water Pollution Prevention, complete in place, per Linear Foot -- ~~...- - __u~_~._.. ..----~--._-f__ Seeding for Erosion Control, complete in place, per S~are~Ya!"g. IV UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ i $ TOTAL ADDITIVE ALTERNATE NO. 1 PART F: $ (Items Fl through F2) REVISED PROPOSAL FORM PAGE 13 OF 19 ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 13 OF 19 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 PART G: SANITARY SEWBR (WASTEWATER) IMPROVEMENTS (PINSON DRIVE) I II B~D I QTY & ITEM I UNIT ~= I I (i ~_ I_- I. ' ~, , ~ " i I'~'l C' Cc >- Gf G"' 1 0 LF 1 EA 32 C'{ 4J CY 100 LF 100 LF III IV DESCRIPTION UNIT PRICE IN FIGURES 8" Dla. PVC (SDR 26) Sanitary Sewer Gravity Line (0'-6' Depth), complete in place, per Lj!1ear_Foot : $ EA 4' Dia. Fiberglass Sanitary Manhole (0' -6' Depth), complete in place, per Each $ Fiberglass Rehabilitation for Existing Sanitary Manhole (5.2' Depth), complete in place, per Eac~ $ _._.~._--_._._-_....~-~_..~--_._.._.__._----- Cement Stabilized Sand Backfill, complete in place, per Cubic Yard $ -...----.---- ~.__.._-_.__.._._~ _.._~.._- Flowable Grout Backfill for Manholes complete in place, pergubic~~E.sl $ Televised Inspection of Conduits complete in place, per ~inea~~~~~ $ --~_..._....__._--_.. ..~_._._-~.._-- ._.__._-_..,~ --------- Trench Safety for Sanitary Sewer, per Section 022022, complete in place, per Linear Foot $ TOTAL ADDITIVE ALTERNATE NO. 1 PART G: $ (Items Gl through G7) V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ $ $ $ $ REVISED PROPOSAL FORM PAGE 14 OF 19 ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 14 OF 19 -:::OFPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 ADDITIVE ALTERNATE NO. 2 PART H: STREET IMPROVEMENTS (COLLECTOR STREET) I II III IV V ~Hl BID QTY & ~~_~+"" UN~~_ I i DELETE ITEM A4: Roadway I (7222) Embankment (Select Material) , CY complete in place, per Cubic Yard DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) H2 -+--- I $ ($ ---_._---~ ----._- 5952 CY ADD ITEM A4-A: Roadway Embankment (Select Excavated Material), complete in place, per Cubic Yard $ $ H3 J I I I ---I- ! i I I ! -- ------ - -------- ~- H4 DELETE ITEM A5: 10" Crushed Limestone Flexible Base (Type A, Grade 1), per Square Yard -.6.3 - I ~~~~:=e~5;~~x~:L L~::;_- SY I ~aliche, complete in place, J per Square Yard $ ($ (9643) SY b~~_ _ I $ $ TOTAL ADDITIVE ALTERNATE NO. 2 PART H: $ (Items Hl through H4) PART I: STREET IMPROVEMENTS (PINSON DRIVE) - I II III IV V UNIT PRICE BID ITEM EXTENSION BID QTY & DESCRIPTION (QTY X UNIT PRICE IN ITEM UNIT IN FIGURES FIGURES) II (4547 ) DELETE ITEM E4: 10" Crushed SY Limestone Flexible Base (Type .~ I A, Grade 1), per Square Yard $ ($ ) ~..~ j ._~ ~-'--'--'- --'~-'-"'-----~_._-_._. - 12 ADD ITEM E4-A: 14" Lime- I 4547 Stabilized Flexible Base- SY Caliche, complete in place, per Square Yard $ $ TOTAL ADDITIVE ALTERNATE NO.2 PART I: $ (Items Il through I2) ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 15 OF 19 REVISED PROPOSAL FORM PAGE 15 OF 19 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 BID SUMMARY TOTALS - BASE BID: BASE BID DESCRIPTION TOTALS Total Bid Part A Items Al through A27 $ Total Bid Part B Items B1 through B22 $ Total Bid Part C Items C1 through CIa $ Total Bid Part D Items D1 through DI7 $ L~ TOTAL BASE BID (Parts A, B, C and D) : $ TOTALS - ADDITIVE ALTBRNATE NO.1: ADDITIVE ALTERNATE DESCRIPTION TOTALS NO. I Total Bid Part E Items E1 through EIO $ Total Bid Part F Items Fl through F2 $ Total Bid Part G Items Gl through G7 $ TOTAL ADDITIVE ALTERNATE NO. 1 (Parts E, F and G) : $ TOTALS - ADDITIVE ALTERNATE NO.2: ADDITIVE ALTERNATE DESCRIPTION TOTALS NO. 2 Total Bid Part H Items HI through H4 $ Total Bid Part I Items II through I2 $ TOTAL ADDITIVE ALTERNATE NO. 2 (Parts H and I) : $ ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 16 OF 19 REVISED PROPOSAL FORM PAGE 16 OF 19 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 notlfccation of award of contract, we will within ten (10) caJ.endar :lays executE:: the formal contract and will deliver a Performance Bend as requlred) for the faithful performanee of this contract and a Pa}~ent Bond (as required) to insure payment for all labor and materials. The bici bond attached to this proposal/in the amount of 5% of the hL:;hest amount bid, is to become the property of the City of Corpus Christl in the event the contraet and bonds are not executed within the time above set forth as liquidated damages for the delay and additional walk caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bldder shall, within five days of receipt of bids, submit to the City Engineer, In writing, the names and addresses of MBE firms part ic ipat ing in the contract and a descript ion of the work to be performed and its dolLar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds w=.. 1 be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work wlthin 150 calendar days from the date designated by a Work Order. The undersJgned 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 wlth the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. number i Receipt elf the following addenda lS aeknowledged (addenda Respectfully submitted: Name: (SEAL - IF BIDDER IS By: (SIGNATURE) a Corporation) Address: (P.O. Box) (Street) (City) Telephone: (State) (Zip) NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 17 OF 19 REVISED PROPOSAL FORM PAGE 17 OF 19 ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with uNA". FIRM NAME: ............................................................... STREET CITY: ZIP: FIRM is Corporation 5 Other 2. Partnership 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 City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant CERTIFICATE I certify that all information proVided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person Title: (Type or Print) Signature of Certifying Person: Date: ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 18 OF 19 REVISED PROPOSAL FORM PAGE 18 OF 19 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c "Firm". Any entity operated for economic gain, whether professional. industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d 'Official" The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "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 partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. ADDENDUM NO. 1 ATTACHMENT NO. 5 PAGE 19 OF 19 REVISED PROPOSAL FORM PAGE 19 OF 19 S PEe I A L PRO V I S ION S S PEe I FIe A T ION S AND FOR M S o F CON T RAe T S AND BON D S FOR CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK - PHASE 1 PREPARED BY: Maverick Engineering, Inc. 2000 S.P.I.D., Suite 100 Corpus Christi, Texas 78469 Phone: 361/289~1385 Fax: 361/289-0712 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 Revised 7/5/00l CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK - PHASE 1 Table of Contents NOTICE TO BIDDERS IRevised 7/5/00) NOTICE TO CONTRACTORS-A (Revised Sept. 2000) Insurance Requilements NOTICE TO CONTRACTORS-B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-I Time and Place cf Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A~3 Description of Project " - 4 Method of Award 5 Items to be Submitted with Proposal .., Time of Completion/Liquidated Damages ., Workers Compensation Insurance Coverage A-8 Faxed Proposals .11, - 9 Acknowledgment 0 f Addenda . 10 Wage Rates (Revised 7/5/00) A 11 Cooperation witb Public Agencies (Revised 7/5/00) /, 12 Maintenance of Services A-13 Area Access and Traffic Control A 14 Construction Equipment Spillage and Tracking /, .15 Excavation and Removals A 16 Dlsposal/Salvage of Materials ~. 17 Field Office A 18 Scbedule and Sequence of Construction A 19 Construction Project Layout and Control 20 Testing and Cert i ficatlon ~o-21 Project Signs A 22 Minority/Minority Business Enterprise Participation Policy .~-- In8pcction Rcquircd (Revioed 7/5/00) (NOT USED) /\ 24 Surety Bonds A-~ 8;:tleo T;:t]{ Exemption (NO LONGER APPLICABLE) (6/11/98) l\ 26 Supplemental Insurance Requirements A~ Reoponoibility for D;:tffi;:tge Cl;:timo (NOT USED) ;~-28 Considerations fur Contract Award and Execution A 29 Contractor's Field Administration Staff A 30 Amended "Consideration of Contract" Requirements ;, 31 Amended "Policy on Extra Work and Change Orders" t., 32 Amended "Executicm of Contract". Requirements " 33 Conditions of Walk A34 Precedence of Contract Documents A 35 City W;:tter F;:tcilitieo. epeei;:tl RcquirefRcnto (NOT USED) A-]6 Other Submittals (Revised 9/18/00) i\ 37 Amended "Arrangement and Charge for Water Furnished by the City" i\ -38 Worker's Compensation Coverage for Building or Construction Projects fer Government Entities TABLE OF CONTENTS PAGE 1 OF 5 A 39 Ccrtific~tc of-Occup~ncy~nd Fin~l ^cccpt~ncc (NOT USED) A 40 Amendment to Section B-8 6: "Partial Estimates" A- 41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended "Indemnification and Hold Harmless" (9/98) A-44 Change Orders 4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A-47 Pre-Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) I, 49 Amend "Maintenance Guaranty" (8/24/00) A50 Video Documentation Attachment I - PROJECT SIGN PART B - GENERAL PROVISIONS PART S PART C - FEDERAL WAGE RATES AND REQUIREMENTS STANDARD SPECIFICATIONS SECTION 020 - SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments S49 021 SITE PREPARATION 021010 021020 021040 021080 Project Signs Site Clearing and Stripping S5 Site Grading 86 Removing Old Structures S55 022 EARTHWORK 022020 022022 022040 )22060 022080 022100 :i2247.0 Excavation and Backfill for Utilities and Sewers S9 Trench Safety for Excavations Street Excavation S10 Channel Excavation S11 Embankment S13 Select Material S15 Silt Fence 897 023 FOUNDATIONS, BOR~NGS, PILES_~ CAISSONS 23020 Jacking, Boring or Tunneling S65 025 ROADWAY ---...-- {)252 SUBGRADES AND BASES 025202 '254 ASPHALTS AND SURFACES Scarifying and Reshaping Base Course S23 25404 025412 025424 Asphalts, Oils and Emulsions 829 Prime Coat (Asphaltic Material Only) S30 Hot Mix Asphaltic Concrete Pavement (Class A) 834 TABLE OF CONTENTS PAGE 2 OF 5 256 i~~5608 )25610 ;> 5612 ;'5(,14 s (~ 25802 25805 25807 25813 025816 i\25818 25828 CONCRETE WORK Inlets S63 Concrete Curb and Gutter S52 Concrete Sidewalks and Driveways Concrete Curb Ramps S53 T,ffiFFIC' CONTRULS & DEVICES Temporary Traffic Controls During Construction Abbreviated Pavement Markings S101 Pavement Markings (Paint and Thermoplastic) S45 Preformed Striping and Emblems Raised Pavement Markers and Traffic Buttons Reference Pavement Markers (Reflectorized) (TxDOT 0-9-4200) Reference Bituminous Adhesive for Pavement Markers (TxOOT 0-9-6130) 26 UTH,ITIES 262 GENERAL 26201 ')26202 26206 26210 Waterline Riser Assemblies S79 Hydrostatic Testing of Pressure Systems 889 Ductile Iron Pipe and Fittings S81 PVC Pipe -- AWWA C900 and C905 Pressure Pipe S83 264 WATERLINES 26402 26409 )26411 26416 Waterlines S88 Tapping Sleeves and Tapping Valves S84 Gate Valves for Waterlines S85 Fire Hydrants S86 U27 SEWERS & DRAINAGE - ----------------- 0272 GENERAL 27202 027203 Ci27205 :274 27402 :n6 C27602 27610 Manholes S62 Vacuum Testing of Sanitary Sewer Manholes and Structures Fiberglass Manholes S58A STORM SEWERS Reinforced Concrete Pipe Culverts S60 SANITARY SEWERS (GRAVITY) Gravity Sanitary Sewers Televised Inspection of 861 Conduits S125 :'.8020 28 SITE IMPROVEMENTS & LANDSCAPING Seeding S14 "-;ECTION 0 3 0 30020 iqO::;O , .~ "7 0 4 0 ~8000 -)ECTION )50200 ',':.>4 0 CONCRETE, GROUT Portland Cement Concrete S40 Reinforcing Steel S42 Epoxy Compounds S44 Concrete Structures S41 050 - METALS Welding S43 Frames, Grates, Rings and Covers 357 TABLE OF CONTENTS PAGE 3 OF 5 PART T - TECHNICAL SPECIFICATIONS SECTION 020 - SITF ASSESSMENTS & CONTROLS 025 ROADWAY D252 E:UBGRADES AND BASES 12522 ~rushed LimEstone Flexible Base GEOTECHNICAL REPORT LIST OF DRAWINGS: SHT.NO. DESCRIPTION 10 11 12 13 14: B 19-23 24 25 26 27 28 29 30 31 32 33 33A 34 34A 35 35A 36 36A 37 7A 38 J8A 39 40 41 42 43 44 1 Title SheeLI ~icinity Map Proposed Site Improvements General Notes and Testing Schedules Estimated Quantities Summary/ Drawing Legends Typical Existing and Proposed Sections Utility Relocation and Removal Plan Drainage Area Collector Street Improvements Water and Collector Street Improvements Water and CoIleceor Stn,et J mprovements Water and :ollector Stn'et Improvements Water and ('01] e{~tOJ Strf'et Improvements Water and Water and Sanitary Sewel Details Standard Water Details Sanitary Sewel Standard DeLails :ollectol Street Improvements Street and Storm Water Sta. 0+00 to 5+00 'oIlectol Street Impn:)Vements Street and Storm Wqter Sta. 5+00 to 9+00 ::ollectol Street Improvements Street and Storm Water Sta. 9+00 to 14+00 :'ollector Street Improvements Street and Storm Water Sta. 14+00 to 19+00 ~ollector Street Improvements Street and Storm Water Sta. 19+00 to End "lnson Drive Tmprovements (Plan & Profile) Sta. 0+00 to 3+50 Pinson Drive l'nprovements (Plan [. Profile) Sta. 3+50 to 8+50 Lnson Drive Jnprovements (Plan & Profile) Sta. 8+50 to 13+50 Pinson Drive Iinprovements (Plan & Profile) Sta. 13+50 to End "Lorm Water Latera L "A" (p lan & Profile) Sta. 0+00 to End Storm Water Lateral Ditch "A" (Plan & Profile) Sta. 0+00 to End :;torm Water Lateral "Brr (Plan & Profile) Sta. 0+00 to End torm Water Lateral Dit.ch "8" (Plan & Profile) Sta. 0+00 to End ~torm ~Iater La1.eral "C" (Plan & Profile) Sta. 0+00 to 4+50 3torm Watel Lateral Dltch "e" (Plan & Profile) Sta. 0+00 to 4+50 "torm Water Lareral "e" (Plan & Profi Ie) Sta. 4+50 to End (~torrn Water Latera] Ditch "e" (Plan & Profile) Sta. 4+50 to End Storm i~ater Lat era:! "D" (Plan & Profile) Sta. 0+00 to 5+00 'torm \vater Lateral Ditch "D" (Plan & Profile) Sta. 0+00 to 5+00 ':torm \vater La! eral "D" (Plan & Profi 1 e) Sta. 5+00 to End :torm Water Lat eral Oi tch "0" (Plan & Profile) Sta. 5+00 to End <,torm Water Lateral "E" (Plan & Profile) Sta. 0+00 to 4+50 Storm Hater Lateral "E" (Pl.ln & ProfiJe) Sta. 4+50 to End Hater, Sanitar, Sewer and Storm Water Profiles Drainage Ditch Storm Water (Plan & Profile) Sta. 0+00 to 10+00 Drainage Ditch Storm Water (Plan & Profile) Sta. 10+00 to End ('oncrete HeadwaLls with Parallel Wings for Non-Skewed Pipe Culverts (CH-PW-O) 3 4 5 6 7 8 9 Sanitary Sanitary Sanitary Sanitary sanitary Sewer Sewer Sewer Sta. Sta. Sta. Sta. Sta. 0+00 to 5+00 5+00 to 9+00 9+00 to 14+00 14+00 to 19+00 19+00 to End Sewer Sewer T.1U1LE OF CONTENTS 45 46 4 48 49 50 51 52 53 54 55-58 59 60 61 62 63 64 65-76 NOTICE AGREEMENT ~ollector Street Marking and Signage Plan Pinson Drive Marking and Signage Plan Collector Street Pollution Prevention Plan Sta. 0+00 to 11+00 Collector Street Pollution Prevention Plan Sta_ 11+00 to End Pinson Drive Pollution Prevention Plan Sta. 0+00 to End Drainage Ditch Pollution Prevention Plan Sta. 0+00 to End Storm Water Details Curb, Gutter, Sidewalk and Ramp Details Traffic Control Plan PM(l) thru PM(4) -OOA Permanent Pavement Marking Details POZ-LOC Sign Support Post and Socket System End of Road Barricade, Traffic Sign Assembly! Installation Details and TCP Crosswa 1 k Pavl~ment Mark ing Detai 1 s TCP Notes- 98 Work Zone Channelizing Devices on Flexible Supports BC(011 thru BC(12) -03 PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TABI,E OF CONTENTS PAGE 5 OF 5 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed pC::lposals, :J.ddressed t ) the City of Corpus Christi, Texas for: CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 consists of (construction of approximately ]960 LF of new urban collector street; ceconstruction of approximately [:126 LF of rural roadway; new 10" and 8" PVC ",ani ta Cy :~ewer 1 inesand fiberglass manho:es; new 12" and 8" PVC waterlines a.nd appld tenances; n,c:w _'0" .~4' and 18" reinforced concrete storm sewer pipes, j lets and Junction bOXC'3; drainage ditch improvements; and street ighting lmprovemenU (by o,::hers); together with all appurtenances as shown )n the p dns dnd cdl I~d tor in the specifIcations and contract documents; ""lll be receivedlt 'he office of the City Secretary until 2:00 p.m. on Wednesday, August 31, 2005, and then publicly opened and read. Any bid received after closing time will be returned unopened. ,'". pre-bid meeting is scheduled for Tuesday, August 23, 2005 at 10:00 A.M. rhe pre-tnd meet LI1<J will be conducted by the City, and will convene at the Corpus Christi International Airport Aviation Department Conference Room, 1000 International Drive, Corpus Christi, TX, and will include a site visit o discu8s the proiect. bid hOLCjlll thE dmount;f 5 % :.)f Lhe highfcst amount bid must accompany each ,-,roposa1 Faj lure to provide the bid bond will constitute a non-responsive [Jt"oposa1 which Wi 11 not be considered_ Failure to provide required c:erforma:ice and pa~vme:lt lxmds for contracts over $25,000.00 will result in !orfeitme of the % [lid bond tD the City as liquidated damages. Bidder's plan dep,)sit is subj,=;ct to manda.tory forfeiture to the City if bidding -[ocument: arc not :et Jrned to the City within two weeks of receipt of bids. ,Clans, ploposal Lnms, specifications and contract documents may be procured rom the ity Rngineel upon 3 deposit of Fifty and no/100 Dollars ($50.00) is a glla.antet.' E thEir return 111 good condition within two weeks of bid iate DocumentE: ('an be obtained by mai 1 upon receipt of an additional $10.00l which i:c n'm-refundab]e postage/handling charge. ~'he bidder is hereDY 10tified that the owner has ascertained the wage rates -",hich prevail Ll1 the ] ocal ity in which this work is to be done and that such ,cage sea] e is set out in the cont ract documents obtainable at the office of 'he City Engineer and the Contractor shall pay not less than the wage rates -'0 shown for each Cl -1ft en t 'y'pc' of "laborer, ,. "workman," or "mechanic" "mployed;n this projEct roe ell.} reserves the right tregularIties and to dccept the idvantagernls to the C~ty and in to bid the reJect any or all bids, which, in the City's opinion, best interest of the public. to waive seems most '[TY OF CORPUS CHRISTI, TEXAS /;; / I Ange 1 R. Escobar, P. E . Director of Engr, Services :,,/ Armando Chapa City Secretary lJ"" NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised September 2000 A Certlficate of Insurance indicating proof of coverage ln he following amounts is required: ---- ------,. CE MINIMUM INSURANCE COVERAGE ion required on Bodily Injury and Property Damage ty including: $2,000,000 COMBINED SINGLE LIMIT e Hazard erations Hazard amage rs , NON-OWNED $1,000,000 COMBINED SINGLE LIMIT .------- WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT -- ILITY! $2,000,000 COMBINED SINGLE LIMIT :OVERAGE --.-- REQUIRED :cidenta 1 X NOT REQUIRED -- -term _he disposal of See Section B 6 -11 and Supplemental Insurance Requirements -.-- REQUIRED X NOT REQUIRED .- See Section B 6-11 and Supplemental Tnsurance Requirements -- REQUIRED X NOT REQUIRED - TYPE OF INSURAN 30-Day Notice of Cancellat all certificates C" ,mmercial General Li abil j Commelcial Form PremiHes - Operat ion'-3 Explosion and Collaps Underground Hazard Products/Completed Op Contractual Insurance Broad Form Property D Independent Contract0 Personal InJury 4 6 :;; Ai nOMOBI LF. i, rABILITY--0WNED JR RENTED //ORKEP[" COMPENSIU'lON Er'lPLOYERS' LIABILI TY SXCESS LIABILITY PROFESSIONAL POLLUTION LIAB ENVIRONMENTAL IMPAIRMENT ( Not limited to sudden & ae ~lscharge; to include long environmental impact for t :::ontaminants 3UILDERS' RISK fNSTALIATION FLOATER NOTICE TO CONTRACTORS- A Page 1 of 2 · The City of Corpus Christi must be named as an additional insured un all coverages except worker's compensation liability coverage. · The name of the project must be listed under "description of 'pc'rati::ms" or each certlficate of insurance. . ror each insurance eoverage, the Contractor shall obtain an enciorsement tc the appl i eable insurance pol icy, signed by the In"Urer. previ iinq the City with thirty (30) days prior written nOlloe of cancell at Ion of or mat erial ehange on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are speeified in section E-6 11 af the General Provisions or in the Special Provisions elticn of the contracl A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. NOTICE TO CONTRACTORS- A Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORKER'S CO:'1PE!~SATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR GCVERNMENT ENTITIES Texas law requi:.-es that ::lost contraccors, subcc;:l::cactorlS, and others providing work or serv~ces for a City building o~ construction project: must be covered by worker' 5 compensation insura:lce, authorized self-i~surance, or an approved worker's compensal:~~~ coverage agreerr:ent. Even if Texas law does not require a contractor, subcontractor or others performing proj ect services (including deliveries to the job site) ~~ provide 1 of the 3 forms of worker's compensacion coverage, the Ci~y will require such coverage for all individuals providing work or services on this Project: at any time, including during the mai::~e!1ance guarancy period. :'fotor carriers which are required to regis~er with the Texas Depar-=::::ent of Transportation under Texas Civil Stal:utes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not p:.-ovide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees t~ comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed i~corporated into the project contract. Please note that under section 110.110: 1. certain language !i:ust be included in the Con~ractor' s Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; Co. the Contractor ~s required to submit ::0 the City certificates of coverage for its employees and for all subcontractors and others providing services on the proj ect . The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Proj ect ; and 3. the Contractor is required to post the requi~ed notice at the job site. By sis~ing th1~ Cont~act, the Contractor certifies that .~ will timely comp1i' ..-lith these Notice to Contractors liB" requirements. NOTtCE ro cotnMCTOJtS - 8 (Revi.ea 1/13/9" Pal1e 1 of 7 8/1/98 rage J "Ii 0 Title 28. L"{StRA:,rCE Pan fI. TEXAS ""ORKERSt COMPENSATION COMMISSION Chnprer 110. REQUlRED NOTICES OF COVERAGE Subchaprer B. EMPLOYER NOTICES ~ 110.110 Reponing Requirements for Building or Construction Projects for Governmental Entities (a) The following words and tenns, when used in this ruie, shall have the following meanings, unless the coutext dearly indicates otherwise. Terms not defined in this rule shall have me meaning defuted in the Texas Labor Code, if so defined. ~ (1) Certiii~te or covef2.ge (cenificate)-A copy of a certificate or insurance, a cenificate or authoriry to self-insure issued by the commission, or a workers' compensation coverage agreement (IWCC-81, TWCC-82, nVCC-83, or TWCC-S4), showing statutory workers' compensation insurance coverage for the person's or entity's e:nployees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction-Has the meaning defined in the Texas Labor Code, S 406.096{e)(l). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage-Workers' compensation insurance meeting LfJ.estatutory requirements of the Texas Labor Code, S 401.011(44). (5) Coverage agreement-A written ~greement on forrn.nVCC-Sl, fonn lWCC-82, form 1WCC-83, or form TWCC-84, tiled with the Texas Workers' Compensation Commission which establishes a relationship between the parties for pUrposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406,. Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing serVices on the project. (6) Duration of the project-Includes the time from the beginning of work on the project until the work on the project h:o.s bee:! complered 2..~d accepted by the governmental entity. (7) Persons Foviding services on the project ("subcontracror" i.~ 9 406.096 of the Act)- With the exception of persons exduded under subsections (11) and (i) of this sectio~ includes all persons o~ entities penonning all or pan oftbe services tbe contractor has undertaken to perfonn on the proJect, regardless oiwhether that person contracted directly with the contractor and regardless ofwnether that person has employees. This .includes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owneraoperntors, employees of any such entity, or employees of any entity furnishing persons to perfo~ services on the project. "Services" includes but is not limited http://wwwsos.state.tx.usltacl2SIII/1101B1IIO.11O.html ~OTICE TO CONTRACTORS - 3 Revhec1 1/13/961 l'aqe 2 of 7 8/7/98 ,.,. "" .. ~ ~.-... . ~...... l .. Page 2 cfS :0 pr:\~c:::g, :::!.:iling, or delivering equipment or ::-:~:eriaIs. or ;=ro\iding ~abor, transpO~~!ion. Or othe:- service rei~~::c to a projecr. "Services" does DO[ i:1ch.:de activities ur-....elated to the proje~ s:.Jch as food/bever::!.ge vendors. office sUpply deliveries, a.r:::: delivery of~ortabIe toilets. (8) Prcjec:-L1cludes the pro',ision ofalI services rebred to a building or construction CO::tract fora govemmem~ entity. (b) PrO\,idiq; or causing to be provided a certifica~e of coverage pursuant to this rule is a representation by the insured dIat aU employees oime insured who are providing s~rvices on the project a:-e CC"lered by workers' compensation coverage, that the coverage is based on proper reponing of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the cOmmissionrs Division of Se1f-Insura:Jce Regulation Providing false or misle2.ding cerriiicates of coverage, or failing to provide or ~aintain required coverage, or failing to report any change that materially affectS the provision of coverage may S'Joject the contractor or other person providing services on the project to administrati....e penalties, criminal penalties, civil pe:1a1ties. or other civil actions. ( c) A goveli'..::=entaJ entity t1:at enters into a buildi."lg or constru~.:on contraqt on a projec;t shall: (J) include in the bid specwcations, all the provisions of paragraph (7) of this subsection, using the language reauired by paragraph (7) of this subsection: (2) as pan oft..'le contract, using the language required by paragraph (7) oftbis subsection,. require the COntractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project. prior to that person beginning work on the project; (4) obtain frem the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the cur:ent coverage period, if Lie contrac::or's current cenificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; . (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide 2. copy of the cer-Jiicates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the la."'lguage contained in the following Figure 1 for bid specifications and conrraas. wi~out any additional words or changes, except those required to accommodate the specific document m which the)' are contained or to impose stricter standards of documentation: TZ8S1 10.1 I O(c) (7) tbl http://WWvr_sos.state.tx.usltac/~8/I11II0/81110.11 O.hurJ HOTICC TO CONTRACTORS - 9 Revi.sed 1/13/961 Pal1e J ot 7 sn/98 :3 TAC 110.ll0 Page 3 of6 :) A contractor shalL ~ 1) provide coverage for its employees providing services on a project, fc: the duration of the project ;;.!Sed on proper reponing of c1a.ssi5c::.::on codes and payroU amOUnts and f,!!::g or any Coverage agreements; '.1) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginnbg work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverzge, if the coverage period shown on the contractor's current ~enificate of coverage ends during the duration of the project; . (4) obtain from each person providing services on a project, and provide to the goverrunental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental emity will have on file cenificates of coverage showing coverage for all pe:-sons providing services on t.:':e project; and (B) no later than seven days after receipt by the COIltractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during. the duration of the project; (5) retain an required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify th~ governmental entity in writing by ceni:fied mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on tho project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how 4 person may veritY CUIrent coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules.. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both Engfish and Spanish and any other language common to the worker population. The text for the notices shaH be the foUowing text provided by the commission on the sample notice. without any additional words or changes: REQUIRED WORKERs' COMPENSATION COVERA.GE "The law requires that each person working on this .site or providing services related to this construction project must be covered by workers' compensation insurance. T:-Js'includes persons providing, hauling, or delivering equipment or materials, or providing labor or transPortation or other ~ervice related to the project, regardless of the identity of their employer or StatuS as an employee." "Call the Texas Workers' Compensation Conunission at 512-440-3789 to receive information on the legal requirement for coverage, to verifY whether your employer has provided the required coverage, or to repoC1 an employe~s failure to provide coverage. " hnp:lI~.so$.st~[e.bc.usltacl2811111101B/IIO.IIO.htm1 NOTICE :'0 CON1'AACTORS - 8 ReV1aed 1/13/98t h.q~4._ld_.l sn/98 281AC li0,110 Page 4 or 6 (8) ccm:aca;ally require e:ich person with whor::. :t contra~s :::: ;::-o\ide services 0:: 3. ~roject to: (A) provide coverage based on proper reporti:lg ofclassificauon codes and payroH amounts and 1ifing afany coverage agreements for all of its empicyees providing ser.ices on the project, for the duration of the project: (B) prO\.ide a certificate or" coverage to the com..-actof prior to that person beginni...,g '.>,-ork on the proje~: (C) induce in aU comraC1S to pro\ide services er. the project tl1e language in subsection (e)(3) of this section; (D) provide the contractor, prior to the end. of the coverage period, a new certi1ica~e of coverage sbowin~ extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration or the project; (E) obtain from each other person with whom h contracts, and provide to the con:ractor: (i) a ceniiicate of coverage, prior to the other person beginning work on the project; :L1d (u) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required cer-Jficates of coverage on file for the duration of the project a."1d for one year theceafter; (G) notify the governmental entity in writing by certified mail or personal delivery, v.ithin ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing seIVices on the project; and (II) contraCtually require e:!.ch other person with whom it conaac-..s, to penorm as reqUired by subparagraphs (A)-(H) of this paragraph, .with the certificate of coverage to be provided to the person for whom they are providing sei-vices. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for itS employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing or any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project. prior to beginning work on the proje~ (j) Lave the following language in its contract to provide services on the project; ugy spg this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this T ll.:-: "ho will provide services on the project will be covered by workers' compensation coverage http;//~"WW.sos.stateAtx.usLtad2SflIlllQfflIll 0 ,-11 (Ult~ NOTtCE TO COIttMCTOAS - B lI.e"hed 1/13191) Paq<< S oL-7 sn/98 ...0 ~^'- L .V.IIV ~age ) or 0 for tte duration of tbe project, that the coverage will be based on proper reporting of classitication codes and payroU ar::ounts, and that all coverage agreemems mil be filed with the appropriate insun::ce carrier or, :n the case of a self-insured, with the commission's Division of Self-Insurance Reguiation. Providing false or misleading i.":formation may subject the contractor to adminlstrative penaities. criminal pe:lalties. civil penalties, or other civil actions. If (4) provide the person [or whom it is providing services on the project, prior to the end of ihc coverage period shown on its current cenificate of coverage, a new certificate showing extension of coverage, if the coverage period shown an the certificate of coverage ends during the duration of me ~~; . (5) obtain from each person providing services on a project under contract to i4 and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new ceniiicate of coverage showing extension of the coverage period, iftbe coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known, of the change; and (8) coattactuaUy require each other person with whom it CODttacts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agr~ents for aU of its e.:nployees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beeinnine work on the project; (C) inc~de in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) pro~de, prior to the end of the coverage period, a new certificate of coverage showing extension ofthc coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a ce~cate of coverage, prior to the other person beginning work on the project; and (u) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the http://www.sos.state.tx.usltacl281II11101B1lIO.llO.html KO'1'IC!: 1'0 ~RS - B ltenaed 1/13/'" - ---rave 15 of 1. sn/98 ------------ .:s LAl. llV.11V Page 60f6 duration of :he contract: (F) retain ail required certii:ca~es of coverage on tile for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personai delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person proviciing services on the project: and (Ii) contractUally require ~ch person with whom it contracts, to perform as required by this . subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid. the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or COnstruction contractS advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction cont.racr:s entered beo on or after September I, 1994, whicb are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Depanment ofTransponation and who provide accidental iIlSUrulce coverage pursuant to Texas Civil Statutes. Article 667Sc, 9 4(j). (i) The coverage requirement u1'this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act. ~ 406.091(c), and who are explicitly excluded from <:overage in accordance with the Act, ~ 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, ~ 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to s~-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this ~ 110.110 adopted to be effective September 1. 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexR.cg 8609. Return to Section Index .~~ http://WWW.s9s.state.tx.usltacl281ll11 tOIB/I10.I10.htmJ NorICE TO CONTRACTORS - B ReYbed 1/13''', 'ave 1 of 7 sn/98 PART A SPECIAL PROVISIONS SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting Sea led proposals wLll be r:eceived 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, August 31, 2005. Proposals mailed should be addressed in the following manner: ity of Corpus Christl City Secretary's Office 1201 Leopard Screet "orpus Christi Texas 78401 "-TTN: BID PROPOSAL- CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 A pre-bid meeting wi;l be held on Tuesday, August 23, 2005, beginning at 10:00 a.m. The pn:-bid meeting will convene at the Corpus Christi International Airport Aviation Department Conference Room, 1000 International Drive, Corpus Christi, Tx, and will include a site visit to discuss the project No a~Lti(.>nal_or_ separate~isit:atio_~wil!_be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 consists of construction of approximately 1960 LF of new urban collector street; reconstruction of approximately 1426 LF of rural roadway; new 10" and 8" PVC sanitary sewer lines and fiberglass manholes; new 12" and 8" PVC waterlines and appurtenances; new 30", 24" and 18" re inforced concrete storm sewer pipes, inlets and junction boxes; drainage ditch impro'7ements; and street lighting improvements (by others); together with all appurtenances as shown on the plans and called for in the specifications and contract documen. s. A-4 Method of Award The bid,: will be eva I.lated based on the following order of priority, subject to the availability of fundr rotal Base Rid OR 2 '-otal Base Bid plus Additive Alternate No. 1. The City reserves the right to reject any aT all bids, to waive irregularities and to accept the bid which, Ln the City'S opinion, is most advantageous to the City and in the best Lnterest of the public A-5 Items to be Submitted with Proposal The oi lowinq Items ar~ reguired to be submlt.ted with the proposal: % _B~c9: ,Bc::!lcl (i'-lust reference CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 a, identJ f i f,eJ in the Proposal.) II Cash i c1" sCheck, certi fled check, money order 01' bank draft from any State ,t National Bank will also be acceptahle I " Lsclo,;ure (if 'ntelests ~tatement :::;eclion 1\. SP ,Pevised 9/18/00) "age 1 of ;! C A-6 Time of Completion/Liquidated Damages The working time for completion of the Project Cant ractor shall commence work wi thin ten (I 0) written notice to proceed from the Director of ("city Engineer") will be 150 calendar days. The calendar days after receipt of Engineering Services or designee For c,ach calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a pellalty 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 "u;dated damages dup the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project: is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project PUl thermore, for eac,~ calendar day including and after the effective date of 'errnination cr cancellation of the Contractor's workers I compensation insurance ::overage for its emp Loyees working on the Project until the date replacement workers compensation insurance coverage, meeting the requirements of this Contract, LS in effect for thos," Contractor employees, liquidated damages will be assessed 19ainst and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such Liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit ,;ubcontractors Dr others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the .equired documentation of such coverage has been provided to the Contractor and the it '( Enq i neer A-a Faxed Proposals Proposals faxed direct:y 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. Si nee 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-IO Wage Rates (Revi~ed 7/5/00) L..abor preference and wage rates for Construction Type(s): Heavy Highway and Heavy. In rase of conflict Cuntractor shall use higher wage rate. Section A - SP (Revised 9/18/00) Page /. of 20 Min:i,mum Preva:i,ling Wage Scales The Corpus Christi ci._y Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcont ractor must not pay .less t,han the specified wage rates to all laborers, workmen and mechanils 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, f)r 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 ::-.l assif lcations of ell laborers workmen, and mechanics employed by them in ~onnpct un wi th r~hp F oj e'-' 1no ;;howing the actual wages paid to each worker. The Contractor wi 11 make bi-weekly cert ified 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 submittc'cl to the city Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Pdrticipation Policy for additional requirements concerning the proper furm and conteiit of the payroll submittals.) One and one-half worked in excess holiday', (See HOll n; ) 1. 2) times the specified hourly wage must be paid for all hours of 41: hours .i n anyone '/leek and for all hours worked on Sundays or S"ct on B-1 1, Definition of Terms, and Section B-7-6, Working A-ll Cooperation with Public Agencies (Revised 7/5/00) The Contractor shaLl cooperate with all public and private agencies with facilities operating within the imits of the Project. The Contractor shall provide a forty- eight ('18) hour notiCE' to any applicable agency when work is anticipated to proceed in the ~icinity of any faciJ ty by using the Texas One-Call System 1-800-245-4545, the Lone Stal Notifi'ltion ('ompany at 1-800-669-8344, and the Southwestern Bell Locate:roup at 1 EJOO 828-5127 For the Contractor's convenience, the following telephotle numbers dre listed City Engineer Ptoject Engineer A,E Project Bng neel Dennis L. MaverIck Engl neerl n'-J, Tnc Street Services Department Traffic EngineeJ Police Department Water Department Wastewater SerVIces Department Gas Department Storm Water Department Parks & Recreation Department Se, I id Waste Ser. ; ces American Electric Power Co. Southwestern Be.! 1 Telephone Co. Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optl K1~C (Fiber Optic CllO lceCom (Fi ber Opt i c) CAPROCK (Fiber Cpticl Brooks Fiber opt c (MAN) A-12 Maintenance of Services 880 3500 880-3500 Miller, P.E. 289-1385 fax: 289-0712 857-1940 880 3540 882-1911 857-1880 857-1818 885-6900 857-1881 880-3461 857-1970 299-4833 (693-9444 after hours) 881-2511 (1-800-824-4424 after hours) 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) 972/7:,3 -4355 (880-3140 (880-3140 (885-6900 (880-3140 after after after after hours) hours) hours) hours) The ContractoJ shall take all precautions in protecting existing utilities, both above and below ground The CJrawings show as much information as can be reasonably obtained from existing as.built drawings, base maps, utility records, etc. and from dS much field ',.,ork as normally deemed necessary for the construction of this type of pro ject ."ith regard L) the 1 oeat i en and nature of underground utilities, etc. Sf'l_Lion A (Revised 9/1B/00) Fage i of 20 S ~) . , However, the accuracy and completeness of such infor.mation is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense, In the event of damage to underground utilities, whether shown or not shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the uti1i.ti>"s. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface, and Contractor must pay for all fines and remediation that may result if sewage or other 1 iquj d contact s the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contracto.c_ A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All-weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during ~et weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor adverse impact: is not 1. imited amps, ('tc. will be required to schedule his operations so as to cause minimum on the a.ccessibility of adjoining properties. This may include, but to, w,:,rk ing driveways in hal f widths, construction of temporary rhe Contractor shall lomply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are dvailable through the City'S Traffic Engineering Department. The Contractor shall :"ecure the necessary perm.it from the City'S Traffic Engineering Department. 1\11 costs foy traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-l4 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Street s and curb lines must be cleaned at the end of the work day or more frequent iy, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed .into the storm sewers is allowed t o'ema3 n on the Proje,:t site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be f .illed with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The irt must be free of debris, caliche, asphalt, concrete and any other material that Sert ion A -. Sf.' (Revised 9/18/00) Page 4 of 20 detracts from its appearance or hampers the growth of grass. A 11 ex sting concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All Df'-~es8ary removals including but not limited to pipe, driveways, sidewalks, etc , are to be considered subsidiary to the bid item for "Street Excavation"; therefor-e, no direct payment will be made to the Contractor. A-16 Disposal/Salvage of Materials Excess excavated ma::.erial, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the 8i te by the Contractor- The cost of all hauling is considered subsidiary; therefore, no direct payment wiJ.] be made to the Contractor. A-I? Field Office The Contractor must furnish the City Engineer or his representative with a field office at the c::mstruction site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 3D" 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-h'Jur per day answering service) and FAX machine paid for by the Contrac'tor There is no separate pay item for the field office. A-IS Schedule and Sequence of Construction The CC'flLractor shall submit to the City Engineer a work plan based only on calendar daY'3. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plm must ind i car e the ,;chedule of the following work items: initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-ConsLructTi1 Meeting an initial Construction Progress Schedule for review. " L Ltems to Include: identI fyingWorT 0 fdentify the f,rst Show complete sequence of construction by activity, separate stages and other logically grouped activities. workday of each week "3 ";ubmi t ta I Date Lndicate submittal iates required for all submittals. 4 Re-Submis31cm: Revise and resubmit as required by the City Engineer. 5 Periodic_update Submit Updated Construction Progress Schedule to show actual progress )f ea, h st agf' bv percentage against initial Schedule. A-19 Construction Project Layout and Control The drawings may dep~ct but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major'ontrols and one (1) or two (2) benchmarks, required for project layout, will be pro !.ded by ':.h,~ C ty or Consul t ant Project Engineer. The Ccntractol shal control of the ~ork. furni;t all lines, l:lopes dnd measurements necessary for If, dUt lng construct lon, it LS necessary to disturb or destroy a control point or benchmark, the Contractor shall provide the City or Consultant Project Engineer 48 h,_'uJ S :lotice so that al t ornate control points can be established by the city or Conuul"ant Projec~ E'ginecr as necessary, at no cost to the Contractor. Control SE'ctiOIl A SP 'Revised 9/18/00) Page 5 of :>0 points or benchmarks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultan Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also. the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey CR.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 permdts. 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. Wastewater: · All rim/invert elevations at manholes; · All intersecting lines in manholes; · Casing elevations (top of pipe and flow line) . Water: · All top of valve boxes; · Valve vault rims. Stormwater: · All rim/invert elevations at manholes; · All intersecting lines in manholes. A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Cont ractor must furnish and install two (2) Project signs as indicated in Attachment I. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determinpd in the field by the City Engineer. Section A - SP (ReVlsed 9/18/00) Page 6 of 20 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 tile performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action P,:,licy Statement of the Ci ty 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 Enterp,ise. 2. Definitions a Prime Contractor: as~ociatic;nor joint City contract Any person, firm, partnership, corporation, venture as herein provided which has been awarded a b Subcontractor: Any named person, firm, partnership, corporation, association, -or joint venture as herein identified as providing work, labor, ser'vices, supplies, equipment, materials or any combination of the foregcing under contract with a prime contractor on a City contract. c t>!inor~y"Business .!?_nterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. f.lfinority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set ~orth: Uwnt'd a) For a sole proprietorship to be deemed a minority business etlt erprise, it must be owned by a minority person. b) For an enterprise doing business as a partnership, at least 51 0% of the assets or interest in the partnership property must be mvned by one or more mi 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 more minority person(s) . 2 Controlled The primary power, direct or indirect, to manage a business enterprise rests with a m~irlority person(s). Shale in PaL~e~~s r~LnGrity partners, proprietor or stockholders, of the enterprise, dS the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commlssions, consulting fees, rents, procurement, and subcontract payn~"nts, and any other monetary distribution paid by the business en t ( rp r i s e . d M:inority: See definition under Minority Business Enterprise. e F'emal~u OWLed Bu~it1~s~ EnterpEise A so I e proprietorship that is owned and contrclled by a woman, a partnership at least 51.0% of whose assets OJ pallne. ship nterests are "wned by one or more women, or a 3~ction i\ SP (Revised 9/18/00) i-lage 7 ot 2C corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f Joint Venture, A joint venture means an association of two or more person~partnershipsl corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the jOlnt 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 itseif and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a The goals Enterprises work force follows: for participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate on all construction work for the Contract award are as Minority Participation (Percent) 45 % Minority Business Enterprise Participation (Percent) 15 % b These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer "f minority employees from Contractor to Contractor or from proj ect L, proj ect for the sole purpose of meeting the Contractor 's percentage is prohibited. 4 COmPliance a Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor wj.ll 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 1n a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) (NOT USED) 'Ffie. Contractor shall .:lSlJure tohe--appropriate building inopcctions by the Building :::nopcction DivioieR--a-t- the various interval::; of 'olor!. for '..'hieh a pcrmit ia required afld---to---aooure -tr-Bfta+ inopcction after the building ilJ completed and ready for occupancy. Contractormuot obta.i-frtche Certificatc of Occupancy, ,.hen applicable. Cection B~-ef--Efle--8eHeFal I'rovioiono io hereby amended --ifl--that the Contractor ffiH-S-t---pay a-I-I-fees----afld- charges levied by thc -t#y-'s Building Inopection Dcp.:lrtment, ,tfld ..-a+l:- other -E-itoy--kes-,--..i-n€--lud-Hlg '.iatcr/'.:aotc'h'nter meter feeo and tap fcco aD -Fe€j~ by Ci ty- :':;ect ion A SP (Revised 9/18/00) Page 8 of 20 A-24 Surety Bonds Paragraph two (2) of ';ection B-3 4 of the General Provisions is changed to read as follows. ""Jo 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 Ci t f. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount j n excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactocy to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety C:impany's capiLlI and surplus with reinsurer (s) authorized to do business in t :.le State of Texas The amount of the bond reinsured by any reinsurer may not e"ceed ten percent 110%) cf the reinsurer's capital and surplus. For purposes of this section the amount of allowed capital and surplus will be verified t [lJough the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent. who i,; 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 t 1-,,,, Uni ted States Secretary of the Treasury or must obtain reinsurance for any lldbility in excess of $100,000 from a reinsurer that is certified by the Unl ted States Secretary of the Treasury and that meets all the above requirements The insurer or reinsurer must be listed in the Federal Register a holdinq cprt ficates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) ~ B 6 22, ~Bxemption ProvioiGH,- is--eeletoefr. in ito entirety and the re1~~tituted- in licu-~'!:eoh C-enE-Td€ls-4HF- -+fIlpFo",'ementOE-B--Fea-l- property a'.Jarded by the City of Corpuo Chrioti do Het---€f\:lttt l-f-]r-feF----e*eflII7t4-e-Rs- of 8al co, BJCcioe ,afl4-- Uoe T::mea unleoo the Contractor electo to operate under a oeparated-~aa defined by Cection 3.291 of Chapter .h- Tax !\dminiot~n ~~e---3-4-;--Public Finance of the Texaa !',dminiotrative Code, Of'-&\1eH ~:r- ~ules-(}r regulat4eFts--aS-fftay be----pr~ted by the Comptroller of ~+e- .A. C€€>-\ffr~s-&f-4!e,'( a-s-c- I-f--Hte-8:)fl-t-raeter-elef'{;.s -tc~e--HTl4e-r. a--Jeparated contract, he ohaH: to Ob-l'-a-Ht- t-fle .fleeess-ary ---5id-es---t'-a.JE--pe-Flftit s -kom---tfle---S tat e Comp t ro 11 e r . h--M~:E-y--iI...-tflenppropriate apace on the "Ct::ltement of t1aterialD ::lnd Other Ch~S'L in the propooal f.&R!t-the coot --eF- ffla-E.e.F.ialD phyoically incorpor.:lted into thc-P~ +~ PH-w-ide -Fes-a-Je-c€-rt-i-ficateo to ouppli~ +-=-[>( ovide the ci tyw4ctft-4.:'op4-es- of materi.:ll invoiceD to oubDt::mti::lte the ~ '\,,-act-He- B4'-- ma-t-e ri a I-s _ 1-:E--40fle--('cmtrnct-er--dBes flet e-leet -t-o -epeFa-tce--Hnder a oeparated contract, he muot pay fur--a+l-~,-~+~, -and-use--~s applicaiHe- to thiD Project. SubcontrJctOr3 ~-eHgiblc -ffi.t:- f'raJ.e.s- t;})[ C'xcmptiono if the oubcontr;1Ctor ;1100 complies ---w-:itfr --+he obove--requiremento. The Contr;1ctor munt inDue a reGalc ccrtific.:lte to---Hte -ffitbcontr::lctor and the --subcontroctor ,----i-&- turn, iooueo ::l. reGale ee-rBB'-'AE-e--tD -R-i-s - -5-tlpj'7:l-ieF . ;e"ticn A .- SP (Revised 9/18/00) P,'H1P 9 ct 2 c- A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section 8-6-11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice Clf cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contracts Administrator 2. Address: P.O. Box 9277 ---- Corpus Christi, Texas 78469-9277 3 . Number ~~~ 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 I s compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. FOI each insurance coverage provided in accordance with Section B-6-11 of the General Provisions, 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 liabil ity insurance coverage obtained in accordance with Section B- 6-11 (a) of the General Provisions, the Contractor shall obtain an endorsement to this coverage stating "Contractor agrees to indemnify, save harmless and defend the City, its agents, servants and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any pe~son, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder." A-27 Responsibility for Damage Claims (NOT USED) P::lr::lgr::lph--+a-}- Cenera.l -hiability.--&f- Section B 6 11 of -Efle-Cenernl l'rovisioTIo io ame~ l=o--4-Heffide-~ ~r::lctor muot provide Inot::ll1ation flo::ltcr inour::lnce cover::lge for the term of thc Contr::lct up touaflt"l- i-fteluding the d.:lte the City fin;:Jlly aecepto the I'rojcct or '.lork. :H=ts-Ea-l-:lat-ion flo"tcr COVCY"9C muot Be-an- ".'\11 Rinkll form. Contr::lotor muot p.:\y nIl cC'Boto neCeOD::lry to proettFe-&\:t€fl.inot.:llLltion flo;1ter inour.:lnce ooycrage, including aay-deductible.~-~-iFY muotbe n.:lfficd ::lddition.:ll inourcd on .:lny policico providing sttefl-+as l+ranee.-€B'\fe-~.'-;- ,;ect ion A- SP Revised 9/18/00) PClge 10 of 20 A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligati.ons under the proposed contract, then prior to award, the City Engineer may require d bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the pleceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date 01 the release of the lien. If any such lien has not been r~ ease,j the bddel shall state why the claim has not been paid; and L.. Whether there are any outstanding unpaid claims against bidder for services or materials suppl ied which relate to any of its projects begun within the preceding two (2i 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 bidde: may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request signed and dated by the bidder's owner, president or other authorized party specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foo-emen who are careful and competent and acceptable to the City Enginee1 The criteria upon which the City Engineer makes this determination may include the following: The superintendent must have at least five (5) years recent experience in the ddy-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submi tta I process, federal and state wage rate requirements, and contract close out procedures The superintendent shall be present, on the job site, at all times that work is being performed. ;; Foremen if uti,ized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Poremen cannot ;lct as superintendent without prior written approval from the C ty. Documentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, .nust be approved by the City Engineer in writing prior to such superinu,:ndent:n fan-man 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, ::he awa,d may be rescinded. Further, such written approval is also necessary prior to a 'hange in field administration staff during the term of this Contract If the Contractor fai Is to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff fur this Project during the term of the Contract, such a failure constitutes a ba:d~ t" annu the Contract pursuant to Section B-7-13 of the General Provisions. )~, tJ.on l'... SP 'Revised 9/18/00) ",,<ge 11 ot 20 A-30 Amended "Consideration of Contract" Requirements Under "General provisions and Requirements for Municipal Construction Contracts", Section 8-3-1 nConsideration of Contract", add the following text: "Wlthin five (5) working days following the public opening and reading of the proposals, the three l3} apparent lowest bidders (based on the Base Bid only or Base Bid plus Additive Alternate No.1, subject to the availability of funds) must submit co the City Engineer the following information: 1. A list of the major components of the work. 2. A ~ist of the products to be incorporated into the Project. 5. A schedule of values which specifies estimates of the cost for each major component of the work. 4. A schedule of anticipated monthly payments for the Project duration. s. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the warY. 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 pI lor 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:'ontract price. Failure of the Contractor to comply with this provision constJtutes a basis upon which to annul the Contract pursuant to Section R~7-13 (,f the General Provisions. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference. ~ Documentation required pursuant to Special provision A-28 concerning "Considerations for Contract Award and Execution" and Special Provision A-29 concerning "Contractor's Field Administration Staff". ~,~- gecuRlcntotloeR----a-5 required by Epeei.:1l Proyioion 1\ ~s K, if o.pplico.blc. 10 wi thin five (5) days fo l10wing bid opening, submit in letter form, information identifying type of entity and state (i.e., Texas or other state), Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contract" on behalf of said entity" Sect.ion ^ SP (Revised 9/18/00) Puge 12 ot 20 A-31 Amended "Policy on Extra Work and Change Orders" Under "Genera.i Provisions and Requirements for Municipal Construction Contracts", Section B-8-5 Upolicy 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 werk tor whi ch a change order has not been signed by the Director of EngineerIng Sen Lces 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 $::":.000 00 must 1150 be approved by the City Council." A-32 Amended "Execution of Contract" Requirements Under "General ProvisIons and Requirements for Municipal Construction Contracts", Section B-3-5 UExecution of Contract", add the following: "The award of the Contract may be rescinded at any time prior to the date the Clty 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 contrilct, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed C(,ntract s to thE' Contractor." A-33 Conditions of Work Each bidder Trust fami liar ize himself fully with the conditions relating to the (:ompletion of the Project Failure to do so will not excuse a bidder of his obligatlon 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 lssued during the bidding phase of the Project, second precedence will be given tu 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 wi 1 be qiven last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, lucn aE the Texas repartment of Transportation "Standard Specifications for C'onst t ur t ion )E Hiqhways, Streets and Bridges", ASTM specifications, etc., the precedence will be gien to addenda, Special Provisions and Supplemental Special provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and Genera] Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) ~ v+si tor /ContretctBr-{}ricntClt ion P-r-ciol' to -pel'{-er~ WO-Fk:--u-E---iHPy"----t-i-E-y- \<Cltcr fClcility, the Contractor, hia :~ubconHactoro, Clnd each of their employeeo muot have en their pcroon a valid card ~t-'icfying thciF--FH"i-erClttendance ate-- Cl Vioi-tcor/Contractor E;::lfety Orientation Progr::lffi conducted by 4:-h€-~Gi-Ey-----Wat-eF--DepaTtmefltc- .PeFSellne:h--A-- Vi 0 i tor,l Contro.ctor So.fety OFiento.t ion Program ',,111 be -of.fered by Cluthorized City Woter Dep;:trtment perGonnel feT----t=OOs€-i'9roono ',.ho .00-- ~h;:tve ouch Cl e.:lrd, Clnd \:ho deoire to perform ony ',:or), ~n-dny City ',/etter. fa€-t++{y~Fef'Clddi t Lona-1--+fl'formatiBfi- refer to l',tt.:lchmcnt 1. &,- -Gpei<-at--itm cl Gi-t l' O\;ned BqB-i~ 'Ffle-t-Bfl{ FaehH- shal-l---Het;--5Eart i opera-Eei eF---&tBp--;:tny pump, motor, ','ul ye, equipment, :lwi-t-€-l+-;- breClkcri-eont-Fe-l,---Br----afty-e-f~i_Eem_FclClted to City ....;:tter f;:tcility .:It ;:tny '.'-4flle-7- TU I ouch -i-toeffis---ffiuot be opcrCltcd by etn--epeFator or other etuthorized R'KlintcnClncc empl-e~ e-f-- the--tH-y---Watergepd!tmeH-to~ ::~'~ct_ion A SP ,R.vised 9/18/00) rage 13 of 2 8-.--- ~ -fLHrt-eeE i-Bfr 0 f W;:) t e r Qual i t Y The City RlU13t deli'.Ter. ',mter of drinking quality to ita cuotomorc at ;}ll timec. The Contr;}ctor oh;}ll ~tcct the quulity of the ....ater in the job cite and Dh;}ll eeo~TE-e-ito ',JOr]( \.~ the City W;}ter DepaFtRlent to protect the quality of the wat~~ 9,-. -- Conform~~-.'mCl/:U8F Ct;}ndard -6-1- ~. matcrialo and equipment uoed in the rep;}ir, re;}ooembly, tranoportation, ~~~lation, and inapection of pumpo, or any other itemo, .{hich could come into ~ '.:ith potable ',later, muot conform to American Nation;}l Ct;}ndard13 Inotitute/National ~fl~Bn Foundation (.~Cr/NSF) Ctandurd 61 aD deocribed in the S1=-a~-~ific;:}tion:J. &ieh---fftat'eri;}lo incluEie--all oolvento, cleanera, lubricanta, g::lDJreta, compoundo, co;}tingo, or hydruulic equipment. Theoe itema muot not be uoed Efley-conform '.dth .~cI/NSF Ct;}nd.:::trd 61 .:md unleoo ouch items arc inopected s4t-e-ay. authoriBed ~y--..peroonnel immediately prior to UDe. thre;}d unleoo on the The Contcractor Dhall provide the Engineer '.dth copiea of ,:ritteR proof of l\N8rjNEJF St;:}ndard 61 ;}pproyal for ;:}ll ~terialo ....hich could come into contact ',dth potable '.Jater. 1;-,- .~.. Hnndling and Dicpooa.l--&f--'F-Fash A-lclc.. traoh ~efieF.:J.ted by. the Contractor or hiD employeeo, agenta, or DubeontractorD, Ht\ffrE- ~eontained ~ll timeD at -Efle--water facility oite. DlmJing tr.:lDh '.:ill not Be-~lo'...ed. The Contr.:lCtOF~ll ](eep '.lork areaD clean at .::Ill timeD und remove all ':r':lOh. d.::li 1)'. CONTR.'\CTGR--L&-BN-8ITE PREP1'.R.".TION f"-,--- Contractor I G pe-r:Jonncl mUDt \;eur colored uniform o'.TeraIID other than orange, ~-&F--wft~--Ba€l1- eRlployee uniform ffiUOt provide -company name and individual ~loyee identification. G-,----Contractor GhaH-provide telephone:J forContractorperDonnel, Plant telephoneD are- 'flOt.- -ava-ilable for Contractor u:Je. J+.c---Wor]dng hour:J wi il be 7.00 I1.. H. to 5.00 P. M., Monday thru Friday. t ,- ~Bmtractor ~not UDe any City facil..i-toy-reDtrooffio. Contractor muDt provide E)'om oani tar'.! facilitic:J. . J-o----,l)d..}. Contractor -vehicleD RlU:Jt be parked at designated Dite, .::10 deoignuted by City \"'ate~~- otaff. -AH--Contractor vehicle:J mUDt be clearly lubeled '.lith eomp;:my ~---Ne-priyatc employee vehicle:J are ;:}llmJCd at O. N. StevenD Water Treatment -N~ Al-l-perDonnel muot be in cORlpany vchiclec. During ~..orldng hourD, eefl~or employees--muot not leave the deDignated cOD:Jtruction .::Irea nor ',:ander EfHo~ aTt]'-- buildingo . other than for required '.;ork or aD directed by City Water ~rtment personnel-Eluring emergency evacuation. K-.--.-{;efrEFa-etcE>}'---QH~ ficationD----CC.'\Dl'. +sYPBTIVICORY CONTROL hND D.".T.". 1\CQUI8ITION) Affy-wefk to the computer-baoed monitoring and control oYDtem muot be performed only ey-. qualified---ffchnical and super.riDory per:Jonnel, ':10 deterffiined by Rleeting the qU.::llification::; 1 thru-9--- belo'.... ThiD werk- includeD, but io not liffiited---t-&, ffiodification:J, addi tiono ;-efiangeo, :JelectionD, furniDhing, inotalling , connecting, prograffimi~ etP.3t~i~ debugging, c.:llibr.:lting I Bl?--fl"lacing in operation all !~d~ '~:Joft'.:QFe--S~H-ea--Br--H'qui red by theDe :Jpecifieation:J. Tfie-€efltraetor Or-fHS-f;~Ta€~ proposing -~F.f.e.rm-the CCl\Dl\ ....orlc must be able tE>-dem€m~ate-~he folIO'.:ing-:- Sf::ction A SP (ReVlsed 9/18/00) Page 14 of 20 1:.----He- io regul;lrly - cng;lged in the computer b;loed monitoring and control oyotem buoineDo, preferably aD :lpplied to the municipal water ;lnd 'h'aste'."ater induotry. ~--He-ha&-performed-work on oyotemG of compar;lble Gize, type, and complexity aG required in thiD Contract on at leaot three prior projecto. 3-o-.--He- h;lo been ;lctively eng;lged in the type of ,wrk opecified herein for at leaot ">-yea-F& 4-,. Be- ~-ttRegiGtered ProfeDoional Engineer, ;l Control CYGtemG Engineer, or +&~flea.l:--~incer EB-- oupervioe or perfo:nl1 the ...'ork required by theoe ~~~o- ..,... He- emploYD .~Gonnel eft- thio Project '.:ho h;lve oueceoofully completed ;l .~H~~lcturer'o train~ng couroe in configuring and implementing the opecific computers, rrTUC I 13, and Goft',:are proposed forl::he Contr;1ct. 6-;-- - Hema:inN-Ht& -a-permnnent, fully Gt;lffed and equipped oervice facility '.:ithin 100 mileD of~ Project ~-~ maint:lin, rep;lir, calibrate, ;1nd progrum the oyotemaopecifiefr-hercin. 'f....----He--ohall furnioh-equipment '..'hich io the product of one manuf;1cturer to the maximum practical extent. Where thio in not pr;1ctic;11, all equipment of a given type '.:ill be-the product of one mo.nufo.ctu~~ -a.-.---...f'F-i-er--peFroFm;lnce a-E-~ N. Cteveno Water Tre;1tment Pl:lnt '.:ill be uDed in eva-lBo.ting '.:hich Contr::lctor or oubcontr;1ctor progr;1mo the BC".1 ',;ark for thio Project. 9-.---- The COIH;r;1ctor Dhall produce all filled out progr;lmFAing blocko required to sftew--~ progr::lmmi~ -as---needed ::lnd required, to add theoe t'..'O ayotemo to the efl*i-ng~--&CABA--5yatem. Att:lched io an e)wmple of the required progr::lmFAing Me€*o ',:hich thc -G-:H:;.y- requircD t-e-be filled in o.nd given-t-o the City EngiBeer '.:ith ~ changea made duriIK'f-EB~r:lmming phase. The attached oheet iD an eJtample o.nd i-&-flBt-lntended-EB- -sfiow-all of-t-fle.- required oheetD _ The -Contr;lctor ,,:ill provide 0.11 ~~~d-, ~..--'FFcnching nequiJ emenffi '\11 trenching fOI-----toiH:-s project ::It-~he O. N. .stevcna \~ater Treatment Plant Dhall be performed uoing ;l -l7aekflee--er hund digging due-~he number of exiDting underground obotructic-ens-_--Ne- ~renc~machineD -ohull be ::111m/cd on the project. A-36 Other Submittals (Revised 9/18/00) Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a Quantity: Contractor shall submit number of copies required by the City to the-Cit"y Engineer or his designated representative. b R~roc:ludbles : also submit one In addition to the required copies, the Contractor shall ,1) reproducible transparency for all shop drawings_ c Submltt.al Transmittal Forms: Contractor shall use the Submittal Trans-mi ttal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submlttal number with an alphabetic suffix. Contractor must identify the Contrdctor, the Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d Con_tractol ~_ St.a.rn.p: Contractor must apply Contractor I s stamp, appropriately signed or initialed, which certifies that review, verificat on of Products required, field dimensions, adjacent construct ,)n work, and coordination of information, is all in accordance wlth the requirements of the Project and Contract documents. e ~(:..hedul iWl: Contractor must schedule the submittals to expedite the Project, and deliver to the city Engineer for approval, and coordinate the submission of related items. ,~-~ E>c' t i on A .c-~P J<pvised 9!18/(0) Page 15 ()f ::>D f Markin9: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. 9 Variations: Contractor must identify any proposed variations from the Contract. clocuments and any Product or system limi ta tions which may be detrimental to successful performance of the completed work. h ~~~e Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i Resubmittals: Contractor must revise and resubmit submittals as reqUired-by City Engineer and clearly identify all changes made since previous submittal. j Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, through Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report: When specified In the Standard or Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General ProviSIons and Requirements for Municipal Construction Contracts", Section B-6-15 "Arrangement and Charge for Water Furnished by the City", add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing 'Ilater conservation measures established for changing conditions The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan all the Project ~;i.te throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in the Special Provisions. A-39 Certificate of Occupancy and Final Acceptance (NOT USED) ~-:i-s&uancc of.;) ccrtifiC.:1te---ef-B€€i:t17(H!€r-fOr impro'lcfficnte dace not conctitutc ~of thc~ovemen~a under Ccncr~l provioion B 8 9. A-40 Amendment to Section B-8-6: "Partial Estimates" "General Provisions and Requirements for Municipal Construction Contracts" Section 8-8 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 suppl ier has been paid for the materials del ivered to the Projec.t ,,,orksite Section]\, - S1' (Revised 9/18/00) P"lge 16 of 20 A-4~ 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 counted as a workday and the Contractor will be compensated at the unit price indicated in the proposal A-42 OSHA Rules & Regulations [t LS the responsibility of the Contractor(s) to adhere to all applicable OSHA rules md regulations vlhile performing any and all City-related projects and or jobs. A-43 Amended "Indemnification and Hold Harmless" (9/98) Under "General Provislons and Requirements for Municipal Construction Contracts", Section B-6-21 "Indemnification and Hold Ha~ess", text is deleted in its entirety and the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under che Contract or in connection therewith by the Contractor, or any subcontract or, supplier, materialman, or their officials, employees, agents, or consultants The Cont,ractor f.hall hold the City, its officials, employees, attorneys, and aqents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the City, its officials, employees, attorneys, and agents that directly or indirectly causes injury to aT< employee of the Contractor, or any subcontractor, supplier or materialman." A-44 Change Orders (4/26/99) Should a change order,s) be required by the Engineer, the 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 mater 1 a i s and equipment, ','Jage rates, etc.) This breakdown information shall be submi tted by the Contllctor' as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. Upon completion )f each facility, the Contractor shall furnish Owner with one s,:t of direct pI ints, marked with red pencil, to show as-built dimensions and locations of al work constructed, As a minimum, the final drawings shall illclude the fol:::>wing: a Hc)rizonta and vert cal dimensions due to substitutionslfield changes. b Chanqep 11 equipment and dimensions due to substitutions. c "Nameplate" data on all installed equipment d Deletions addItions, and changes to the scope of work. e Any c,t he r ,hange s made 'section A - SP Revised 9/18/00) l'a~3e 17 of 20 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 shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. The 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 whatsoever on the project, the Contractor shall excavate and expose all existing pipelines of the project that cross within twenty feet (20') of proposed pipelines of the project, and the 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 pipelines of the proj ect, the Contractor shall excavate and expose said exiting pipelines at a maximum spacing of 300 feet O.C., and the Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet o.c. maximum intervals. The Contractor shall 'hen prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. The Contractor shall perform no construction work on the project until all exploratory excavations have been made j n their entirety, the results thereof reported to the Engineer and Contractor has received Engineer'S approval of the report. Exploratory excavations and associated pavement repair shall not be paid for separately. Exploratory excavations shall be considered subsidiary to items that require excavations. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) The Contractor shall comply fully 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. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety h; provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or faciljt~es occurs. The Contractor shall coordinate his work with :onstrurtion schedule 4ith regard to said overhead CP&L and lines. inform CP&L of his Some overhead lines may be shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A ~ .sp (Revised 9/18/00) Pd'Je 18 of 20 A-49 Amended RMaintenance Guarantyn (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-8-11 "Maintenance Guaranty", add the following: "The Contractor' s guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity. II A-50 Video Documentation As part of the proj ect requirements, the Contractor shall perform televised inspections of all new sanitary sewer lines installed on this project. All inspections shall be made in accordance with Standard Specification Section 027610 "Televised Inspection~f Conduits" ,:;ection A SP (Revised 9/1B/OO) Page 19 of ?!.i SUBMITTAL TRANSMITTAL FORM PROJECT: Corpus Christi International Airport Industrial Park Phase 1 OWNER: City of Corpus Christi ENGINEER: Maverick Engineering, Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL '~.._._-_..._.---_.._~...._- .- _.._-_._-~ --.-'-"'- '-~""--'~------""- -_.---_._~-- - ---..----.'----..--.- ~---- _....~----,-_.._._~ -- -------..- -- .- -.----.----.--. ---,----- ..-- -_.__.__._._~----_._..,_.._--~.._- -- ------- -~-""'-"------,--,--, -.--..,..--.-- --~.__...__. ---'---------. --...-------- _.... -' _._--._._~_...- --------.--- ----.-.- ~.__.._---- ------- --_.- -.----- .~-_._- '- --..".------.- --.-.---- -~--- ----.- -~----- Section ^ - SP (Revised 9/18/00) Paqe 70 of 20 zC!t o~ a:ffi g... ~g :c .... G.. ID III a III 3 m :\I:: a: a 1&1 ::;) ..J CD :It: a: cJ l&I ::>> -1 CD :It: a: 4 a 21 - 0" :: CD - o I CD 6" 21-0. 11_ 611 41 _ 0" Attachment J Page 1 of I REV. 7196 ~ 2'-0" ----------, -r---.J --\ (I) .. U) o Q. -CD .M -v M =v PART C FEDERAL WAGE RATES AND REQUIREMENTS Page J of2 ;e"er il "eC1Sl')!1 Numb I TXO](I03li 06113/200' TX39 'upeJ )e'll::-"d (;e I':r,ll De l.SJ(-:[) ~<-< TXO?0039 t t-, E XA:; ':ol\sl u . ion "(f)f' HEl' .i., OU'1! NUECE 'ceo ) )Ah PATR Ie I i-lEAVY Cc.NSTPlJC'," C)N FPCJECT:c (Inc1u(,1.1ng Se'wer and Water LJ.ne ,'onstlu, I lon ~\nd DJ \llj'dge Fn)Ject~") Modltl t ion Number ~ u Publi,=at i Oil Date if) I, / ? () [) j UUNTY'i( ): NUECES ,AN ~ATR=CI ';UTX2 5: 12;(1 /1'1H"1 Rate,,,; Frinqes !"\RPEN'fEP: (F:x( 1 ud i rq F un Settlnu $ 9.05 ONCRETE F fNl SHFF-' 7_56 ~: LEeTR I C l.L,N 13, 7 2.58 "hEOREF S : Comill( 'n Ut I t 'y 5.64 7.68 POWER EJli PMENT (,PERJ\TOi,'S: Backh')e MOtOI G.ader 9.21 8 )) ~ELDERS Receiv~ rat prescribed for craft performing perat ~n to which welding IS InCldental. 1nli sted he .scope lward onlt 29 CFP 5 lasslticat on f t h.C' l.assi as P('Jvlc!pd (a) ( 1) (1 i ) ) . needed for work nut included within icatlons J isted may be added after n the .abor standards contract clauses n the ii '.inq ,Dove, tt.e "SO" designation means that rates lsted under thdt ldent, tier de not (of1<;ot collectively harg<lined 'wage and frinc:e bene! i t l~ates. Othel designations ,ndicaf" imions who:". Lites have been determinE';d to be .revail nil WAGl. DETERHINATION APPEALS PF.UCESS I Ila.5 there been al i: Ltid I dCCJ.cdO'l in t he flatter') This can 'In ex st lng pub.lI.5hed wage deter WI fldtion I :illY\'e\ underl YJ no a04age deter mJ natior, http://www. wdol.g()v /wdo 1/scaft les/davisbacon/TX39 .dvb 8/912005 Page 2 of2 Wage and Hour Div sian letter setting forth a posi.t Lon on a wage .jeterminaticn matter 'onformance (addi'ional :Jassification and rate) : u 1 in'l On survey reL:lted matters, illjtial contact, including requests for ,;umrnaries of :iurvfCYs, should be with the Wage and Hour Regional Office Ear the area in which the survey was conducted oerause those Regiona Offices have responsibility for the Dav is-Bacon slnv"y pro9ram. I f the response from this initial ~ontact IS not satisfdctory, then the process described in 2.) ~nd 3) should be fol owed. With regard to dny other matter not yet ripe for the formal process ~escribed here. initial contact should be with the Branch iif Const ruction Wage Ueterminations. Write to: Hranch af Construction Wage Determinations Wage and Hour Div sion U. S. Department of Labor 700 Constitution Zivenue, N. W. WaShington, D. C, 20210 L.) If t~le answer tJ) tie question in 1.) is yes, then an interested party (thos" affected by the action) can request reView and reconsidera'ion from the Wage and Hour Administrator (See 29 ('FR Part 1.8 and 29 CPR Part 7). Write to: Wage and HOUJ Admlnistrator U.S. Department of Labor 200 Canstitul ion Avenup, N. W. Washington, f. C. 20210 fhe request should be accompanied by a full statement of the interested party's position and by any information (wage payment lilt.a, project descripticm, are,j practice mater Lal, etc.) that the requestor considers relevant to the lssue. j ) 1 f the deci 5i on of the l\dministrator is not favorable, an nterested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrati v' Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washi:1gton, D C. 202]() I. I ;'.11 decislons by the" Adminr strati ve Review Board are tinal. ENO OF' GENEFAL DEel SION http://www . wdoI.gov Iwdo I/sca fi les/ day isbaconffX3 9.dvb 8/9/2005 Page 1 of3 Sf it , ''Oxas Genel aJ Deci."ion NumbEr: ';'XO 30] n 02/25/2005 TX122 SITU lion Types. Heavy and Highway Count is'" Nueces. :Jan PatriClO and Victoria Counties in Texas, HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building 3t r ucturesin rest an'a projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commerclal navigation, bridges involving marine construction; 1nd othcoy majJr bridges) . ~1o.::ilf Lcat ion Number o 1 2 Publi cation Date OIl28/200S 02/18/;'005 02/25/2005 SLJTX~~OU')-007 11/09/20D4 AsphaJt Distributor (~erator. ..$ l',sphal t paving machine operatorS Asphalt Raker.... ...$ Bulldozer operator.. ...$ Carpenter.... .... ... ,...$ Concrete Finisher, Paving......$ Concrete Finisher, Structures..$ Concrete Rubber....., ...$ Crane, Clamshell, Backhoe. Derrick, Dragline, Shovel Opel. at () r'. . . . . . . . . $ Flagger ... ...... ....$ Form Builder/Setter, Structures$ Form Setter, Paving & Curb.....$ Foundation Drill Operator, Truck Mounted....... ......$ ~ront End Loader Operator.... ..$ Laborer, common..... . . . . . . . . . $ Laborer, Utility.. .........$ Mechanic. . . . . . . . . . . . . $ Motor Grader Operator. Fine Grade. . . . . . . .. ......... $ Motor Grader Operator. Rough...$ Pipelayer... ........ .........$ Roller Operator, Pneumatic, Self-Propelled....... .........$ Roller Operator, Steel Wheel, Flat Wheel/Tamping... Roller Operator, Stee Wheel, Plant Mix Pavement... ....... ..$ Scraper Operator..... Se rv ice r . . . . . . . . . . . . . . . $ Structural Steel Worker.. . .. .. $ Truck driver, lOwboy-Float.....$ Truck driver, Single Axle, Hedvy. . . . . . . . . . . Truck driver, Single Axle, Rates Fringes 12.42 11.57 9.36 10.90 10.71 12.18 11.16 10.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 12.55 "1.17 11.47 9.65 0.00 0.00 0.00 0.00 15.32 10.05 8.35 9.09 13.17 0.00 0.00 0.00 0.00 0.00 13.78 15.00 9.00 0.00 0.00 0.00 8.57 0.00 . . $ 8.57 0.00 . . $ '1.49 9.67 10.75 ]4.00 14.15 0.00 0.00 0.00 0.00 0.00 ..$ 11.39 0.00 http://www.wdol.gov/wdol/scafiles/davisbaconfTX 122.dvb 8/9/2005 Page 2 of3 L1gh'. . . . Truck Dri.ver, Tand"m Axle. Semi -Trailer Welder. . . . . . . . Work :.:one Barrl.:ad. Servi e'er :" 9.00 0.00 . ~ ~. 9.39 18.00 8.9-1 0.00 0.00 0.00 --------------------- WELDER~ - Re:eive rate prescribed for craft performing operatlon to which w\ Lding is incidentaL ---~-----------------------,----------- ---------------------.--------- Unllst("d classltlcatl ms needed for work not included within the scope of the classifications listed may be added after award "nly as provided in the labor standards contract clauses ( 2" 9C FR 'j. 5 ( 2. ) (1 ) (] i ) ) . ---- --.-- ------------------- In the lIsting above, the "sun designation means that rates listed under the identifier do not reflect collectively bargained wage and fr nge benefit rates. Other designations indicate unions whose rates have been determined to be prevail ng. ------------ ------------------- WACE DETERMINATION APPEALS PROCESS IJe. 1.) Has there been an initial deCision in the matter? This can an existing publis~ed wage detennination d survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determinatiofl matter , i~onformclTlce (additional classification and rate) ruling (in survey related matbrs, initial contact, including requests tor surmnaries .:)f surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial '=ontact. I s not sat~i s factory, then the process described in 2.) -Hld 3.) should be foll,'wed. WIth regard to any other matter not yet ripe for the formal !lrOcess described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Bl d'1ch cf Const.r'lction Wage Determillat ions Wage anc Hour Di~ision U. Departmen t f Laba t 201' Constitiltlon Avenue, N.W. Wa:ihingtJn, [)I 2! 21 (I t the' anSWtOr 10 thE' question in 1.) is yes, then an http://WWW.wdoLgov/wdol/scatiles/davisbacon/TXI22.dvb 8/9/2005 Page 3 of3 lntele~ted party (those affected by the actlon) can request review and recoils ider,tion from the \..age and Hour Administrator (See 2c~FR Fart 1 8 wd 9 r:FR Part 7). Write to: ,'I]age and HO'1r f'dministrator i S. Departmen' of Labol 00 Constit Iti n Avenuo, N.W. Washington, DC 20210 ThE' request shouLd be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decislon of the Administrator IS not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: ~dministratlve Review Board '1.5. Department of Labor UO COllE31. 1 tutic'f\ Avenue, N. W. Washinqton, DC 20210 L) Ai 1 deciSIons by the Administrative Review Board are final. "-----'--.-'-- - -- --'--- --~.-.~_.- ------------_.~-~--_.. ---------------.-------- ------------------ ------------------------- ------------------ END OF GENERAL DECISiON http://www . wdol.gov/wdoVscafiles/davisbaconrrX I 22.dvb 8/9/2005 AGREEMENT THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT LS entered into this 11TH day of OCTOBER, 2005, by ana between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the CClltract Document~. s "CIty," and Kinq-Isles, Inc. termed in the Contract Documents as "Cant ractor," upon these terms, performable in Nueces County, Texas In consideratLol of the payment cf $1,423,851.05 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 - PROJECT NO. 1098 (TOTAL BASE BID + ADD.ALT.NO.1: $1,423,851.05) according to the attached Plans and Specifications in a good and workmanl ike manner i or the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, Labcr and insur ance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents ine: 1 ude thi s 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 cons~itute the contract for this project and are made a part hereof. Agreement Page 1 0 f 2 "~ .:,.J(i:.....L'....L 'L I;j. c:,5::lC1 t.N"'WE~l~ PAGE 21/41 CORPUS CP.RISTI INTERNATIONAL A~RPORT INDUSTRrAL PARK P~SE 1 BASK BID PAR'!' A: S'I'UBT DlPROVEMBNTS (COLLBCTOR STUBT) 1: U IU :rv v BID I Q'I'r & j 17NUJI!t%aB BX%) I'J'DI BX'1'IRlZOH I I).SCRIPTION (QTY X UR1T PR20S ITft UN'I'I' !.bl i'IGmtBS :IN J'XGtJU:S) I Al I 13,069 Clearing ~ Grubbing, complete 2~ Z"./~.t.o Sy in place, per Square Ya1;'d, S $ i I , A2 , Subgr~d. Preparation and 11,42' Compaction, complete in place, 1.2 r- 1-+. z.8~ t- Sy per A!!iUllre Yard $ S . - I )1,,3 H43 Geogrid., complete in place, I Z?S' 1.."- Sy p~r ~llre Yare! is $ Zr;. ~/~. . >.4. '.222 Roadway Embankment (Select ,,0 ,,'CI ey Material) , complet.e ;i.n place I i $ I Z. ~.~~ per Cubic Yard $ . AS I 1Q" Cru~hed Lime~tone Flexible 9642 Base (Type A, Grade 1 \ , I I Sy complete in place. I S /4- Is /35: <<>2.. u... per Scruare Yard I . A6 1249 I Prime Coat (0.::15 Gal/BY), 3.'S0 4:~ 71 . ,e" GAL i complete in place, per GAllon $ $ i ~ I .1\ '7 8323 . 2-1/4'1 HMJ3.C Pil.ve~ent (TXJ;lE D) I Surface Course, complete in 8(;9 c>> 5Y ~~ ~'f. place, per Square Yard .$ $ !! I 3434- I Common complete A8 I ElllJ:iankrnent, iIt z.~ B'S'~ 'S" .~O I Cy i place, per Cubic;: Yard S $ t A9 I /4" Conc;r:ete Tied SidewaLk:, I i 19,26:2 ! 3.tf-o A<:. SF complete in place, i i p~r, !Square root i $ $ ~ S; +10. I !22 I A10 I Concrete Curb Rllmp, cOntpl~te I 'Ze.e .. ~ c." SF in place, per Square Foot 1$ $ 10, 'f o. , All I :z Survey Monurnent, complete in t!Ja:> t." ,," EA plaoe, per 1>:a.ch $ $ II" rot AI;;! 2- I Ozone Day, complete per Day $ 3t>o"u $ ~O6~ DAi:' r IU:V:tSEC PIlOPOBAL l"ORIll PkCs 3 O~ U Al)DINI)UH NO. 1 A'l"tACHMBN'l' NO. 5 PME 3 07 U " LtoL00': 21'4,: I I ,T :axo , I'J.'BM II r A,13 I I ! r I A14 ! i I I J A15 I : N-" I SF I r /),17 I , 2.57 SF A.le ' 98 tF A19 11 EA ~t , A20 i .a:A ~., , I EA 1>.:2 2 ! J 1 :; EA A23 i 2 EA L. 3018/b3:,0. ENGINEERING 1I II! Q'l'Y .. tl'KI'l' DBSCa%PTJ:OJl 124$ SF Re~lective Pavement Marking 'TYPE:' (Y) (4 n ) I SLD), oomplete i in place, per Squ<<re Foot $ 300 SF Reflective Pavement Marking TYPE I (Y) (4") (BRK) , completQ in plQce, per Squara Foot I $ I 27 SF Reflect i ve Pavement Marldng t'YPE I (W) (S") (SLD), r:ornplete in place, p.r Square Poot $ Reflectiv~ Pavement Marking TYPE I (ill) (18") (SLO) , c()mplet~ in place, pe!" Square Foot I $ REflective ~avGmant M~rkin9 TYPE I (Y! (12"} (aORE) . I complete in place, i per Square Foot $ Reflective Pavement Marking TYPE I (W} (CROSSWALK) [10' Wide}, oomplete in place, per Linear Foot Reflective Pavement Marking I TY~~ 1 (W) (AP~OW), complete in place, peJ:" Each I'.flec;,.. ~ment Max'in. ! TYPl! 1 ;Wl ("ONLY"). complete i in place, per E~Ch i $ I ! I 1$ ~e II~~-A Raised Pavement I M4rkeJ:" (Reflectorize~), complete in place, per Each $ tyPe lI-C-R ReieeQ Pavement Marke~ (RelleceOri28d), complete in place, per Bach f $ , STOP Sign, complete in place, per ~ $ lUYIli:lIl 0'1I.0PO.sAJ:. J'OKM I?ME " 01" 19 IV , maT P~ICB I:N '1tJtJ:U1 (:IS- $ I?~ I $ j c... 2. $ 2f~ $ ". "]...7.') $ $ ~~- $- ~ 4-00 . $ ..- !hi) $ t1,_. $ M) 1$'. 1$ I ~. ..0 $~ AtlDE!mTJM NO. 1 ATTA~"T NO. 5 PME 4 Oll 19 PAGE 22/41 v BID I'1'D D:'1'JDtnOllr {g,y 1 UoIIT PRICE :J:N nCItF.R.s) 1;118 ~s- ,,0 5~ $". 4c:.o 5. 141.. fa ,S" ?76. c.r" 4' fJ() coO> 1406 ...0 Six> .,.. f81-. cJIIo 315" c,. I. (,()O · , ... O....:<..)t., ::J',,> l Nt.t:..r<. ~ N1.:l PAC:iE 23/41 ! ! I i II U:r IV V I BID , Q'l'Y to tnfU PRICI: I B:rD ITb ZX'I'UliIJ:O:M I'1:'BK I tDil'n DBSC1tlP'!'t01lT III' rIQURss (Q'1'Y ~ VX:rT PRta: i IN r:rlilTJRBS) A24 1 aeloeate Existini Palm Trees ['S and Irrigation Li~Qs, complet:e - c. in place, per Lu~ Sum S Zd:Q. $ 1, Otl) . i ! ~- . Tr~trie Control, complete in l. $~ c. LS pl8.e~, per T..'l.lmtl Sum $ 14; Cf)C. I A26 I 13. Db. .PVC (Sch. 4.0J Ccnd,uit ~ I 600 , wi Rigid Cilalv. St:..l Cap, t- I t.J' I cOIIIplet.e ilJ, place, $. 16aJ ~~ per Linear Foot $ $ I 1t,27 i 4" D1.. Hult~ceJl PVC (Sah. :JOO 40) Con~it wi Rigid Gal? L!' j St.eel Cap, ccm:plete iu place, ," f- I per Lin_%' .oot. $ 10. $ "t,ONJ- TOTAL BASE 13m PART A (Items Al through A27): ~ 490; ~Jf. 8b . P.~tBI!lC ~:POSAL rOaM PAl;S 5 OF" ~~ AlJDEN.DOM NO. 1 ATI'ACHMBNT NO_ 5 PAGE !I OF 1.9 .;;:t:L ...:: (,Jljt ~l : 4L jc..18.cb3S0 ENGINEER:N3 PAGE 24i41 CORPUS ~HRI6TI tNTERNATI0NAL AIRPORT INDUSTRIAL PARK PHASE 1 PART Be STOkN WAXSR DRAINAGI IXPROVBNIHTS (COLLICTOR STRaET) % I :tI III ! IV v r BID I Q'1'Y " 'OXI'l' nJ;CB B:l:D I'l"1IM BZ'1'a8:rOliT I'l'b; I ' UNIT DBScmlP:t'IOlf IIII' I'rOtrll.BS (QTY X ~XT PRlCS IN 1I'%IItrJtJIS ) In 185 18" Dia. RCt' (Class III: , I LF complete in place, ~~ 8 J lo. .. per Linear Foo; $ $ , B2 I 616 44" J:lia. RCP (Class III) , ,,0 I lrE" i complete in place, 52 (.0 ,~ too. I per Linear Foot ~ /). $ I ! i B3 :1.5:17:2 ! 30' Die.. ReF (Class :t II) , r complete in place, ~C'o " .. LF I per Linear Foot "" (,. $ J /.g, 110. ~ 1 , I B4 I ! Concrete Headwall (CH-P'W~O) I 1 I !or ;;4" Rep, comp],et:e in I $ 0 c. EA --z..fAJo .Cr Zl~' --:+ place, l'er l!:acb I $ I i Concrete Headwall (CH-~W.O) B5 I 5 ! for (2) 24" Reps, oomplet& in ~. I S; 0 ()(,). c,.CiO I EA 3,eoo. , I place, per Each $ $ I I 1 I Std. Curb Inlet {2 I Wide.! , I IIJq() tP ( fiD';. c,.- B6 ,5' is ~'.te in pl,.e. per Ea.ch , $ I 1 1 8'7 1 5' Curb Inlet \4' Wide), - I"~(). c-"" I BA , complete in place, per i!:ach $ , (,,00. $ . T ! B8 5 I 7.5' Curb Inlet (2' Wide) I ~ko.'O ~ ()()(). (,,, I EA oontplete in pl!!lce, per Each $ $ ~. ! :89 I 2 Ie. 5' Curb Inlet (:2 ' Wide) r I ~~c,.o -5:u>v. p I E:A complete in place, per Each '$ $ I J - 810 I 1 10' Curb Inlet (2 I Wide) , 1- z.tio to- '2./ UV. c,." RA. ;::omphte in place, per Each $ $ I r · en I ~ t1.5' Curb Inlet (4 I Wide) 1$ 1,90. c.D ~. I E,ll., complete in place, per Each $ 'e:J lj()cJ · i i T I El12 I 1 14 ' Curb Inlet (2' Wide) , l$ 6;.~\"~ . $ cfJ I EA I eOttlpletlit in placo, per .2Aeh ~~. ~._- I I UVISiJi:tl PftOPOSlUo POAA PME f or u AJ)f)!NDUM NO. 1 A't"1'ACHMIi:n NO. $ PAGB 6 01" U ,;,0. L:.JI1'J .il.: 4~ .:,,18~!;)35B ENG I NEER ~ t-.G PAGE 25/ H I ! I II XII IV V : I D:trJ t:J:BH IIX'l'DSIOH BID : Q'l'Y I: I ~.SOR.IP'1'ION UlfI'l' pue. I CQ'1'Y .II: WI'!' PR:r:aB 1'1'& T1Jf:rT , IN I'%mJA:SS i t1f J'IW1UIS) , i i ! :B13 , . S41.fety End Treatment for i (2) :te" Reps, complec.e in I ,,' e,,'V EA , 55"t> # /, 100. place. per Eat;:h 1$ $ rB,. I --- I , 4 Sa!eey Bnd Treatment for I ! I (2 ) 30" ReFS, comp:lete in . ! BA ~~.e.. 2, tJM 0 I pha., per Eaoh 1$ $ ~ I ! illS 4 -1/2" Concrete Riprap Slope I $ I ~O,830 , i Protection, complete in place, +00 Co'" ~ SF 'pel:" Square Foot $ ~1,Jt.cJ. '. -+ I EJ.S I 10 Mit.er End of 30" RC Pipe. !$ /rx;. to. ~. I !A complete in place, plilr~ $ 4.. Ode>. I . Bl1 3,9SSl 16' Concrete C'l.lrx, So Gutter, complete in place, /l:~ 1$ ...... ! t,p per Linear Foot $ +11~o8 . . I BI8 I l678 I I Channel Bxeavation f~r I , r+LF Regrading ~itch, comJillete J.n ,$;Ou 1$ '2.fi: 11 t). ~.. place, per Linear Foat I . : B 19 lIe 15 i Channel Jxcavati.on for La.t:eral J Z. .CoP , I LF i Ditches. complete in place, z.-I, 1&"o . c.O I {ler :t.inear Foot I $ $ . I- ! i i B20 8S12 ! 8il t Fence fQr Storm {'later i POllution J;lrevEintion, complete .3~ "Z-.'- 1'- c.- LF I in place! per Linear Foot $ $ I , B21 22,356 Seeding for Era~ion Control, I complete in place, 1.S"' . Sy per Squatre Yard 1$ ']. $ 5"0. 3~ J. Co , B2Z i 1577 Trencb Safety for S~orm Sewer, per Section 022022, complete S~ INI i LF 7#&> I in place, per 1.oinear Foot $ 1$ .I I - I r TOTAL BASE BID PAR~ B (Items Bl through B2~)! $ 46'1., 4/10. ,,0 RIiVJ:81m PIOPOBAL f'ORfo1 PJl,tJIC , OF U N:'iDBNt>UM 1fO. 1 ATTAOIMElrr NO. S I?AGB ? OF a :L 2Eo, 2005 21: 4: 3b18.'b350. ENGINEERING PAGE 25/41 CORPUS CHRISTI IN!ERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 PART c: .ATKR DISTRI:BOTIOIf DlPROVIQIft'S I I It III rv V BID Q'rl' &: tnt'!'1' PRIel: lIID I'l'_ 1X'1'BJlS:I:ON :E'l'BH maT llJlSO%P'1':rON :1:)1 J'IC"aRBI (Q'I'Y X tQ!1;T nraB :Elf PJ:cJ11IlI:S) 01 397 S' :Cu.. CjOO PVC Waterline (DR 18), complete in place, CO ! LP' U.~ 81,4- I per Linear root $ $ I . I C2 60 I B" Dill.. :Ductile Iron Waterline ,.. ! complete l~()O. ,,0 LEi" ' (Pressure ClaS:li1 350), ~. I $ .i.n place, per I..inear P'oot $ j I i C3 17 $15 12 " Dii!. CSlOO PVC Waterline i I (DR 18) , oomplete in place, ~. I ,0 i I.F I 3D. I $ ?~/e$lJ. per Linear Foot I $ . /12" Dia. I C4; DUotile Iron SO i W'ate:t:line (Pressure Cla/iils I LF I 350.1, complete in place, 1$ A-$'.C 0 1-; 1 PcJ. (,IU i per Linear Foot $ C5 I J. IS!lx B"x 12" Tee, 1$ 8a:>. c.- 8a>- c.O -~~ ! complete in plaoe, peX' Each $ I I in _1 $ B'I- 45' 0.1. Bend, complQte 400.~ /s 1."0() . ~-- 8A pl;ace, pt!lr~ 3 I !l ~ PluS, 1 C7 complete i.n place, o. C/O EA per Eacb $ tco. $ ~DO. 06 4 12 "- 11-3./'. D.l. send, is'io.V- ,,~ EA OOl11plete io place, per~ $ $ "l, ()()O. , la I C9 i i l.:d "- 45" tJ. I- Bend., 5C:o~ c,. qo I EA ! complete in place, pn ~ $ $ ~OOO. -. I I 12"x l:il"x 811 Tee, I CIO 3 i g5"tJ. ~ ,,0 EA I acmplete jn place, per ~ It $ ~5""'b . I I . CU , 1 / 16 "x 12" Ta.pping Sleeve ~ I (Wet Connection), "'~O. .,1 ~. complete in place, per ~ i $- $ ~~. . Cl~ I ! 229 Remove and. Dispose of E~~stin9 I LF ~" ]:\.C.P, sqaterliJ;".e, ~.c,. /632. flU complete per Linear Foot I $ $ ADDl!WUM lfO, 1 ArrACHMlmT :NO. 5 PAam 8 011' U II.av.t $BD PlOPQSlU, 'OR/Il C1AQ:8 II Of' U "'-'-" .LL)-:;)~ ':':l ~ ~.. .jd8.b350 ENGINEER::N13 PAGE 27/ 41 I ! r I II In rv V I atn I Q'n' 8. OJlr.t1' PK:l:C:1 nIl !1'lIK :IX'1'D'S!ON I'rBK mn'l' DI!lSCRIPnox nf l"IOtJ'RI: II (Q'!Y X 'Om'!' n:t~JI %:H' I'tIl'OUS) CD I .2 I e" Tie-In/Connection, ~ i / 2<<J. ",0 z-,ifco. CI v , I EA complete in place, per ~ $ $ . t- I I i i G14 4 ie" Gate Valve and Valve :sox, ,~ t,.O "'-. li:A ccmpl~te in place, per Bach I $ $ ..3. ""~ I I t I C15 , !i i 12" Gate Valve and valve BOx, I $ I )P{> 64 "1. s- PO, ",-0 i I EA I complete in plaoe, per Each $ ~- I , I I I I e16 I Fire Hydran.t Assembly I. 15 ! cJ- , ' (Type l), I $_t.J~ . Ell complete in place, per Eacb $ t" I f)O(). " ~ . I - ! C1,'i lOSS Cement Stabilized SQD~ Backfill. complete in place, t,. ,,0 , Cy j 5". 3(" "0. ~ per Cubic Yard is $ e18 Trenoh safety for Wate~line, 1 2312 per Section 022022, cOl'Ilplete 2.c.o 4'z4 ,,- LF I in plac!!!, per Linear F~ $ $ TOTAL BASE BID PART C (Items C1 through C1S) = $ ",.. /'2/ e~(). ADDJ!INl:)'OM NO. 1 AT'1'AOiMBN'r NO. 5 PAOE :9 01" 19 UVXSED lIROP08AL ro-aM C'Aq t OF U .~..."c..t:."'" ,~ PAGE 23/41 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 PART D: SANITARY SEnR (WASTEWA'I'B:R) IIIPROVBJO:NTS (COLLECTOR STUm') ! IX I:r! IV V SJ:D QT'!' & DJJJ:T PRJ:CJi: JJJ:D ITBK J:X'l'ElfSION DJlSC1UP'XION (QTY X OUIT P.RIC3 ITEM UNIT 1:1' J'%OtrRlll!l IX PIlJ'O:aB:lil) Dl I 8' D~a, PVC (SDR 46) Sanitary 197 Sewer G~~vity Line to I -6' I LP Depth) , complete in pl~C$, ~ (,p 5'", It>. ,,0 pca" Linear Foot $- $ ~ '()~ I , , i D2 6" D~a. PVC (5DR 26) Sanitary I 58 I Sewer Gravity Lin~ (6' -8 I i I , Depth), complete in place I ~ ,. i LF '35" ~o30 ~ per Linear Foot $ $ i . I I D3 I 8" Dia,. PVC sanitary Sewer , Prelilllure Pipe (150 p.i) fer ! ! 4.0 1 Waterline Crossing (0'-6' I LF I Depth) , complete in place, ~o.O /5'"20 . ,,0 ~ per Linear Foot $ $ I J I D4 I 8" Dia PVC Sanitary Sewer 20 Preslllure Pipe (1$0 psi) :foX' LP' Waterline Crosein~ (6' -S I Depth) , complete in plaoe, 40. c;.~ 8tv. c". per Linear POot $ $- ! ! D5 10 " Oia. PVC (SDR ~Ei) sanita~y 684 Sew.~ Gravity Line (0 t -$ I 1.1 Depth), complete In place, 3S-0I> ~~ I 1'10. c-~ per L:l,ntilU Foot I $ $ D6 10" Dia_ PVC (SCR 26 i Sanitary 290 Sewer Gravity Line (6' -8 t LF Depth) . eompl~te in place, 1-" /I,~. d.) per Linear Foot $ 40. $ 0"7 10" Dia. !?vc (SOR 26) Sanieary 110 Sewer Gravity Line (8 t -10 t i ::"F Depth) I complete in place, 4f. Co 0 4114. toe. per Linear FOot $ $ I , l o' i 1.0" Dia. I pvc S&n~eAry SeWQr i f 40 Pressure Pipe (150 psj,) fOr I LF Waterline Crossing (D' -61 I Depth) r compl~te in pl~ce, 3'. 1;;) / S"'ZO. ," I per Linear Foot $ $ ADCENDUM NO. 1 .l\r:rACHJtiJb'T HO. 5 PAGJ: 10 OF 19 UV.S!!lD r>AI;lPOBAt. ~M' "'Mil 1D OF U ~ ,.,) ,.J'~ :c.i''',~NI:.tr.. Hl", PAGE 29/41 I II III IV V O1lI'IT PRICE arD :ITl!lII E.xTJDJ'SZaN aID on " DESCRIPTION (QTY X tntn P2:rCB I'I'J:Il U1n:'1' IV I'IGU1tBS I. J'rQUUls) O~ 10" Dil.. PVC sanitarr Sewer 20 Prelleure Pipe (150 pei) for i LF : Waterline Crossing (6 I -B ' Coo- l tlepl::h) , complete in place, 4!> ~o I $ #&0. , per Lin~.:r: root $ i I I I Bore ~ Steel Casing , 010 lB" Dia. SO for 10" Sanitary sewer L~,ne 1JF (8'-10' Depth) , complete in ... .0 4$a. '2- z.. '5(.0 . I i pla.cG_ per Linear Foot I $ $ . I 011 i 9 14 I Db. ~iberglau Sanitary Co- 1$ c.O EA Manhole (0'-6' Depth), 1.,8(:(). '1-S;1J;o. I complete in place, per Bach $ . 012 I Extra Depth for 4' Dia. I :J.G Manhole (Over 6' Dt!pthl . I VF complete in plaoe, -., '300 ,,0 , 4-.8ea .. per. Vertical Foot $ . $ 013 Fiberglass Rehabilitation for 1 Exi8tingSanitary Manhole E"- (7 . !l . Depth) , complete in 1$ {~. ,. 4;~. ~ '" pl;'C9, per Each I $ D14 I cement Stabilized Sand ! I 197 I I ~ Backfill, cOl'lIpletCl! in place, ;S"~ j .ro Cy per Cubic Yard Is $ ~81S: I . D'~ Plowable Grout Backfill for I -~ 365 ManhOl.S, complGt~ in plac~, '0 c,." ...0 c":( '?Il-f e~ . pel:' Cubic Yard , $ $ ::J16 1449 I Televised. Inspection of I LF COnduit;, complete in place, t/''- 4.3~7. c.~ per L.tnear Foot $ $ 017 I Trench safety for Sanitary I I 1449 Sewer, per section 022022, I, LP' complete in plaoe, r.oo I 1 z.. cff:CJI" I i per tinear Poct I j $ , TOTAL BASe BID PART D (Items 01 through Dl7): $ I'l>l "" 7. ~ ADrJlIlmlUM .RO. 1 ATTACHM:D."t' NO. 5 PM! 11 Oll' 19 It8V;l;SBD PloPQG.a.l. FOlijo! PN;;I 11 OR' 19 -... . ....... .8. ,>350 Ei'<<-iINEER:i'-.G CORPUS CHRISTI INTERNATIONAL AIR~ORT INDUSTRIAL PARK PHASE 1 ADDITIVI ALTm~TB NO. 1 Jr I Sn.lIT IMPJlOVBM:BJr1'S (PINSON DRIVlll) BID ITBM HI 1- 82 II: HI IV Q'1'Y &. llBlarFTION WIT .uc:rr tl1I':tT IN fIWR.JiS 3936 Pavtment Bxeavation, complete I $ 3~ Sy in place, per Square Yard 4547 SY ----+--- E3 4547 BY E4 4547 Sy -----1----- ES I 537 I GAL ~-+- BI5 ' I ~-~ E7 6::8 E9 i Iii 1 0 3974 Sy 930 SF 935 SF LS Sub~~de Preparatlon and $ I;~ I : Geogrid, complete in plac~, I per Square Yard 110" Crushed Limestone ll'lexible : Base (Type A,. Grad.e 1) I I complete in place, per square Yard $ ;Z.1S $ I +.I:P Prime Coat (Q.~S Oal/SY), complete in place, p~r aal1o~ . $ ~~cP , 2-1/2" MlQC Pavement ('1'}(Pli: D) I S~~f~ce Course, complete in place, per Square Yard ; $ ! , &~.. I' RElflectJve ~l;lvemQlnt Marking ! TYPE I (Y) (4" I (SlLD) , complete in place, per Square ~oot $ I.1S /.7S, ~~I$ $ ~ ." f""'o '2 · $ T~affic Control, complete i~ plaoe, per L~rnp Sum $ ft/Jt)O. to- $ TOTAL ADDITIVI ALTERNATE NO. 1 PAR'!' E = (Items K1 thrOugh 1:10) $ PAGE 3El/4l I I I $ V .:ED umr IX'l'DSION (QTY X 'lnttT PRICI: :eN I'IGURIS) .- III!J<>~. i $ 5"'t;6~. 1 S $ J J., 5"'P'/:. I.> $ ~b "., I ~S8. $ ~ 03'. >0 $ CO 31,112 · $ t ~ Z--7. s-o , /C-3t;-. z,~ , .. J>4- ~6 ~. , #(/0. c.. / 32, (,~; 7.-f RlVI$llD 'ROPOIM. PORM PMI 12 OF' 1!l AJ:)DmNDUM NO. A1"%'il.CHMENT NO. 5 PAtm 1:a OF 19 ':Ji .;:b 22105 21: 42 3b18~b35El. ENGINEERING P~E 31/41 CORPUS CHRIST! !~~ATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 P I STORM WAT.a :DRAINAQB IDROViOOi:NTS (PINSON DRIVE) IV v 1! III a:J:D QTY &: DlISCRtJlTION I '1'_ tm'IT Fl I Silt P'~uQe for Storm Water , 132 I $ LEI' I1?Ollution Prevention, completE! in place, pe~ Linear FOot -I .eedi~ for Ero,io" F2 Contro::' , 1504 complete in place, Sy per SI,I1.la,re Yard $ mr:r'1' P:RXCB IU rIt1tl'R:8S llID %'1'ZK D!'D'SJ:ON (Q~~ x VV:rf P~ICB I:. rIQOIn) ~~ i : $ I t.~~ I i $ I 57'. cP vo -;38+ . ~ TOTAL ADDITIVE ALTBItNATl!: NO. 1 PART Ii': (Items Fl through F2) $ ?&1vo , ~lWJ;SED PJtOPOSAL ro~l'l PM! u 01':1." AODBNDtlM NO. 1 . A'M'AOIMENT NO. s PAGE l3 OF 1.9 .'::'l.. ....,tl. '. tJ. e,j:>tl ENGINEER:t-.G PAGE 32/41 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 PART G: SANITARY' SBWlIR. (WAS'l'BWA'1'BR) tMPRovma:NTS (PINSON DIUVE) I ! II 1:1:1 IV V I BIO I;'rD IrrBJrS:ro. 11%]) Q'rl'" II I DJ:SCJUP'l'ION C'RI'1' PRICm (QTY X UNI~ pateR ITIDI UltrT I IN r:rCJ'lJ'lUlEl , III !FIGURES) G1 , 8" Diil PVC (SDR 26) Sanitary I 100 Sewer Gravity LiD~ (0 ' -6' I..F Depth) , complete in place, ~.~ ,,0 per Linear Foot $ .$ 1 DCQ. ,. ! G2 1 ' 4 I Dill. P'iberglul!l Sani tllry I Manhole (0'. Ii' Depth), c-- I EA I $ *Z~ ,,0 I . complete in place, per Bach $ "2-( I!J/JO. j . , I I G3 Fiberglass Rehabilitation tor , 1 ~iBtlng Sanitary Manhole I &:11. (5.2' Depth) I cQl1U:Ilete in ~ f)UO. ,,~ &.0 '? S-IO. place. per !!@ $ - $ , , G4 I 32 cement Stahilizeo Sand C'i Backt ill, complete in place, ~~ J.' 2.0. e," I per Cubic Yard $ $ - 11 GS I Flowable Grout Backfill tor 41 Mauholee, oomplete in place, e;o ". ? "'14 ",' Cy I per Cubic Yard $ $ i - I ! i 05 100 ; Televised Inspection of 1 Condu~tii;, complete in pla.ce, .", tlO LF per Lioltar Foot $ ~. $ ;()() , i , G'7 I Trenc:h safety for sanitary 1 DO Sewer, p.~ Section 022022 i LF I complete in place, ~ ~* "'-. per Linear Foot $ $ , TOTAL ADDITIVE ALTDNA'l'B NO. 1 PART O~ (Items Gl through G7) $ /41/ o. , ",-" U'/iBI!J:l Pl\OI'OaAt. .i'OIU'I PMI 14 OF U ADJ)ENf)UM NO. 1 A'I"I'ACHMENT NO. 5 PAGE 1. OF 19 it...:::.J"'r.-../I-.J PAGE 33/41 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTR rAt PARK PHASE 1 Al)l)ITIW ALTBRRATB tro. .2 PART Hz STREET IMPltOVEMb'l'S (COLLJ:Cl'OB. S'l'R&2'l") J: B:l:11 l;'t. :n In :tv QTY Ii '0)1'%'1' DISClIlIPTION mr1:'r >>1:I:CIi m JI<rnrtIS Xl DBLftB ITJDJ A4: Roadway (7222) Zmhankmant (Select K&terial), ~ ~gmpl.te in place, per cubic Yare! '-- PART I, I H2 H3 84 BID IT!lH tl S9S2 CY' ADD ITBX A4-A: Roadway Embankment (Select Excavated Material), complete in place, per CubiC! YareS $ 1/,424-.&. (9UJ) SY DBLliIn I'l"JDC .A.S I :I. 0 II Cru.bed Lime.ton. FleXible 3a.. ( A. CilradQ 1), per S are Y <e (}5" t::OZCJO) . 9643 SY' /2.- 1) I $ .L t> 1'1-'2-/1 -13. . NO. 2 PART H: ($ Z 7/ J.7~ .1'5 ) B (PINSON DRIVl!:) IU IV v DB SCRJ:P'I'J:ON tJJr.ET PJUCB IX I'ICItDltS :SID ITlilK liIX'1'IDfSIOH CQ1'I X UNIT ft;rCE IN I'IGURJlS) DELETE ITIN 34t 10' C~.b.d ~ima.toDePlaxLbl. ~a8e (Type A. Cilrade 1), pu Square Yard J4~ C$ '-5, 6.* , $ ") $- 4547 SY MD ITIIH ;n-A: 14" I..:!.me- atabili..4 71~le >>..._ ealiebe, oamplete iu place, p.r SquaZ'. Yar4 $ 5Z ~ 1'1. z)" $"t;'3 .1) ) 12. ?~r' $ T07'AL ADDITIVE ALTBRNATE NO. 2 PART It ($ (Items Xl through ~2) REVISED PI\OPOSAL "O~M PMB 1!l 0.. U I M)t)mNP'OM NO. 1 AT'l'AOIMENT >>0. 5 , PAGE 15 OP 19 ....;,;"" ,''':';'-.-IL> C-!"I;..;;l~l'it:..~_~ t"'Al31;. ,j'U q.L COR!'US CHRISTI INT!RNATIONAL AIRJ?ORT INDUSTRIAL PARK PHASE 1 :SID SUMJU..RY TOTALS - BASE BID. BASE BID DIi:SC'RIPrXON TOTALS 'I'otal Bid Part A Items Al through A27 $ ~~I ,,'f. ~ 0 451s.4-9o. e. Total Bid Part B Items S1 thX'Ough B22 $ . Total Bid Part C Items Cl through ClS $ '" 2.~ et;b. c,c) , I ~'7. C;:c::t Totl!ll Bid. Part D Items Dl through D11 1$ /60 i , I TOTAL BASE BID (Parts A, B, C and D) t $ 8~ I, 2,72., ~U. TOrALS - ADDITIVE AL'I'BRNATB NO.1: ADD X'l'I:VJl: All'1'BRH'A TE DESCR:IP~ION TO'l'ALS NO. 1 11tems I 1 '32-/ "91 . z.~ Total :Sid Part Ii: El through 810 1$ I e.t> I Total. Bid Pal:'t F Iteme Pl thJ:'ough '2 $ 3,1tf ~. I . i 11ft q ft? ~C) Tota~ Bid Part G Items Gl through G7 $ TOTAL 1\DDl'TlVE ALTERNATE NO. 1 (Pares E f F and. G): $ /5(( 5?j, ~) TOTALS - ADDITIVE ALTaRNA'I'E NO. 2s ADDX'I'::tVB ALTBRN'A'I'E NO. 41 Total Bid Total s C. 1S 1,1 , ~1$ . . G8j l' OTAL ADDITIVE ALTRRNATE NO. 2 (PartQ H and I) I $ ( ~'Z( 111. <;0, ~ Jl.INtBm ~RoP08A!. J'Oll.M SlAGB U crJ' U Am):&lNDUH NO. 1 AT'%' ACHMBNr NO. 5 I I'MI!:' 16 OF 19 The ontractor v,ill cmunence work '.vithin ten (10) calendar days from date they receive wrltten work order and will complete same within 150 CALENDAR DAYS after:onstruct i on is begun. Should Contractor default, C t racto r may be 1 able f r 1 iquidated damages as set forth in the Cr tract Documents. itywill pay C::mtractor in current funds for performance of the CI '1t ract Ln accordance wi~h the Contract Documents as the work prlgres ses , Sioned H ~ Darts at:'orpus Christi, Texas on the date shown ab, ,ve, ATTEST: Ci"y ~'- CITY OF CORPUS CHRISTI BY~~~~ ~D!~os- Ronald F. Massey, Asst. Ci~ Mgr. of Public Works and Utilities APPR~~ A~ TO LEG~ ) j By:.. Asst~ FORM: ~K;ldi~ Dir ctor of Engineering /p/~Q/or , , Services CONTRACTOR ATTE#J'l': (If Corporation) Kinq-Isles. Inc. I) ! j j '/ ;,. ' ~. ..-....-.- i'L.- '--, L. .~..- '(Seal Below) .1.. ) By: Title: (Note: If Person signing ~or corporation is not President, attach copy of authorization to sign) 1641 Goldston Road (Address) Corpus Christi, TX 78409 (City) (State) (Zip) 361/299-1426 * 361/299-1139 (Phone) (Fax) Agreement Page 2 of 2 IJbw~'3S'L _u AUTHDRW:L' "COtfl'4rr: "~...,,..L9.iJ (OS' -- "......f!--/' ~T',. t)' ((V ----.~,... . . ... ~ ~ ... ~~/26/2005 1:J2 3:'182t350~ ENGINEERli'-.G PAGE 13/41 PRO P 0 S A L FOR M FOR CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 ~E~ARTM~~ OF ENGINEERING SERVICES CITY OF CORPUS CHR:STI,riXAS UV:tSWD li'ROPOSAt. l"01t1'! PACll: ~ OF' 15 I AD:D1INDtJM NO. 1 I I ATTACHMIilN'X' NO. I::J . Jj:I1\(jIjl 1 Opo U _ '.J:.,._ ~.'-.:;. OLt-;:)l:J. i::.i'l..J;I:-i:.K_fil, t-'Al.J1::. ~tll41 PRO P 0 S A L Place: e>F"Ffa ,f (,1--7 ~€c:~Irv'1 g.3/.. oS- Date: ?roposal of kfV1r /s/~$ /", C . I a Corporation organized and existing under the laws of the State of 'Ti-X4-$ OR & Partnership or Individual doing business as TO. The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materia.1s tools, and necessary equipment I and to perform ~he work required for: CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARX PHAS2 1 at the IJcations ~et out by =he plans and specifications and in strict accordance with the contract documl!lnts for the following prices, to-wit: UVH1EO PROpos.\x.. l'OIU1 PAGr;: ~ 0,. 151 ADDEmlT)1\( NO. 1 AT1'ACHJIUmT NO, S PAGE 2 OF U oJ. 0y~:: l..L.+~ :H:). ;:i"t-: j;:)~1_ t:.~~l" if.jeer.: ~ '11.:> I-'Al.:il:. :':::1141 CORPUS CHRISTI INTERNATIONAL A:RPORT INDUSTRIAL PARK PHASE 1 BASlI: SID I PART A: S'I'RB!l'1' IKPROVEKBNTS (COLLECTOR STR1i:ET) IV :B.tc I ITft QTl' & UN7T u H 13.~6' I .~ I 1:,42" Sy 1----+-- A3 I , ~ , A4 AS I .-1 AG .~"t 9643 SY ; J:i12 CY 9H:3 BY 1249 GAL I I 8323 57 ur DISCRIP'lION i I i Clearing !W. Grubbing, I in place, per Square !I Subgrao.8 Preparatj,on Compaction, complete per ~quare Yard complete Yard and in place, I 'd 1 - Geogr~ , oemp ete In p~ace, pe:'.;' ~a.re Yard Roadway Emb~nkment (Select I Material). cOm:Ple::.e j.r. place I ~er Cul:;)ic Yard lC" Cru~hed Limestone Flexible Base (Type A. Grade 1), I' complete in place. per Square Yard. I ! , i Prime Coat (0.15 Gal/SY) I : complete in plaee. per Gallon I , 2-1/Z" HMll.C Pave~ent (TYl;)E' D) Surface Course, complete in place, per Square Ya~ 3434 I Comm'~ Embankment, co~plete in . :Y' I' place, per Cubic;: Yard ~ A' i " , "2 T.. Cone .',a Tiad Sidewalk. ~ i ~F i complete ~n pl~ce, l ! '" ;1' pI! r. ~re Foot --f---- A10' !22 ConC~lte Curb Ramp, complete SF 1,11 p..:..;!lce, per Square Foot A8 -..-1-----.... , All !---.. ! A12 i L__~ '- EA '" DAY )' Survey Monum~nt, complete in place, per Bach I Ozone Day, complete p61r Day I lU:Vl; 81!iO PFlOPOSAL l'OElll: PACIIl :3 OF l' I V BID ITBK BITS.SIOB (QTY X URlT ~~ZCB IN FIGTJ1Ui:S) maT PUCII I I~ FrGtllI.:&:s i , 2~ ! $ ,$ I I I I $ ,.Zr- $ I z,"'-S- 1$ $ f , I I ,,0 ~ I Z. $ Z~/~.L'" 14-. z.8 ~ l;M . z..~ Zr;. 5'1 ~ . . c-'O ~.~~ . I $ /4- /3$". /){)'l. u... s . 3.'$0 4:~ 71 . $''0 $ - 8(;" CIt> $ 4-~ :'"15: if. z.~ $ t'S~ ':r.C-'" , ! 3~ $ ~ S; +10.Ab -z,o..C - ~ ~.. $ /0, 'f o. tJtJr:> ,0" ,," $ J ~ ro. ~ 3/>0 tlU i$ 4,O6~ - I ! ~]j!ND1JM NO. 1 5 ATTACHMENT NO. I PAGE 3 OJ' H $ $ $ ! 1$ I I i$ i I 1$ I I I $ J c), -".:It': If ' , r I ~ I I! l i "1 i :BID ' QTY ,r. ! '1'BM I t1N:t'r ~ I 1.13 124$ , I 3F i ~::t-"o ~ H.!.'t I SF I ~~ j I " i i I I A16 57 ~..'. ^', I SF 1 11.17; 2!i7 j SF r- I I Ala 1.4i 3~,. 821 350_ III DESCIUP'l':tOlll Re~~ee:ive 'avement Marking i TYPE I (Y) (4"; I SLO), complete in place, per Square Foot 27 SF i Reflective Pavement Marking TYPE I (Y) (4'" (BRK) , completQ I in p~i\ce, per Squ!lre Foot I $ r fl ' 'I I, Re ect~ve PaVeme!"lt MarkLng I r.lPE I (W) (9") (SLD) , oomplete I in place, per Square Poot I $ ~ . I Reflect.l.ve Pavement IVlarkir.g TYPE I (W) (18") (SLD), complete I in plaoe, pel:" square Foot Reflective Pavement Ma~kin9 iA ! TYPS I ~Wl ("ONLY"), complete : in place, per Ear:h ::3-1 'type II -A.-A ~ai!Jed Pavement EA I M4rke~ (Reflectorize~), I complete in place, per Each I 'I'ype II-C-R Railied PaVl!!ment Marker (RefleceOri2ed), complete in place, per Bach ~ EA .: EA. I STOP Sign, complete in pJ.~ce, 'per~ ~IfVlli:itl n01>OSAX. rOKM I?ME 4 01" 1~ Erl" H~EE:R: HG i $ I I $ I I I I $ ! 1 I IV tm:tT P(l.:tCK IN lI'IGUU:S $ c.# 2. 1- ';c- ,. 1.-.'7; 'J ~~. ~ 4t>o . $ ~. ~iJ $ ,u !'.. t 1!'. 1$ I $ $ ~.~ PAGE 22/4l v BID I'l'D EX'l'DltoR' {QTY % UX%T PRICE IN r:Z:Clml_S) (!) $ ADl:>ENrJUM NO. 1 AT'I'ACH)(iJ!,7 NO. 5 PM&: 4 01" 19 I:~ I $ I $ Reflective ~avement Marking TYPE I (Y) (12") (OOR!} , complete in place, i per Sq1.l.are Foot I ! R~.uecti ve Pavement Marking 98 ! TYPE I (W) (CROSSWALK) 'to,l" I rl0 I Wide), complete tn place, , --1:r Linear Foot ! $ ~ " I R.fl.eti~ .,v.~.nt Harkins ; J A19, ~A I T~~~ I iW) (AF~OW), complete in - place, per ~ I I ! A.~ 0 I ~ ~ ~ i .---k , ~,,22 j lL.- Jt23 $ $ $- I $ $ $~ t;/ 11 ?'S ,,1> 57- 5". 4c;.o e;. 142.. fo ,S' ?76. 4-, ()() CoIlO . 14"0 ~., ...0 SlJO '16/-. - ! c.IIo 375'- ". I. 6,(JO . , "::. ..:,.' UL' j:)t;~ t:.Jil. . L I'It.Lt<. _ r'-ll1 I-'AI::i1:. ~3/41 I II i I , I UI IV V t-!lIO j I I QTY to tm':n' PR-ICE BID ITlnI EX'l'ilWSJ:ON I ITBM tnfIT DBSOlP'1'ION IN n~BS CQ'l'Y .x tnfIT PItta: i i IN' I!'IcmRJiS) , T A:24 1 aeloeate B~istini Palm Trees I LS and Irrigation Li~es, complete - c. i in pl~c., per LU1T\~ Sum $- -Z~. $ '1,. ~ . I I , l I Tn.t~ie CcntroJ., complete in i ! 1\~5 . i ... &. LS plac~, per ~umo Sum $~ $ It c>>a. r-~ - ! J · Dia. I've {Bch. "'OJ Cgnciuit ~ I €OO ! wi Rigid Cilalv. Steel Cap. L!' I cOIIIplete ill. place, C. c;'D ~ per Linear root I $ 8. $: 18a:J , I 4" Die,. IIl.\lt.:icell :!>VC (Iah. , 200 I 40) Conduit wi Ri9~~ Galv. I I LI' i Steel Cap, cC!Ilplete in place, I $ ,"* c.... j per Lin...!:' pooe 10. $ -t.(~. TOTAL BASE ElJ:D PART A (Items A1 through A.27): $ 490i ~/4-. a~ . '-EVl:SED PROPOSAl, rORM PAG8 S OF 19 ADDENIltIM NO. 1 L ATTACHMBNT NO - 5 PAGE !i OF 19 o _:~(~Ut:i ..,I.. 4", !:.82f:350" U+..; I ~~EER ~ ~JG II PART B: STOkM WATER DRAINAGI IKPROVIMBNTS (COLLmCTOR S~RBET) QTY " UNIT a J. I 1,-"Sp6 +-- ! B2 I L !." l ~1~7~ I :'P , ! 616 LF :54 1 EA B5 5 EA B6 1. EA E''7 L BA B8 CORPUS ~HRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 II! IV OESCRll':t'IOl'f tlXI'l' PTUCS IN' nOtrRES 118' Dia. Rep 'Class III), ! ::omplete in place, I per Lineiill:" root" . 2t" Dia, RCP ICla6s III). co~:ete in place, j per Linear Foot '$ AS:- i i 30' Oia. ReF (Class HO, i complete ~n placf;l, I per Linear J,l'oot Concrete Headwall (CH-PW-O) I ~oX' ;;4" RCP, compJ.ete ir. place, ~er Each ~l $ . conc~~~e-:::dW~~CH-i'~'.D) for (2) 24" Reps, complete ir:. place, per Eac~ ~ ~ 5' Std" Curb Inlet \2' Wide:, ; complete in place, p~r Each ! :$ 5' Curb Inlet \4' Nide} , complete in place. ~er !ach s s $ $ $ ;; PAGE 24/4l v :UD IT_ BXTJ:H'l!lI'Olf (QTY X UlfXT PREC!J %l4' lI'tlltnlJlS) I $ .- S ~7(). . .0 ,~ e<<;J. ;.. t tg/ Ito. ~- 21 '-00. e"l:> I S; () O{.). . ( 140';. e,,- I 5~.5 Curb Inl.. 12' Oidel, ~A complete in Pl~e, per Each 2 . a.s' Curb Inlet (2' Wide) J E:A ! cO:TlJ?lete in place, per Each [" ~ 8:0 1 10" Curb Inlet (2' Wide), , ElJ.. I ;::ompll!te ir: place, per Eaoh i i I t-L-1l l - I 13..5' Ctlrb Inlet (4' Wide) E;a" , comphte in place, per iach I . ----I I 312 1 114' Curb Inlet (2 I Wj.de), L J;:A I <:!ompletl;l in phcQ, per 2aeh I,()(). c;,-- . ~ (Jt)(). c." 5Uv. q. J '2., ttV. c:." , ,. ~~. ~~. V> l REVIS&:tI l?RO..OSA.... POAA 'Mn: i 01" a AIlDENDlJM I!:O. 1 ATTACHMBn NO. 5 PAGE 6 01" 19 2::;; 208'5 '1: J2 3S182t350: EN(:, INEER I NG ! l ! I I I I I i BID I 1:7_ II !II Q'I'Y & T1.IIt'1' D.scalP'l'ION I I I I $ I I , S41fety End Treatment for i (2) le" Reps, complec:.e in , place, ~er Each i~-BU :~1 "",etyBnd T,eet.ent fo, ,. I . (2) 30" RCPl!l, complete in ~A I .. ,plao., per Ea.ch r-----T---r---. i ; 515 : "0 830 I ~_-:L/2l\ Concret~ Riprap Slope I 1. I ~ ~F . Protection, complete in. place, i l----l-- . ~~ """are 'oot_~ + ) 9J.~ I 10 ! Mit.er End of 30" RC Pipe, I I E:A I complete 1r: plac~, pliIr Each $ r~1 "" II 6' Concrete CUrb &. Gutt::- ~ I 'F complete in place, I ' ... per Linear Foot $ r---~:-r-- i Channel Iixcavation fe.X" ~I;- ~ . J.~78 I Regrading Ditch, complete .;,!) I Ftl ~F pla~e, per Linear Foot $ ----1 ---+- 919 I 1815 : C'~annel ixc:avat J,on, for Lat:eral I D~tchee, compleee In place, I LF t... I I 'Per :t.inear lioot m ~ $ . 620 Silt Fence for Storm water 892 Pollution ~~.vention, complete LF ~ :i.n place. per Lineotr Foot I $ t-" I i 521 , I seedinS tor Brcsion Control, i ~:I . i 228~56 . complete in place, I , per Square Yar6 I $ 3>.: 15n Trench safety for Storm 'ewer. : I ' :"'F per Section 022022, complete I in place per l,.inear 1"oot :;; I I 'i B1.: II ;;I EA $ IV UNIT P.R!C:C IN nmmJiS lIP 5"5"0, . ~d. Co 4.~O .{a:;J. f,. '$ It-e. I $ 0"" IS: 1$ II I fZ.'" ~ $ 2 c,c.a I ~. .$ 1.S" '). s:'- I $ I rOTAL BASE BID PART E (Items Bl th~ough B2~): $ R.liVIS!'D ~P.OPOBAL :rORM PJU::I , OF HI .A1lDBNtIt7M NO. 1 ATTACHMENT NO. S PAGE ? OJ' 19 PAGE 25/41 v D:ttl UII:H BXTDSJ:ON (Q'1'Y x WIT PR:l:C!B !N J'J:GtrRlIS) $ '0 h 100. " $ .. ~ tlC4 Co $ ,,- &3,Jt.o. ~ . 4. O~. ..,. +11$"08. . ZS: 11(). ~.. . o z,/, 1tro . c. -= . "'1-." 1" c.- $ ,,- 70. 3c:J J. .,." l 'e.~ r 46'&,+90. c/o ~~ 2~/2005 il:42 3b. 82b 350~ E~K,INEERI~fj PAGE 25/41 CORPUS CHRISTI INTERNA~IONAL AIRPORT INDUSTRIAL PAR~ PHASE 1 PART c: WAT_a DISTIUBUTIOB J:IIPROVIIH3N'l'B 1-' C2 I , . I \ I-....~ r--' . 12" Dia CSlOO PVC Waterline '-~ I 1~;5..1." (DR 18), eomple~E :i.n place, I +-=--. per Linear Foot ~"c. i ' 12" D10" ".etil. lrO" I ' 'Q ..todi,. (pr...ur. Cla.. , LF , 350), complete in place, per Linttar FOot 1 a"x a.x 12" Tee, complete in pl~ee, per ~ach i ---- 18"- 4!" 0.1. Bend, compl<ilte plilce, per 'Sac:h I i I UD I l ITBM i " , Cl QTT " ma'.t ::5 C6 I I C7 I I I :'8 I I I C9 I 1a I EA. '---t- '::10! ,3 i EA r- r E:A. 4 E:A p r I _ct> i 1 EA 229 LF II IU DJilSC1tIP'l'ION 397 LP' 8" 0).<1 CjOO PV': Waterline (OR :8), complete in place, per Linear :root 50 LF I. 8" Oia. Ductile Iron Waterline (Pressure Cla~i 3SCJ, complete I J.n place I per J..inear root ! $ ). BA 4 SA 3 ! 8' Plug, comple-:e UJ place, ~er Each 12"- 11-1/4" D.l. send, I complete in pll!lc~, per ~ I :t:l" - 4 5, 1l. 1. Be:nct, comp::'ete in place. p~r Each I - l~"x 12"x S" Tee, complete In place, per ~ 16"X 12' 'I'a.pping Sleeve (Wet Connection), complete in place, per ~ Remove anI;} Dispose of EX,'i,sting a" A.C.P. Waterline, complete per Linear Foot UVI SED PIlOl'OSAL 'O~I t1AQ;;I 8 OF 19 1$ I I $ I ill I 1$ + I $ $ 1$ I I ~ I , $ , , 1$ IV' V lI:I:D u_ BX1'BnIOX (Qn X tINI'l' PalOIl :J:H' l"IG1Jll.J:S) I T tm!T PRICK IN J'ttTCRBi $ u.~o cO $ 81,4-. ~ c.- jo. , $ 1 l $fJO. c,o $ ~. 3D. '$ ,0 5~, e$tJ. - 4$'.' .. $ 1.-.1 ()C). ,p ~c.. $ gco~ CoO 400.~ Is J .'0(). ,," 1- tco. o. CIllo $; ~()O. ~k;.V- ,,~ , ~ CO(). 5C:o~ c.O 00 $ ~ 000. fJSD. c,O I $ ~ 5"'-6. ,,1lo ~ I ~~O. ... '5: ~ .., It ,A $ ,. . ~.c,. I $ /832. "u ADOENDUM NO. 1 ATTACHMI!:N'!' NO. 5 PAG~ 8 or 19 0~ 25i2a05 _1:42 I I I II i ~ . ~ :eID QTY & I'I'Df t.llV:'J: , ~ , CD , 2 i i EA i , ; 814 4 EA 3;.,.821: 35€L ENe, INEER = i-lG In ~1Il SctIPTJ:ON I e" Tie- In/Connection, =-f' ; complete in place, p..:r ~ $ -I e" Gate Valve and Valve BOx, ccmpl~te in place, per Each f-C15 J-iA .: ~~r:~: r~l~~.:~ ~:~V:.~~X Ii elf> 6 Fire Hydrant ASBembly I' EA' (Type 1), ! compleee in place, per Each i r i i C1. '7 ! 1 lOSS CY L I C16 r I 2312 LF 1 Cement Stabil~~~d sana " Backfi 11, complete in plac/!, per Cu::'ic Yard I Trench Safety ter Wat2xJ.ine, I per Section. 022022, complete I in place, per Linear FO~ rv UliXT I'ItICB U' l'IQtIlUI:I i $ I i I zca &P $ . ,~ c..- Is ! ,,- , , IS-~ I I $ , t J~ tJ- $ . ,,~ J 5". $ 2.c,o I $ $ TOTAL BASE BID PART C (Ite31\1 01 through C1S): $ DVXSED PROPOSAL "0'211 SlAt;1I , OF U PAGE 27/41 v 1S:t!) !1'D U'l'BHSIOB <QTY X ~T PRICS III' I'lG'ORBS) 'Z-,'fco. C/O ~ .:3 t;.ct.). '" . ",-0 "1. S- ()(). I:> J (, e;O()." I- c.O Je.,,1&'0. 4'z4 ,,- ",. /'%1 e~(). . I ADDINDUM NO, 1 I ATTAClIMEN'r NO. 5 i PAQi: 9 OF 19 .;:.,i, ..", J. d", ,j:)(l t.N_,INi:..ER~N3 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE ~ PAGE 23/41 PART D: SANITARY SEWER (WASTEWATB~) IMP~OVBMENTS (COLLECTOR STRBBT) I I ! nD i ITn I I D1 D2 1 D~ , i ; i i ! D4 j I H- D5 I I ~ i ~ \ i D6 I I~ 2~: lv' I'~: I 09 I I I .r;;I; In I $ ~ a" Da.. l>VC (5DR 26) Sanitary sa I SeW!!r Gravity Lin~ (6 -8' I LF ' Depth)., complete i;;--4nl!!ce, , per Linear Foot $ -l,. ,.. Of.. .vc Sanitary 'o.or 40 Pressure Pipe (150 p;i} fOr LF Waterlina Crossing (0'-6' I I Depth), complete in place, I per Line;l.;a;' Foot I $ 8" Oia. PVC sanitary Sewer i Preslure Pipe (1$0 psi) fox I W!terline Crosl! in9 ! 6' -9 ' ! Depth J, complete in plaoe, per Linea~ poot , 40 L~ Q'l'r &: tlN!T OESCRIP'l'ION 197 LP 8' Dla. PVC (SP~ 261 Sanitary Sewer ar~vity Line (0'-6' Deptb.!. ~omplete in placQ, pEl:!': Linear Foot 20 r..r 694 1,1" 10" Di:3. P'lC (SDR 26) sanitary I' Sewe:t' Gravity Li.ne (0' -5' .0 epth) , complete In place. per Lin4ar Foot I 10" Dia. PVC (SDR 26; San:!.l:ary I Sewer Gravity L:i.ne (6' -8' I Depth). compl~t:e in place. , per Linear Foot 10" Oli!. l?vc (SDR 26) Sanieary Sewer Gravity Line (8'-10' Dept.h), complete in. place. I per Lin~Qr FOot i /to" Dia, Pvc S.an;i.eary Sewer i pressu.re Pipe (150 ps:i.) for I Watelrline Crossing (c I -6' Depth), eompl~te in ol~oe, I. _ I per !",l.near 1"OQt i lU:VXSI!lD I'RQ"OSAL "ORM "Mil 1 0 Ofi' B I $ $ $ IV UllJ:T PRl:Ci: IJI' 7IOmUIS V BID ITEK BXTl!IRSIOlf (QTY X OUIT ~ICK IN PIGURBS) '] ,,0 .;t)~ I $ I '35' ~ s ~ 00 $ I I 40,"" $ 3S-QI> i $ 1-" 40- I $ $ 4f. c. 0 $ I I I i I i 1$ I ;; 38. tI:1 , I i ADCEND\TM NO. 1 ArTACHM!!mT NO.5 PAGE 10 OF 19 5""(" (0. ,,0 J ,. ']..0 30 c.. I S-ZO. ,,0 ~. c," ~~ I 1~. c-~ t/JJ / I~ (,<<;. . 41n. c.t> , / S-ZO. ," ....i. ...... .l 0 :),~ UII.11NI:.Eh_tk i 1 I II III IV :&ID I'l'D on & mrrT DESCRIPTION UlIl'IT PRICm I:W .rIGU1U:S i tJ~ , 10" Dia. PVC sanitary StOlwer i 2C Pressure Pipe (150 pei) for 1 LF Waterline Crossing (6'-8' I ~:~~~), complete in place, ~Linea:r; Foot: I ~l ~ --- lIE. :::Jia. Bo::e " S1:eel Ca~in9 i SO I for 1)" Sam.ee.ry Sewer L,l,ne ~,.. i llF ,(8'-10' Depth), comphte in "I . plaoe, ~er Linear ~oot ~_L~-t 011 9 4' Dia. Fiberglas~ S~nitary ~A Manhole (0'-6' Depth), complete in place, per ~ 4!'~~ I $ I I $ t ~ ! ... 4S6. Co. ] t.,8co. I $ ~ ; I Co 0 I :300. i $ I ~ 012 ! i Extra Oepth for 4' nia, Manhole (Over 6' n~pthl. complete in place, per Vertical Foot ;1,6 Vp I $ 013 Fiberglass Rehal:li 1 i tation for 1 Existing Sanitary Manhole ] E'- (7.5 . Depth) , complete in ~.. L I place per :B:acb $ ~. $ , r- 1 I ! D14 197 I Cement Stabilized Sand , Backfi 11 J oomplet. in place, 3S"~ I Cy I Cu.bio: Yard 1$ $ I per , I ~ ! , ,. D15 Plowable Grout Backf :.11 fOr t i 365 i :V Manhole. I complete in place, i $ '0 c,." i , pe;l; Cubic Yard $ ~-14" i I Televised Inspection ot I I lJF Conduit., compl~te in pl~ce, I 3t:. I $ per LinMr Foot $ I i I I I 1 D17 I Trench Safety for Sanitary I 1449 Sewer, per section 02~O22! ! LI:" I coraplete in plaee, ).~O ! : per Linear Poo.!: ~ I I I $ TOTAL SASH BID PART D (Items 01 through Dl7,: $ RBVISBt> PROl'06}l..t FORM :>.:t..Gi 11 OR' B ADrJlm:lU'M Be. 1 ATTACHMENT NO. 5 PM! 11 OF 19 PAGE 29/41 V BID iTEM BXTDSION ((lTY X Tl1<t;t'1' PUCB III lI'IGtTREii) I I $ . #&0. c. $ .0 ..,. z,. S(..o . . c,.O '1-S,Ja;>. - -.. 4-.8M ' 4;~. ~ ~ ~B1S:tJ"O . ""co "?1l./ e~ . c.~ 4.34-7- 1 z.. ~(;i" . I'f>~ fI' 1. ~ -, {t!. 2!1D'5 2~; 4: "d 8. >-,350 EhG I NEER I !'-,G PAGE 3E1/4l CORPUS CHRISTI INTERNATIONAL AIR~ORT INDUSTRIAL PARK PHASE 1 ADDITIV. ALTERNATE NO. 1 r PUT Jr I Sn.lIT IMPROVSDNTS (PINSON DRIVlll) HI B2 ~- E3 1 E!4 I i ! ! Q'1'Y &. t:J1f:tT 3936 Sy 4547 SY '~547 BY 4547 Sy ---r--- - E:S 537 GAL E6 3974 li~ Sy ~ E7 I 930 SF Ii I II ~-- ,..--. , I .6:8 , ; ! 935 L 9F I E9 , i i ! EilO , , I j 24 3F , e ....il."i :r:L III 11 IS a IF '1' I ON Pavement Excavation, complete in place, per Square Yard Sub~~de Preparat~~n and Compaction, complete in place, par Sguare Yard. Geogrid, complete in plac~, par square Yard I 10" Crushed Limestone ll'lexible Base {Type A, Grad.e 1} I complete in place, per sq-..lare Yard Prime Coat (Q.~5 Oal(SYJ, complete in place, per Gallon 2-1/2" MMAC Pavement ('1''il?li: D) $~~f~ce Course, complete in i place, per Square Xard I --- I Reflective ~l;lvemQlne r1a:rking TYPE! (Y)(4") (SILO), complete in place, per Square ~oot RefleotivG Pavement Mar~ing I TYPE 1 IW} (4") (SLD) , compler.e 1n place, per SquaX'G FO..2..t I , Reflective Pavement Marking . TYPE I (W}(::'B"/ (SUl) , I complete in place, , per Squ4l.X'e P'OQt Traffic Control, complete i~ place, per Lump Sum IV V WIT PJ.tClI BID !TD IX~D81ON :IN fJ:WR.JiS (QTY X UNIT PRICK IN Ii'IGUR3S) I 3~ I $ &o- S II,tJo~. I $ I;~ I I i $ 5"''-8~. 1 S $ -;..1 S 1 Jot 5"'P'f. I.> . $ I $ I I +.I:P $ c;.4) ~'/~~ ~~cP $ "1- o!'. s-o $ , $ C" &. $ o. 3/111Z. $ ,.1~ /.7S: i!?' ~I $ /~3t;-. },~ J .. J"- $ t "z,,7. 5""0 t $ I $ i I I $ 2~O 1$ ~e. /,t:> . ~[kJo. c.... $ ~ #tJO. e" I 32 I ('S'J1 vf TOTAL ADDIT!Vli: ALTERNATE NO. 1 PART E: (Items Xl thrOugh :&:10) RlIV!$lID PROPOSJ\L FORfII PMIl 12 OF' B $ I ADD:elNI>UM NO. 1 I AnACHMEN'r NO. 5 . PAOE 12 OF 19 .::J ~dt!: -14 3:" 8~.t. 3:;0 to}'" WEER: HG PAGE 31/ 41 CORPUS CHRIST! INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 PART PO: STORM WATER. DRAINAgE IDROV1DmNTS (PINSON DRlVi:) :IV I I 1 , aIfJ i QTY &. IT_ tmlT i I f,' \7'3.1 I ,i SLt Fence f.or Storm Water ::'92 i Ii LF 1?ollution Prevention. complete II. $ : ' .. f' in place, pli;J;' Linear Foot I I ~-+-- ~ -- -_. F2 . I Seeding for Erosion Contrc~, I 1504 complete in plac~, I BY per Sql.lare Yard. II ! III v DlISCRIP'l':J:ON mil'!' UICI1 IN !'ItnllUllS BID I'l'ZK ~.NS:ION (Q~x X VHIT P~ICE ur FIfJtYRZS) ~~ I I : $ j i ! $ I 57'.. cP I $ t.~~ ~ ?3Bf - .-c=> TOTAL ADDITIVE ALTERNATE NO. 1 PART F: (Items Fl through F2) $ ?q~o . ~.v:V1SED FJtOPOSAL FOlil'l PACS 13 or :L9 A!1DBNDUM NO. 1 I ATTAOIMENT NO. 5 PAGE l3 OF 19 .,,~ _:J(J:J ";;'l... 4" ~tL ':,,j:>d t:N,:.INEEF'1 i'-.G PAGE 32/41 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 PART (3= SANITARY SEWJ:R CWAS'l'EWA'I'BR) IMPROVBJO:N'rS (PINSON DRIVE) I I n UI IV V 8%]) Q'rl" .. 1 UNIT PRIClil BID ITlDt J:rrD1SJ:O:If ITDt I mttT CJ: SCJU 1) T:I ON IN P'lCJmUIS (QTY X UNZr P2!~E L I IN' FIGURES) ! Gl 8' Dh PVC (SDR 26l Sanitary I 100 Sewer Gravity Lin~ (0 ' -6' I I r..P' Depth), completE! in plaoe, ~.~ ..0 I per- Linear Foot $ I $ 1,. ()OO. '~' 1 4' Di~, Fibergla~e Sanit&ry I Manhole (0'. Ii' Depth), c-- c.O I :SA $ oz,&o $ ~t 8/K). ' compl!i!te in place, per Bach . :. ~ G3 I Fib~rglass Rehabilitation tor I 1 Existing Sanitary Manhole EA (5.2' Depth), complete in ~ )"pO. r,-::J ~ S-~. c.0 I I Place,_per EACh ~ - $ , - !r I G4 I 32 Cement Stabilizect Sand I $ I Cy I Backfill, complete in place, ";~ J ,I 2.0. ~.. , I per Cubic Yard $ , , Ii I I " , lu Flowahle Grout Backfill for CY M:Rnh.olee, complete in pJ.ac:e, ~O ". ~ '-1a ~, per CuJ:ic Yard $ $ G6 100 Televised Inspection of i : Condu~ts, complete in pla.c~, tlO LF 'per Linear Foot I $ 3fM $ ,00, j , I i I J'i Trench Safety for sanitary I _00 Sewer J pe:J: Seetion 02202:2 LF complete in place, 5~ 5"~. "," per Linear Foot $ $ I TOTAL ADDITIVE ALrDNATE NO. 1 PART G: (Items Gl through G7) $ /41/ o. , "'..... UtI S2,t) I?!\05'OaAL FOIU'l PAC:!: 14 OF B A.!ID:&:NtlTJM NO. 1 ATI'AOHMi:NT NO. 5 PAGE 14- OF 19 ,....i'1t'_C.i""=" _ "il.) PAGE 33/41 CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PH~SE 1 ADDITIVE ALTERNATB NO. 2 PART Hz STREET IMPROVEMEBTS (COLLECTOR STRERT) S (PINSON DRIVE) J:U IV v OESCRJ:P'1'ION UlttJ:T PRICli .IX P%c:JUrUlS BID ITlilK lir.t'BNS:CON' CQn X UlfIT nICE IN FIQURlIS > t1 DELETE IT" 34* 10" Cru.hed ~ime8ton. Pl.xibLe ~a8e (~e A, Gr.de 1), par Square 'Yard I$~IC$ 6-3, 6,)& , $ D) I AD:O lTBM S4-A: 14" Iaime- 4547 Stabilized 7lAXible S.se- BY Oaliche, complete in place, j 2. ?~- 57, ? Jy. ~) per Squa~. 1'ard. $ $ TOTAL ADDI'I'IVE ALTERNA'I'E NO. 2 PART I: ($ ~'-$3. 1S ) (Items Xl thro~h 12) REVI SED PR.OPOSAL FORM PM! 1! OP B I ArlOENDUM NO. 1 , A'r'1'ACiIMEN'T litO. 5 i PAGB J.S OF 19 ,j,- -j L ~ J:)t:.l... c:.., '~l..'11 f 'it..d"':. _ f-~ CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 :eID SUMMARY TOTALS - ! BASE BID ! ! Total Bid I Total Bid I Total Bid I Total Bid i BASE BIDI I DESCRIPTION , Part A Items Al through A27 $ Part B Ite1l:'l1!!l 81 through B22 $ PllX't C Items Cl through ClS $ Part D Items D1 through D17 $ r'~l:- -:S4/4l TOTALS ~O/~/tf. B 0 e. 4~.4Jfo. . j C,. Z, e:;o. ec,) , c;.o IGo '~7. , TOTAL BASE BID (Parte A, B, C and D) I TOTALS - ADDITIVi ALTERNATE NO.1: $ 8e. I, Z 7 Z t ~z/ . ADDX'l'IW ALTBRNATB DESCIUP'I'ION TOTALS NO. 1 Total Bid El through 1$ 132-1 "91. 2,) Part Ii: Items EIO I i e.CJ I Total Bid Part F i Iteml!l Pl through P'2 $ 3,ttj f1o. I r i . ~~ Tota~ Bid Part G ! Items Gl through C;7 $ I If, C} J (). I i TOTAL ADOrTIVE ALTERNATE NO.1 (Parts E, F and G): $ TOTALS - ADDITIVE ALTERNATE NO.2: ADDJ:TIVB ALTIlRNATE NO. 2 I Total I Total Bid Part Bid Part s ADDITIVE ALTIRNA'l'E NO. 2 (Parts Hand r) I $ J sf { 577. z-f" ( 1S '],1 , ~~$ . , ~8j 1) ( ?~( '111 _ 50> ~ .p.EVtBm l:l1lO PO~A!.. FO~M PlllGB 11 .':JF :l.9 AZlDENDUN NO. 1 ATT~~T NO. 5 I .PAGE Hi OF 19 :J ";:'. :HJ ~ ::_: iL,. :' ~t., ;:.i':.... t"''''-'1 !-'Al.J1:. J:J/41 The undersigned hereby declares that he has visited the site and l"lae carefully exa,mined the planli, specifications and contract documents relating to the work cover~d by his bid or bids, that he agreea to do the work, and that no ~epreeentations made by the City ore in any sense a warranty but are mere e3timate~ for the guidance of the Contractor. upon notification of award of contract, we wi~l within ten (10) calendar days execu~e the formal contract and will delive4 a Performance Bond (as required) for the taithfu: ~erformance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in o:he amount of 5% of the highest amount bid, ia to become the property of the City of Corpus C~risti in the even~ the contract and bonds are not executed within the time above set forth as liquidated damages Ear the delay and additional work caused thereby MinoritY/Mino~ity Bu.i~ess Ent.rpri.. Partioip~tion: The apparent low bidde~ shall, within five days ot receipt of bids, submit to ':he City Engineer, in writing, the n.!.mes and addresses of MBE firms participating in the contract and a description of the work: to be ~erformed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds w~ll be prepared in not less than four counterpart (original signed) seta. Time of Completion: The undersigned agrees to complete the work within 150 calendar days from the date designated by a Wark Order. The undersigned further declares that he will provide all necessary tools ond apparatus, do all the work and furnish all materials and de everything required to carry out the above mentioned work covered by this proposal, in strict acco4dance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. number} : ReceiPt; of ffi;. the following addenda is acknowledged ( addenda. Respectfully submitted: Na.rne: m.uc.lt C. OcMo1 SEAL - IF BIDDER rs By: a corporation) (SI Address: /~( S~'1 2d. (P.O. Box) (Street) ~~ Chnsf( , rx 16409 (City) (State) (Zip) Telephone: 3"1/ 2" ,./el-ZtO NOT!:: Do not detach bid from other pape:rs P'll;t :.n wi.tr.. ir:k and submit comp),et:,., with ~tt8ehed ~pers (Revised AUiUSC 2000) ~Il'V.l:&Ji:tl PROPO~ PORM PAGE 17 011' ISl ADDEJItlUM .0, 1 ATTACHMENT NO _ 5 I PAGE 17 0]<' 1 $I PERFORMANCE BON D BOND NO. PRF08393464 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Kinc;r-Isles. Inc. of NUECES County, Texas, hereinafter called "Principal", and FIDELITY & DEPOSIT COMPANY OF MARYLAN)I* a corporation organi zed under the laws of the State of MARYLAND , and duly authorized 0 do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus ChI' i st i, a mun i c ipal corporation of Nueces County, Texas, hereinafter ca lIed "ei ty", in the penal sum of ONE MILLION, FOUR HUNDRED TWENTY-THREE THOUSAND, EIGHT HUNDRED FIFTY-ONE AND 05/100 ($1,423,851.05) DOLLARS, lawful money of the ['nited States, to be paid in Nueces County, Texas, for the payment of whlch sum well and truly to be made we bind ourselves, Our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas 1 the pr 1 ncipal entered into a certain contract wi th the City of Corpus Christi, dated the 11TH of OCTOBER , 20~, a copy of which is hereto '" attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 - PROJECT NO. 1098 (TOTAL BASE BID + ADD.ALT.NO.1: $1,423,851.05) NOW, THEREFORE, lf 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 FURTHER, 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. *CCJLONIAL AMERICAN CASUAlTY & SURETY CO. Performance Bond Page 1 of 2 Trus bond 15 oiven to meet Ve non's Civil Statures of Texas, St +:e of Texas. the requirements of Article 5160, and other applicable statutes of the The undersigned agent is hereby designated by the Surety herein as tne Agent Resident in Nueces County to whom any requisite notices may be de lvered and on whom service of process may be had in matters arising OJ' of su=h suret ys ip r as pr ovided by Art. 7. 19-1, Vernon I s Texas Insurance~ode IN WITNESS WHEREOF, this instrument is executed one of which shall be deemed an original, this the OCTOBEP 2 O~ in ~ copies, each 17TH day of PRINCIPAL KING ISLES, INC. _______"J By: ~:.-~ ~~ I~ ATT~ ~~. Secretary F/~ "( "~ (Prlot Name) o<~__;:y~ j,// ~v rr? )~tlcl , SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO. By: --~:Y (~g-?'1 /;P~--?--< At torney~fix':::'fact , ./ M~'RY F.TJ.,F.NMOOPE Prlot ame) --..7";;.~ ~encJr: SWANTNER & GORDON INSURANCE AGENCY Contact Person: HARY ELLEN MOOPE Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of PerfJrmance Bond must not be prior tc date of contract) (Revised 9/02) Performance Bond Page 2 of ;' PAYMENT BON D BOND NO. PRF08393464 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Kinq-Isles, Inc. of NUECES County, Texas, he re inafte r called "F r i ncipal", and FIDELITY ~, f1FPnC:T'l' ('nMPl>.NV nF Ml>.RVT.:l>.N1Il* a corporation organizec under the laws of the State of MARYlAND an,j duly authorized to do business in the State of Texas, hereinafter ca~ led "Surety", are held and firmly bound unto the City of Corpus Ch Jstl, a municlpal corporation of Nueces County, Texas, hereinafter ca_led "CJty", and ULto 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 ONE MILLION, FOUR HUNDRED TWENTY- THREE THOUSAND, EIGHT HUNDRED FIFTY-ONE AND 05/100 ($1,423,851.05) 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, adminlstrators and successors, jointly and severa ly, firmly by these presents: I" THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the prl ncipal entered into a certain contract with the City of Corpus Chrlsti, dated the 11TH day OCTOBER , 20~, a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 - PROJECT NO. 1098 (TOTAL BASE BID + ADD.ALT.NO.1: $1,423,851.05) NOW, THEREFORE, jf the principal shall faithfully perform its duties ano 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 modi fication to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED 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 change, extension of time, alteration or addition to the terms of the con tract, or to the wor k 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. *CDLONIAL AMERICAN CASUALTY & SLJRETY co. Payment Bond Page 1 of ~ ThIS bond IS given to meet the requirements of Article 5160, Vernon's l:ivil Statutes of Texas, and other applicable statutes of the State of Texas. The term2 "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent 18 llereby designated by the Surety herein as t~ Agent Resident in Nueces County to whom any requisite notices may be de lvered and on whor service of process may be had in matters arising OJ of such suret ys ipi d S provided by Art. 7. 19-1, Vernon r s Texas 1--: sura nee ':ode IN WITNESS WHEREOF, this instrument is executed in ----L- copies, each one of which shall be deemed an original, this the 17TH day of OC'1'CjRRP 2:J ~. PRINCIPAL KING By: FRANCIS L. YOUNGBLQOD (Prlnt Name & Tltl~/ I' ATTES'L ~ -:::>"- ~ s€--cretary ,rr~~c/ ~ (Prlnt Name' /~?AJ /j/, (/#",)~I , SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL M1ERICAN CASUALTY & SURETY CO. BY:.~:;;, ~&-?7 ~~Z/U ......- ;" Attorney-::'yn-fact M~RY RTd,F:N M()()RR .Prlnt ame) i.....1 j ~.JI.i_ s: Agency: Contact Person: Address: SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of ;' Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations o~theS aryland, by PAUL C. R. OGERS, Vice President. and T E. SMITH, Assistant Secretary, in pursuance of u tj! y Article VI, Section 2, :If the By-Laws of said CompanIes, which are set forth on the reverse' ~ ere.,' led to be in full force and effect on the date hereof, does herebv nominate, consti 0 ~ en MOORE, R. M. , ., LEE. Diann EISENHAUER, Michael A. WHI~ a,g . us Christi, Texas, EACH its f...me and lawful agent and Atton~eY-in-F \fi))n~D, te , r, and on its behalf as surety, and as its act .md deed any and all~on' . lkhi'gs s ehalf of Independent Executors, Community Survivors and Co et" a ians, ' of such bonds or undertakings in pursuance of these presents, ~hall be as bmding ~ i J.c,()~~'W~~d amply, to all intents and purposes, as if they had been duly executed and acknowledged b~~~rl~fe\cted officers of the Company at its office in Baltimore, Md" in their own proper persons. ThIS power\ff)rtt6'me'y revokes that Issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R, M, LEE, Diann ElSENHAlER, Michael A WHITNEY. Irene BLUEMEL, dated July 22.2003. fhe said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2. of the By-Laws of said Companies. and is now in torce. IN WITNESS WHEREOF, the saId Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the (orporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL '\MERICA'\. CASe ALTY AN I) SURETY COMPANY. this 13th day of October. A.D, 2003, \ TTES1 FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY o:y V~ ~ r E. Smith Assistant Secretar\' By: Paul C. Rogers Vice President State of Maryland } 55: City of Baltimore On this 13th day of October, A,O. 2003. before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each tor himself deposeth and s<Jith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers wele duly affixed and subscribed to the said instrument by the authority and direction ofthe said Corporations, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above wTitten. :;S/,?U~J Dennis R. Hayden Notary Public My Commission Expires: February 1,2009 POA-F 168-9883 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'Article V I. Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior V Ice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident ViCe-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to Juthorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in [he nature of mortgages,. ..and t<> affix the seal of the Company thereto," EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 'Article VI. Section 2. The Chainnan of the Board, or the President, or any Executive Vice-President, or any of the Senior V lce- Presidents or V ice- Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, poliCIes, contracts, agreements. deeds. and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. .and to affix the seal of the Company thereto," CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be Signed by facsnnile under and by authority of the following resolution of the f{oard of Dnectors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the ] Oth day of May. 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY ('OMP A"IY at a meeting duly called and held on the 5th day of May, ] 994. RESOLVED: "That the facsunile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter. wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed:' IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seals of the said Companies, thiS 17TH day of OC'l'OBER 2005 Gfd~ Assistant Secretary Il@ ~ Fidelity and Deposit Company of Maryland Home Office: P,O, Box 1227, Baltimore, MD 21203-1227 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 Yau may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TillS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S854Jf(TX) (08/01) 8 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk ofloss resulting from acts of terrorism (as defmed in the Act) under this bond is $ waived . This amount is reflected in the total premium for this bond. Disclosure of Availability of Covera2e for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defmed in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defmed in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1 % of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government partiCIpates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in anyone calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: ] . to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defmed in section 40102 of tide 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4, to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course ofa war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 ~0050749.doc ~-~:> !.1j.j~, 1.. 4L 3Si 821-: 350. ENGINEERli',G PAGE 35/41 ~ CITY Of CORPUS CHRISTI DISCLOSURE OF INTERESTS City of CorpUl! Christl Ordinance 17112, as lmended, requires all persons or firms seeking to do business with the city to provide the following Inform8tlon. Every queatlon must be answered. If the question is not ilpplicsble, answerwltt1 "NA". FIRM NAMe: K'''i / 'S/E.<; ~ /11 C . , .. ....., . , .. ,,'........ ..... "to . .. ;0" " '" ... . . . ~ c~:"c.;;~s""~sl~;"""'.'" "'~~~~"7i!6"", , STReeT: 1(;-1-{ 1~ftls~ /<d.. FIRM ... Corporation V 2. Partnership 5 Otl"er 3, Sole Owner 4. Association DISCLOSURE QUESTIONS [f additional space 1$ necessary, please use the reverse side of tt1is pege or attach seperlte ~heet 1. St.., the names of eech "tmp/oyee" of the ell)' or corpus Chrlltl havIng an "owner8hlp interest" COMtltutlng 3% or more of the ownership In tb. Ibo\te nllmed "f/nn". Name Job Title .nd City Department (if known) ,., /~ I 2. StItt the namee of ..~h "official" of the City of Corpul Christi havIng an -own.rehlp Interest" constituting 3% or ntore of the ownership in the above n.med "firm". Name Title IV /4 3. 81. the n.".s of each "ballrd member" or the City of Corpu. Chrieti h.vlng an "ownership Intenst"' con.tltutlng 3% or more of the ownerlhlp In the above named "flrm". Name Board, Commls$lon or Committee J.I / A. 4. State the nun.. of e.ch .mployee or officer of. "conaultlnt" for the City of Corpus ChriltJ who worked on any matter related to the eubJect: of this contract and has .n "ownenUlIp Inte....r. COn.ututlng 3% or more of ~ ow....rshlp In the .boy. .,.mld "firm". Name Consultant JJ //Ar - CERnFrCATE I certify thlt III information provided Is trJe and correct as of the dete of this statement. that I have not l<nowIrJlly wfthhekl dieclosure or eny Infonnatlon requested; Ind tf1at supplemental etaleml!l1t!l wll' be promptly submitted to the city of Corpus Cl'lrlst', iexas 88 changes occur. . Certifying ~erson: ~~ L.. 0 ,,/~ TItle: PrEs/dElff ype or n Sfgnature~Certi~~pe~' . ~1u.~f ~I, Zoot;; RBVI liltO P!\OJO~ row PAa 18 or '9 ADDEND~ NO. 1 ATTACffMENT NO. 5 PAGE 18 OF l5l J, ~'" / ~ J!:J- . . a. ;o~d25 :ilL Ei~G ~ ~~EEF~ : t,rei PAGE 37/ 41 DEFINITIONS e, "B08rd Member". A member Of any board, commission or committee appointed by the City CouncIl of the City of Corpus Chrl.ti, Texa8 . t). "Employee", Any per,en employeo oy the City of Corpus Chrl&ti, Texat'l, either on I full or part time baeis, but not 18 an Independsmt oontractor. c, "FltmW, Any entity operated for economic gein, wn.ther professional, Industrial or commercial and whether estliblfshed to produce or deal with a product or service, including but not limited to, .ntltles opereted in the form of 8018 prOprietorshIp, as self-emPf~d person, partnership, corporation, Joint stock; company, joint venture, receivership or trust and tKltltl18 which. for l)urpose$ of texatlcm, are treated ae no,,-profit organizations. c. qOfticial". The Mayor, members of tn. CIty Council, City Manegflr. Deputy CIty MII'IQgsr, Assl8t~nt City Managers. Depertrtlent end Of visIon Head. and MunlolpeI Court Judges of the City of Corpus Christi. Texas. e -Owner.hip Intere:!t". Legal or eqUitable interett, whether Idually or constructively held, in a firm, includIng when Such interest is held thrOUgh an agent, trust, estBte Or hOldtlg entity. "Constructively held" refers to holding or control establIshed throogh voting trustl, proxiMi or speclel tfl~ or venfure or parttiership agreements. "Consoltantft. Any person or tlrm, such as engineers and archltactt, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation, i' RBVU5:J) PROPOSAL J'OJU.l PJ\,GI!l: U or u I Jl.DCSlND'UM NO. 1 AT'l'ACHMINT Jro. 5 PAGB 19 OF 19 _..... ___M.--._--~._~____."__.,~..-_.,__..~_._.-____,C'" I ACOBD_ I..",,"''' Swantner & Gordon Ins Agency P O. Box 870 Corpus Christi TX 78403-0870 Phone: 361-883-1711 Fax:361-844-0101 Cf:RTIFICATE OF LIABILITY INSURANCE OP 10 N DATE (MM/DOIYYYY) KINGI-S 10 17 05 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURED INSURERS AFFORDING COVERAGE INSURER A Am. Cas. Co. of Reading INSURER BU. S. Fire Insurance Co. --------- INSURER C Valle For e Insurance CO. INSURER D Texas Mutual Insurance CO. INSURER E: NAIC# v King-Isles/ Inc 1641 Golds't-on Corpus Christi TX 78409-2800 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 20508 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECiAl PROVISIONS Project: Corpus Christi International Airport Industrial Park Phase 1 Project No. 1098 ~ CERTIFICATE HOLDER City of Corpus Christi Engineering Services ~ Attn: Angel R. Escobar Po Box 9277 Corpus Christi TX 78469 CANCELLATION CICO-Cl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ~EfEXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~AYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, AUT 0 REPRE ACORD 25 (2001/08) .'''-',_~ -- --- ".. .-.-------""-..-.-- ----'-'--, ._-'"-~.,_..." ..._. .,-".._<"""--~._.__._.._.. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) CERTIFICATE HOLDER: City of Corpus Christi The C~ty of Corpus Christi ~s named as Additional Insured on General Liability and Auto Liability policies. v Waiver of Subrogation as required by written insured contract in favor of the Certificate Holder applicable to Workers Compensation, General Liability and Auto Liability. Project: Corpus Christi International Airport Industrial Park Phase 1 Project No. 1098 COMMERCIAL GENERAL LIABILITY CG2010 1001 THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY V/ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: .. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ../ City of Corpus Christi Department of Engineering Services Attn: Contract Administrator p, O. Box 9277 Corpus Christi, Texas 78469-9277 (If no entry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) A Section II - Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B, With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or property damage" occurring after: ( 1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal a~ part of the same project CG 2010 10 01 Insured: Effective King-Isles, [ne ./ 5/26105/'7),u-.J p/ / RandaIM,~ Authorized Representative Pol# C2070920801 V-' Managing Partner Title: TE 99 OlB \/ ADDITIONAL INSURED This endorsement modifies insurance provided under the following: / V BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement chan es the Endorsement Effective effective on the ince tion date of the olic unless another date is indicated below: Policy Numbel 5/26/05 y C2070920894 V King- Isles, Inc ,/ V Countersigned by Named Insured The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi Dept Of Engineering Services Attn: Contract Administrator p, n Box 9277 Corpus Christi, TX 78469-9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance, We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 01B - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19. 1992 ATT ACHMENT 2 20F2 COMMERCIAL GENERAL LIABILITY CG 020501 96 THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY y/TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: /COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE City of Corpus Christi Dept Of Engineering Services Attn: Contract Administrator v'" P. O. Box 9277 Corpus Christi, TX 78469-9277 Number of days advance notice: THIRTY (30) / Named Insured: King-Isles, IDe ..,,'" Policy Number: C207092080 1 \I Effective Date of This Endorsement: 5/26/05 Authorized Representati ve: ~/ Name (Printed): K M. Lee Title (printed): Managing Partner CG0205 (01/96) ATTACHMENT 3 lOF3 TE 02 02A ,/ CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies msurance provided under the following: v BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement chan es the Endorsement Effective effective on the ince bon date of the olic unless another date is indicated below: Policy Number 5/26/05 -/ C2070920894 ~ King-Isles, Inc /' / Countersigned by Named Insured THIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: City of Corpus Christi Dept. Of Engineering Services /' Attn: Contract Administrator p, 0, Box 9277 Corpus Christi, TX 78469-9277 Authorized Representative: Name (Printed): Title (Printed): R. M. Lee Managing Partner FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective 3/92) ATTACHMENT 3 20F3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7-85) fEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule, The number of days advance notice is shown in the Schedule, This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule I. Number of days advance notice: 30 v/ 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator POBox 9277 Corpus Christi, TX 78469-9277 // ./ This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 5/26/05 v' Policy No. SBPOOOI037428 V- Endorsement No. Insured / King-Isles. Inc V lnsurance Company Texas Mutual Countersigned By: ~ WC 420601 Name (Printed): R. M. Lee (Ed,7-84) Title (Printed): Managing Partner ATTACHMENT 3 30F3