Loading...
HomeMy WebLinkAboutC2005-500 - 10/11/2005 - Approved /^. . King-Isles :Q y , ! -& -4 " Nt t ! { 2005-500 10/11/05 M2005-343 1I~ 0' i <ll I .~ r. t ~ 't {f< t .- r r~RTINEZ, GUY & MAYBIK, INC. {144 Corona Drive, Suite 242 torpus Christi, Texas 78411 Phone: 161/814-3070 Fax: 361/814-5508 'r ~l t I ! P~JtcT I ,; + NOs: [JIDPAR'I'MEl'~T OF ENGINEERItJG SERVICES CITY OF CORPUS CHRiSTI, TEXAS Phone: 3. 61/880-3500 ( Fax: 3Gl/880-3501 --+----, --- ;;:~' 2r4, I ~~~ A ~ ~..~.~...!.~~\\. ... \) -?>., * "'~Ql t jt! *.... ....+ #1 /lt1t: ~1t ~ it! ..................................... ~. ~ RiCARDO MARTINEZ ~ fI\ .....................................;it! ~~\ 58265 ..: ~it! 'j sr... -9 <;).... <v!t;~ '..~.....~~ JST. ~f-~..::. ...... ~"""...,..,.. ~'u 81 ........ ~ \\,-~'tt5 \ ADI..AJ1;> . r ,..... FOE ..... NO~ STO 118 ~...--... 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: September 12,2005 I , ~~,p C" / Pages: 2 (including cover sheet) From: Angel R. Escobar, P,E. 1-..... c..-~~ Director ofEngineerin e ices Subject: Miuor Storm Drainage Improvements-Group B Projects River Canyon Area (Catfish/Rolling Ridge) Project No. 2240 Glenoak/Flour Bluff Drive Project No. 2184 TanglewoodIBonner Project No. 2255 Addendum No.2 Comments: This fax transmission contains the signed, sealed addendum from Martinez, Guy & Maybik. The addendum modifies the drawings. 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. .., Cit)' of Qipus = Chiisti I ADDENDUM NO.2 I September 12, 2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: MINOR STORM DRAINAGE IMPROVEMENTS' GROUP "B" PROJECTS PROJECT NUMBERS 2240, 2184, & 2255 Prospective Bidders are hereby notified of the following modifications and clarifications to the Contract Documents. These modifications and clarifications shall become a part of the Contract Documents. All provisions of the Contract \ documents not specifically affected by the Addenda will remain unchanged. I. CONSTRUCTION DRAWINGS Sheet 2 of 44. General Notes. 'Environmental' Notes , ADD: The following will be added at the end of said group of notes: EV-6.EROSION CONTROL FABRIC SHALL BE USED TO PROTECT THE PROPOSED RECONSTRUCTION OF DITCH AREAS DURING GRASS-RESTORATION AT THE GLENOAKlFLOUR BLUFF DRIVE PROJECT SITE. IT SHALL NOT BE PAID SEPARATELY. BUT SHALL BE INCIDENTAL TO THE LUMP SUM PRICE FOR 'HYDROMULCH SEEDINGIMAINTENANCE FOR GRASS RESTORA liON'. Please acknowledge receipt of this addendum in the appropriate place in your REVISED Proposal Form. Ricardo Martinez, PE Martinez, Guy & Maybik, Inc. No Attachments Addendum No.2 Page ] of] Engineering Services , P,O.Boll9277 · Corpus a.ris!!...Tc~ ~-9277 · (361) 110-3500 '-'-- 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: September 9, 2005 , '1~ Pages: 30 (including cover sheet) Angel R. Escobar, P.E. L ~ Director of Engineering Services '0 f- Minor Storm Drainage Improvements-Group B Projects River Canyon Area (Catfish/Rolling Ridge) Project No. 2240 GlenoakfFlour Bluff Drive Project No. 2184 TanglewoodIBonner Project No. 2255 Addendum No.1 From: Subject: Comments: This fax transmission contains the signed, sealed addendum from Martinez, Guy & Maybik. The addendum modifies the 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 == Chnsti -. /.ADDENDUM NO.1 I September 8, 2005 ~~ TO: ALL PROSPECTIVE BIDDERS SUBJECT: MINOR STORM DRAINAGE IMPROVEMENTS GROUP"B"PROJECTS PROJECT NUMBERS 2240, 2184, & 2255 Prospective Bidders are hereby notified of the following modifications and clarifications to the Contract Documents. These modifications and clarifications shall become a part of the Contract Documents. All provisions of the Contract documents not specifically affected by the Addenda will remain unchanged. I. CONSTRUCTION DRAWINGS A. Sheet 2 of 44. General Notes. 'Environmental' Notes ADD: The following new note will be added at the end of said group of notes: EV-5. EROSION CONTROL FABRIC SHALL BE MIRAMAT 1M8 BY MIRAFI. OR APPROVED EQUAL. AND INSTAllED AS PER MANUFACTURER'S INSTAlLATIION REQUIREMENTS. B. Sheet 3 of 44. Quantities. Part IA'. River Canyoun DrainaaelmDrovements. Catfish Drive Cul-de-sac ADD: Construction item A26 after item A25 to read as follows: A26 5' DIA. FIBERGLASS MH WI CONCRETE BASE EA 1 Renumber all subsequent item accordingly, e.g., the original A26 for 'Trench Protection System' becomes A27 and so on, and ending at A30 for 'Traffic Control'. C. Sheet 5 of 44. Catfish Drive - Plan & Profile. Station 1 +31.62 1. ADD: REPLACE ~ISTING SANITARY MANHOLE WITH PROPOSE~5-FT. DIAMETER FIBERGLASS SANITARY ANHOLE. STA. 1+ 31.62.18.42' LT. T/RIM=83.45.FL=80.14 (See Attachment No. 1A to this Addendum No.1) Addendwn NO.1 Page I of3 Engineering Services POBox 9277 · Corpus Christi, Texas 78469-9277 . (361) 880-1<iOO 2. DELETE: Boxed Note: Remove & Replace 20 LF of 1 O~ VCP with ioint of 10" PVC. ADD: The following boxed note in lieu thereof: REMOVe & REPLACE 30 LF OF 10." VCP SANITARY SEWER WITH 10" PVC SDR 26. INSTALL A FULL JOINT OF NEW 10" PVC SANITARY SEWER CENTERED ABOVE PROPOSED STORM SEWER PIPE. (See Attachment No. 1 A to this Addendum No.1) D. Sheet 6 of 44. Rollina Ridae Trail - Plan & Profile. Station 4+45 DELETE: Boxed Note: Replace 20 LF of existing 6" VCP wI one single joint of 6" PVC SDR 26. ADD: The following boxed note in lieu thereof: REMOVe & REPLACE 50 LF OF 6" VCP SANITARY SEWER WITH 6" PVC SDR 26. INSTALL A FULL JOINT OF NEW 6" PVC SANITARY SEWER CENTERED ABOVE PROPOSED STORM SEWER PIPE. (See Attachment 1 B to this Addendum No.1) F. Sheet 9 of 44. Glenoak Drive - S. Plan & Profile. Baseline A - Sta. 0+00 to Sta. 3+00 DELETE: Note: Erosion Control Fabric and Hydromulch Seeded for grass restoration. ADD: Note: INSTALL EROSION CONTROL FABRIC AND HYDROMULCH SEED FOR GRASS RESTORATION ALONG SLOPED SLIDES OF DITCH. (See Attachment 1C to this Addendum No.1) Addendwn No.1 Page 2 of 3 G. Sheet 15 of 44. Flour Bluff Drive - Plan & Profile ADD: New No~: INSTALL EROSION CONTROL FABRIC AND HY[])ROMULCH SEED FOR GRASS RESTORATION. ALONG SLOPED SLIDES OF DITCH. (See Attachment 1 D to this Addendum No.1) II. PROPOSAL FORM DELETE: The current Proposal Form. in its entirety ADD: In lieu thereof. Jhe revised Proposal Form that is attached and made a part of this Addendum No.1 (see Attachment No.2). Please acknowledge receipt of this addendum in the appropriate place in your REVISED Proposal Form. END OF ADDENDUM N Ricardo P. Martinez, PE MGM Engineering Attachment: Addendum No. I Page 3 of3 Q) c: :.:J 0 <: ( - s Q) Q) ~ ::J: U ~o ~ ~~ : 0 ~ .a. ~o ~fE Q) go > lit? .S ~!$! --J 0 ceO W 0 0:: a WOo <: :;:)0:: ~g ...... <.> a:::(/) Q) oW 0 Q) iiim ~ z~z V) l:i~ o 0 o oJ:: g~~ a::: W ~i~ .)... ~ 00 l.&J_" a:::(/) ~ ~ 8 I I g~ I ~E I zm o ~f!! f:rl ;C ~ I 0:: ~~ I i~~ I :E o!z ~I ~ Co 8 ::11 ~I I 81 + o (I) lU :I: ::t: 0 ~~i ...,O~ 'II( _ Zfa \ I~~ ~ ~ ~ (I)~~ ~~:I: ~~x o.lSf ~ 0: c.; 2 C c.; tt)t; ~ ~~ "-0: (/)0. Ql 1! oj i -if;! cIS 's'=1 31 i :'l' iIi~ II~~ .......c! Ii III ~dai CI) Q) j:::: (J V') .~ Q: ~ :t: 01 <.,) c: .C: V') ~ :::> (I) .S CB:18:~g 04.1.... <.,)J....:o ~ ~ ~~ Q:fd ~a ~a: I~ C:iQ.. ::s ~o o~ ~ ~ i: ::e 'to- o >- I- - <.,) -- c: Q) E t: o ~ Cl ~ ~ a.: ~ <: ~ I ~ c:::s ~ S (S ~::I ~ ~II~ ~ '<s ~ ~I " !lOll ~ I:: ~ ~ ~~~1V)5 ~ U)~~~ ) -::-i~st;;5 ~ 0 I ~ q I i O)~ .... I ~ ~I::: i g, ~ ; en . I~~ I >I:: ~ ~ ~ c !~ ~~ () o - i;:t -f 13 -< ICb i:J 0 j .... 10 - I ..., -f () ~E~J~ :J' tI) -0 ~..." Cb c: ,~ tI) I :J' !IO () ::t: :::0 (i) ~ ~ < o' Cb CIl ~ ~ G;) ~ ~ ,..., ~ ci ~ :D C) r'l .--< ~ ~~ <~ ~ .~ ~ ~ ~ :tJ CJ) ~c:g ~~ ~i:: \)t::) tx!~ ;g~ ~; @~ c i ~~ L_ ,"::'i rr-, '-''''' :tJ01 ~ -i 1>"0 .?~ :::;, .\ /' \~' '. "'\ ~' ~,"''', ~ AIlIP : AJ: ~ _ ..,: _:* ..L~S> ;:T .... 0 ". ~ ~ ~.~~ i >- ~ ...... ~t~~ .....:.C!f .;;0' ''Y' ~ifSl 01 : 0: ... '"" ='" (X):o: \(1'\~ '-1 "->' '*. ~ ~ '" 0) l ~ i : o~ ~\~ (J1 : >- : : .,,~ '~', ~ :::0: /h:/.!!:i ~ " . .... ' ,~ Zr ,'. : - : .' ..L ';1! .'Y~'" : Z : ....4.--,iIt ~RI~I;;";?/ \f 1 ~'\.,"~,--- -' CD L,- - ~"""'-"",' ci I ...,..-~ ~ H:H ~~1\ ci z .-1 ~ I #'i?,..... : z: .....~ ~ l.I.. .s.. I I/~/ ! ~~ 1O~% ::E~~ lelSl !~i I in! I! :.A7:~: <0 W~~ 5::E, ~ jll: I ~ ~~~~~o!~~12 ffir5f3 (J ~IJa N..~ ~~~\ !ollO~~/~ o~" .iii&ld! oN ~"'" :~: .....~~ ~<~ '~l:'! I ~~: ~:..,. !~ - - ~"""'+;. ~: .$" u~ M : ~'-"~ ---- ~ i:: I ~ .~ I ~ ~ ~ ~ I 0 ~ I ~ .~ I ~1I1~~'~ ~IlIJ ~~ tfi o~.... o :t II i! tl lJl ei~i 1~~1;l l r "~ 1!5i' w I~MI;l ~~ ~~ :1 ) I ) ~ I!! ~ G~ ~2S ~~ ~~ a: ;z:~ ~~ ~~ ~~ ~li) Q ~~ ~ U 01 ~:2: - ~o ~ a.:~ ~ o - 't- .... 0 c:: CD >- E J.- 1:: - 0 0 Q. CD 0 ~ ~ <:) ~ a: ~~ ~ ~t:cl ~ --(3 ~a: I ~~ ~ ~. C::Sa.. c::s ~5 ~ o~ ~ c5 ~ ~ a; 0 ~ ~ ~~Il! ~ I~ ~'Oj~.... ~~ ~ 0 I <E) i~l~ 8 PRO P 0 S A L FOR M F i) R MINOR STORM DRAINAGE IMPROVEMENTS - GROUP "B" PROJECTS RIVER CANYON AREA (#2240) GLENOAK/FLOUR BLUFF DRIVE (#2184) TANGLEWOOD/BONNER (#2255) DEPARTMENT OF ENGINEERING SERVICES ADDENDUM NO.1 ATTACHMENT NO." PAGE 1 OF 22 :ITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM Page 1 of 22 Addendum No. 1 PRO P 0 S A L Place: Date: Froposal of a Corporation organized 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 necessary equipment, and to perform the work required for: MINOR STORM DRAINAGE IMPROVEMENTS GROUP "B" PROJECTS RIVER CANYON AREA (#2240) GLENOAK/FLOUR BLUFF DRIVE (#2184) TANGLEWOOD/BONNER (#2255) " at the locations set out by the plans and specifications and in strict accordance wi th the contract documents for the following prices, to- WIt: ADDENDUM NO.1 ATTACHMENT NO. II PAGE 2 OF 22 REVISED PROPOSAL FORM Page 2 of 22 Addendum No 1 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS I I __~~_~+________ III ITEM I QTY i DESCRIPTION STREET, PAVING, DRIVEWAY, & SIDEWALK ITEMS ~--- Al IlLS Mobj lization/Demobilization/ Bonds,:::omplete per LS 150 SY I Remove existing asphalt pave- ment, complete in place per SY , ~-A4 --~:LOO SY1' Remove Existing Concrete ,Driveway & Sidewalk, complete I I per SY I - ~2 f60 ,;'\3 BASE BID PART 'A' - RIVER CANYON DRAINAGE IMPROVEMENTS CATFISH DRIVE CUL-DE-SAC IV UNIT PRICE V TOTAL $ LF Sawcut Existing Asphalt Pavement & Concrete Surfaces, complete per LF $ $ $ 150 SY Mill & Reconstruct Asphalt Surface to Curb Line, complete per ~;Y -- -- ,;'\6 $ 94 SY Construct 6" Reinforced Concrete Driveway, 20mplete in place per SY '------- 1---- .1'..,.7 56 SF I i I --A~ SY i --A.9-f24 -- GAL I !',lO 1150 BY i I $ Construct 5" Reinforced Concrete sidewalk, complete in place per SF $ 6" Caliche base including r compaction, complete in place SY $ Prime coat @ 0.16 gal/sy, complete In place per S:;AL $ 2" HMAC Pavement Surface, Type 0, complete in place per SY $ REVISED PROPOSAL FORM Page 3 of 22 Addendum No 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 3 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID PART 'A' - RIVER CANYON DRAINAGE IMPROVEMENTS CATFISH DRIVE CUL-DE-SAC ! -~-+-~--f----~______ III ITEM QTY DESCRIPTION All 1 LS Hydromulch Seeding/Maintenance J' for Grass Restoration, complete in place per LS MA12 ,-1 LS--Restore Proj ect Site including ! Final Grading, complete 1n i i place per LS I,~ 1Ai3T~ 1 LS. I Miscellaneous Street Repair I i iAllowance, complete in place i' I i I per LS______ STORM WATER ITEMS A14 I ~ 00 LF ! Remc,ve - Exis ting Curb & Gutter, I i complete per LF I A15 ilEA A~ A16 , 100 LF 15" RCP, Including Bedding & I Backfill, complete per LF ! ~-A17~00 i IV V UNIT PRICE TOTAL $ $ $3,000.00 $3,000.00 $ Remove Existing Curb Inlet, complete per EA $ $ ---~ LF 6" Curb & Gutter, complete in place per LF I - l\18 -+--2 EA-~C'urb Inlet, complete in ! place per EA $ $ .1\19 1 EA Type "A" Precast Concrete Storm Manhole wi Cast-in-place Con- crete Base, Ring & Cover, Back- fill, complete in place per EA $ A20 ;' VLF Extra Depth for Storm Manhole, complete In place per VLF $ REVISED PROPOSAL FORM Page 4 of 22 Addendum No. 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 4 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID ! I i II III IV V ~-----t-~ --""-'--"- I UNIT ITEM I QTY DESCRIPTION PRICE TOTAL 7\21 ! 100 LF Trench Protection System for Storm Sewer Installation, i complete 1n place per LF $ --- -------- -- c7\22 LS Storm Water Pollution Prevention Measures, complete 1n place per LS $ - - ."\23 " LS Storm Water Utility Allowance, ~ complete in place per LS $3,000.00 $3,000.00 -- ~-"--~'---"--'-- WASTEWATER ITEMS ---..-..---.- A24 30 LF Remove Existing 10" Sanitary Sewer, complete 1n place per LF $ - -.-.--.-- ---" c."\25 30 LF 10" P'}C SDR 26 Sanitary Sewer Including Bedding & Backfill, complete 1n place per LF $ -- --- 15' Dia. Fiberglass MH w/Concrete A26 1 EA rBase, complete in place per EA. $ -~ i -~-_. A27 40 LF I Trench Protection System for I ! Sani ty Sewer installation, complete 1n place per LF $ - A28 1 LS Wastewater Utility Allowance, complete 1n place per LS $2,000.00 $2,000.00 - -.....-.------...-- WATER ITEMS -_.. ~-'----'---'--'---"--~ ! A29 NONE I NA NA -..-.- - .----..-...------ - I TRAFFIC ITEMS I '---.-. A30 1 LS Traffic Control, complete 1n ! place per LS $ I -'-~ PART 'A' - RIVER CANYON DRAINAGE IMPROVEMENTS CATFISH DRIVE CUL-DE-SAC TOTAL PART 'A' - (Includes Base Bid Items Al through A30) $ REVISED PROPOSAL FORM Page 5 of 22 Addendum No_ 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 5 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID i ! I I II ,-~- III IV V . .-~--t-- ----_. -------. UNIT ITEM I QTY j DESCRIPTION PRICE TOTAL STREET, PAVING, DRIVEWAY, & SIDEWALK ITEMS B1 l LS Mobilization/Demobilization/ Bonds, complete per LS $ - -~.- --~- -.--- -.-. -....--. B2 LS Site Clearing & Stripping, compLete per LS $ -- -~_._.- -~ B3 450 LF Sawcut Existing Asphalt Pavement complete per LF $ -- _.m B4 115 SY Remove Existing Asphalt Pavement, complete per SY $ - _....... B5 115 SY 6" Caliche Base Including Compaction, complete In place SY $ - ~. B6 18 GAL Prime Coat @ 0.16 gal/sy, complete in place per GAL $ - 87 115 SY 2" HMAC Pavement Surface, Type D, ccmplete In place per SY $ - -.". ~ B8 65 LF Remove & Replace 6-ft Wood Fence, complete in place per LF $ - --..---- 1-- _. ---~.- R9 I 40 LF Remove & Replace 4-ft Chain Link Fence, complete in place per LF $ ! - e--Blot~l .------- LS Protect & Restore Residential I , Propet"'ties including Excavation ! i Shoring, Video Taping I I Properties, PE Inspections, ! & i I Landscaping, complete In place i I per LS $ --.-.- I PART 'B' - RIVER CANYON DRAINAGE IMPROVEMENTS ROLLING RIDGE TRAIL REVISED PROPOSAL FORM Page 6 of 2:; ,'\ddendum No 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 6 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID I II III IV V ~~ --~- t--~ ~~-- t-- ~- -'--'... ---.------- -- UNIT ITEM QTY DESCRIPTION PRICE TOTAL B11 1 LS Hydromulch seeding/maintenance I tor grass restoration, complete in place per LS $ - ----+-~-- -~- B12 : 1 LS Restore project site including tinal grading, complete in place i per LS $ I - ---- ~~ B13 1 LS Miscellaneous Street Repair l Allowance, complete ln place per LS $3,000.00 $3,000.00 -- _._--~_..._~_.._.__._- STORM WATER ITEMS B14 26 LF 'Remove Existing Curb & Gutter ! Section, complete in place per IT VLF~mo~e $ -~ B15 Existing Storm Manhole I Top Section, complete ln place per \lLF $ - .----- 816 20 LF Remove Existing IS" RCP, including excavation and backfilling, complete in place per LF $ -'-- --~-- r-- ....-- 817 15 LF Remove Existing 24" Rep, including excavation and backfilling, complete In place per LF $ -~"- --- B18 100 LF Grout Fill Existing 15" RCP to be Abandoned, complete ln place per LF $ --- I PART 'B' - RIVER CANYON DRAINAGE IMPROVEMENTS ROLLING RIDGE TRAIL REVISED PROPOSAL FORM Page 7 of n Addendum No~ 1 ADDENDUM NO.1 ATTACHMENT NO. /I PAGE 7 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID PART 'B' - RIVER CANYON DRAINAGE IMPROVEMENTS ROLLING RIDGE TRAIL I II III IV V ------- ---- --"- --_..~_.._--- -" UNIT ITEM QTY DESCRIPTION PRICE TOTAL B19 150 LF Grout Fill Existing 24" RCP to I be Abandoned, complete in place per LF $ ] - I I f--- -- r-- 820 14 CY Grout Fill Existing Storm : Structure to be Abandoned or i inverts to be raised complete in i I place per CY $ I - --i~~ Plug End of Existing 15" RCP with Solid Brick Units & Mortar and Pressure Grout Surface, complete In place per EA $ -- 822 1 EA Plug End of Existing 24" RCP L with Solid Brick Units & Mortar and Pressure Grout Surface, complete J_n place per EA $ - B23 "n LF trcurb & Gutter Section, L~ I complete in place per _~F $ --..- --" B24 1 EA 6-ft Curb Inlet, complete in place per EA $ - -- --- B25 4 EA Type "A" Precast Concrete Storm Manhole wi Cast-in-place Con- crete Base, Ring & Cover, Back- filL complete in place per EA $ - B26 22 VLF Extra Depth for Storm Manhole, complete In place per VLF $ - --"- -- B27 140 LF 15" HOPE Profile Wall Pipe including bedding & backfill, j complete in place per LF $ --- REVISED PROPOSAL FORM Page 8 of ~2 Addendum No 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 8 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID PART \ B' - RIVER CANYON DRAINAGE IMPROVEMENTS ROLLING RIDGE TRAIL I ; II I -t-.. -----t--- III IV UNIT PRICE V ITEM I QTY 828 r 142 LF DESCRIPTION 24" HDPE Profile Wall Pipe including bedding & backfill, comr,lete In place per LF TOTAL , i B29 1140 LF 24" Rep including bedding & i backfill, complete In place per i I LF -B30-t- 1 EA--~ie~in to Existing Storm Manhole Structure, complete in place per EA $ $ $ I- B31 t 422 LF I Trench Protection System for Storm Sewer Installation, complete In place per LF $ B32 1 LS Storm Water Pollution Prevention complete In place per LS $ e-- B33 1 LS Storm Water Utility Allowance, complete ln place perLS I $3,000.00 $3,000.00 REVISED PROPOSAL FORM Page 9 of 22 Addendum No. 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 9 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID PART 'B' - RIVER CANYON DRAINAGE IMPROVEMENTS ROLLING RIDGE TRAIL ! I i II III f-. --.-t--....-- --- .---- I ITEM I QTY DESCRIPTION WASTEWATER ITEMS 834 50 LF Remove Existing 6-inch VCP Sanitary Sewer, complete in place per LF IV UNIT PRICE v TOTAL $ _. 835 50 LF 6-inch PVC SDR 26 Sanitary Sewer, including backfill & bedding, complete in place per LF $ B36 LS Wastewater Utility Allowance, I compLete in place per LS ---L__ ___~_ $2,000.00 $2,000.00 WATER ITEMS B37 I NONE NA NA TRAI'FIC 838 I ITEMS 1 LS .. Traffic Control, complete in place per LS $ TOTAL PART 'B' (Includes Base Bid Items B1 through B38) $ REVISED PROPOSAL FORM Page 10 of n Addendum No, 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 10 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID r I II III IV V ----- ------ -------- -- UNIT ITEM QTY I DESCRIPTION PRICE TOTAL STREET, PAVING, DRIVEWAY, & SIDEWALK ITEMS C1 I 1 LS I Mobilization/Demobilization/ ; I Bonds, complete per LS $ -- I- -~-+---- --- ------ :::2 ,lLS SitE Clearing & Stripping, , complete LS $ , per I -- ':::3 205 LF Sawcut Existing Asphalt Pavement Surfaces, complete per LF $ - I- --._--". C4 170 SY Remove Existing Asphalt Pavement, complete per SY $ - -~,-- -- --- C5 170 SY 6" Caliche Base Including Compaction, complete in place SY $ - C6 2" GAL kim~ Coat @ 0.16 ga1/sy, ,complete in place per GAL $ , '- --,- -~---- t-- ,",7 1'70 SY 2" HMAC Pavement Surface, Type D, c(,mplete in place per SY $ - ~.W..~.__ -- --.-...--. :::8 1 LS Hydrcmulch seeding/maintenance 1 for Grass Restoration, complete In p~ace per LS $ -- 1----- '-- ---- --:9 J LS Restore project site including final grading, complete in place per 1,3 $ --.- 1---- -"---- CI0 1 L3 Miscellaneous Street Repair Allowance, complete in place per LS $5,000.00 $5,000.00 - I PART 'C' - GLENOAK/FLOUR BLUFF DRIVE DRAINAGE IMPROVEMENTS REVISED PROPOSAL FORM Page 11 of 22 Addendum No, 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 11 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID I II III IV V ---- -.'.---- --".--.'--..-- UNIT ITEM QTY DESCRIPTION PRICE TOTAL STORM WATER ITEMS I - ell 420 LF Reconstruct Ditch wi Pilot Channel along Glenoak Drive, I including connection to I headwall and erosion control fabric complete ln place per LF $ I-Cl2 f-R30 LF--'Reconstruct Ditch along Flour - i' Bluff Drive, and erosion 'i I control f~ric, all sizes, $ I ! complete ln place per LF i I -- --f-=--- C13 I 83 LF I Remove existing pipe culverts i ! under roadway, complete per LF $ ---- f-- C14 8 LF 12" PVC Stubout at post inlet, complete In place per LF $ - --- C15 24 LF 24" RCP including Bedding & ! Backfill, complete in place per i LF $ i I -- C16 I 644 LF 36" RCP including Bedding & ! I Backfill, complete In place per i LF $ I -- -cut--- -- C17 _ 95 LF 42" RCP including Bedding & I Bqckfill, complete In place per I LF $ I - C18 ~7 LF 54" RCP including Bedding & Backfill, complete In place per I LF $ PART 'C' - GLENOAK/FLOUR BLUFF DRIVE DRAINAGE IMPROVEMENTS REVISED PROPOSAL ",ORM Page 12 of 22 Addendum No 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 12 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID I II III IV V -- -'--- .--.--- -------.-- UNIT ITEM QTY DESCRIPTION PRICE TOTAL I ---:19 '4 LF 60" RCP including Bedding & I I Backfill, complete in place per LF $ ! - ---.- ! ---- ~--- :20 3 EA Post Inlet Concrete Structures, , comrLete In place per EA with - I concrete aprons $ i --. '21 t-" EA- --- . Safety End Treatment Structure for 36" RCP, complete in place per EA $ - --".-.-..- -- - :'22 EA Safety End Treatment Structure for 60" RCP, Special, complete in place per EA $ I - ----- ~ ,- ElI'tType -"B" Concrete Junction Box wi ::23 Ring & Cover, complete in place per E~ $ -.., ('24 4 EA Concrete Junction Box No. 1 (9'x12') including MH Ring & Cover, complete in place per EA $ - --- ..- :'25 ^ EA Concrete Junction Box No. 2 I (8.5'x20') including MH Ring & Cover, complete In place per EA $ - ~..~ '~26 159 SY 4" Reinforced Concrete Slope I Paving, complete in place per SY $ I --;~$j 7 - LF Trench Protection System for Storm I Sewer Installation, complete In ! ! ~Place per LF $ o-~-;~r:s- , Storm Wa ter- Pollution Prevention j I Measures, complete in place per LS i - I $ J i PART 'c' - GLENOAK/FLOUR BLUFF DRIVE DRAINAGE IMPROVEMENTS REVISED PROPOSAL FORM Page 13 of 22 il.ddendum No 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 13 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID PART 'c' - GLENOAK/FLOUR BLUFF DRIVE DRAINAGE IMPROVEMENTS I ! i .~-t--- - --- I III IV UNIT PRICE v I ITEM I ':29 I : QTY 1 LS DESCRIPTION TOTAL Storm Water Utility Allowance, ,complete Ln place per LS I - I L________ WASTEWATER ITEMS :30 l-rNF=~=_ WATER ITEMS C31 10 LF $5,000.00 $5,000.00 NA NA Remove existing 8" CI waterline, complete in place per LF $ --.--- - ::::32 0 LF Remove existing 12" AC water- line, complete In place per LF $ -:=33 ---- lOa LF Install 8" AWAA C151 ductile iron pipe, complete In place per LF $ C34 156 LF Install 12" AWAA C151 ductile iron plpe, complete in place per LF $ ~35 4 EA B"x 22.5 Degree Bend D1 Fitting, I complete in place per EA -~36 -J- EA --~~ 22 . 5 Degree Bend DI Fitting, complete in place per EA $ $ 37 ---r----- L EA B"x 45 Degree Bend Dr Fitting, comp1ete in place per EA $ - - r38 4 EA 12"x45 Degree Bend DI Fitting, , complete in place per EA -;:~~1. EA-S".Gate Valve and Box,~omPlete j'j I in pI ace per EA 1-- $ $ REVISED PROPOSAL FORM Page 14 of 22 Addendum Nc. 1 ADDENDUM NO.1 A IT ACHMENT NO. II PAGE 14 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID I II III IV V .-.- ---,,- 1--"'--- -_._-.._-_.._-_._-~_.- UNIT ITEM QTY DESCRIPTION PRICE TOTAL -'40 L EA 12"x 8" Tee Dr Fitting, complete I 1fl pLace per EA $ -- ---- -EAt12~TapPing, Sleeve, & Valve wi '41 I Box, complete in place per EA $ t--------- --j~~move, Salvage, & Reinstall -, 42 Existing Fire Hydrant Assembly, complete in place per LS $ ! ._-- i r"-'------ 276 LF-~Trench Protection System for ~43 . Waterline Installation, complete I in place per LF $ i .-...--..'-----.-.-- TRAFFIC ITEMS C44 I 1 LS I Traffic Control, complete in I I I place per LS $ I PART 'c' - GLENOAK/FLOUR BLUFF DRIVE DRAINAGE IMPROVEMENTS TOTAL PART 'C'; (Includes Base Bid Items Cl through C44) $ REVISED PROPOSAL FORM Page 15 of 22 Addendum No 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 15 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID ~II III IV V .-- : ----- 1---- -.---.----- UNIT ITEM I QTY DESCRIPTION PRICE TOTAL STREET, PAVING, DRIVEWAY, & SIDEWALK ITEMS , ~~ilLzation/Demobilization/ 01 Bonds, complete per LS $ 02 LS~~~;lear{ng &. Stripping, ! complete per ;LS $ " ---- 03 34 LF Sawcut Existing Asphalt Pavement & Concrete Surfaces, complete per LF $ - -.--- "--- D4 E SY Remove Existing Asphalt Pave-ment, complete 1n place per SY $ -.--- - ------ ---- D5 ,. SY Remove Existing Concrete Sidewalk, complete per SY $ -- ------0-- --.,- 06 40 SF Construct 5" reinforced concrete sidewalk, complete in place per SF $ - - ..--- -- .-.-..------- .. D7 6 SY 6" Caliche base including compaction, complete in place SY $ - - "'--'-~ ~ I-GAL I Prim;;- coat @ D8 0.16 gal/sy, complete in place per GAL $ -- -uo-9-r6 SY 2" HMAC Pavement Surface, Type D, complete In place per SY $ i - -~LS Hydromulch seeding/maintenance for i grass restoration, complete in I place per LS $ I - - ut ---"-'-- 1 LS Restore project site including ! final qrading, complete 1n place , per LS $ , ! - j PART 'D' - TANGLEWOOD/BONNER DRAINAGE IMPROVEMENTS REVISED PROPOSAL FORM Page 16 of n Addendum No 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 16 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID I I i II III IV V --i----- -- -..-- UNIT ITEM I QTY DESCRIPTION PRICE TOTAL STORM WATER ITEMS - I ."-.- 012 i 184 LF 15" HOPE including bedding & , backfill, complete In place per LF $ -- f-- 013i--l EA--~e"':in to Existing Curb Inlet, compLete ~,-n place per EA $ ~D 14 -t-i 6 LF- Remove Exi sting Curb - & Gutter SectLon, complete in place per I I i; $ - D15 -- --1- EA - 6- ft Cu~b inlet structure, : complete in place per EA $ 1---- 70 LF 16-inCh Curb D16 and Gutter Section, complete in place per LF $ --- 017 184 LF Trench Protection System for Storm Sewer Installation, complete in place per LF $ --- - - ---- ------- 018 1 L3 Storm Water Pollution Prevention Measures, complete in place per L3 $ - - D19 L3 Storm Water Utility Allowance, complete in place per LS $2,000.00 $2,000.00 - PART 'D' - TANGLEWOOD /BONNER DRAINAGE IMPROVEMENTS REVISED PROPOSAL ~ORM Page 17 of 22 Addendum No. 1 ADDENDUM NO.1 A IT ACHMENT NO. II PAGE 17 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS BASE BID I : II f III IV V ----T --~I-- ---------..-..----- UNIT ITEM I QTY I DESCRIPTION PRICE TOTAL WASTEWATER ITEMS I "I NONE ~ --_._--_._--_._~-_....~----- D20 NA NA I i ~L~ ~ ___ _~__ WATER ITEMS - I ---rONE ---~ D21 NA NA [ I I _... ---------------- TRAFFIC ITEMS ---- D22 1 LS Traffic Control, complete in , place per LS $ -- I PART '0' TANGLEWOOD/BONNER DRAINAGE IMPROVEMENTS TOTAL PART 'D': (Includes Base Bid Items D1 through D22) $ REVISED PROPOSAL FORM Page 18 of 22 Addendum No. 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 18 OF 22 CITY OF CORPUS CHRISTI MINOR STORM DRAINAGE IMPROVEMENTS- GROUP "B" PROJECTS Bid Summary TOTAL PART 'A' - CATFISH DRIVE CUL-DE-SAC $ (Includes Base Bid Items Al through A30) TOTAL PART 'B' - ROLLING RIDGE TRAIL $ (Includes Base Bid Items B1 through B38) TOTAL PART 'C' - GLENOAK/FLOUR BLUFF DRIVE $ (Includes Base Bid Items CI through C44) TOTAL PART 'D' - TANGLEWOOD /BONNER DRAINAGE $ (Includes Base Bid Items D1 through D22) TOTAL BASE BID $ ----------------------- ------------------- Includes TOTAL (PART 'A' + PART 'B' + PART 'c' + PART 'D') Note: See Special Provisions section A-4 for Method of Award. REVISED PROPOSAL FORM Page 19 of 22 Addendum No. 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 19 OF 22 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract clocuments 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 n any sense a warranty but are mere estimates for the guidance of the :ntrac::tiL. Upon nati ficatlon of award of contract, we will within ten 0) calendar days execute the formal contract and will deliver a .terformance Bond (.3S required) for the faithful performance of this mtract and a Payment Bond (as required) to insure payment for all 13.bor and materials. The bid bond attached to this proposal, in the amount of 5% of thp highest amount bid, is to become the property of the City of Corpus :hristi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the dplay an~ additiana work caused thereby. ~nority/~nority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit t the CIty Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: bcmds will be prepared in not less than four signed) sets. The contract and all counterpart (original Time of Completion: The undersigned agrees to complete the wnrk within 150 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned wot'k covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. number) Receipt of the following addenda is acknowledged (addenda Respectfully submitted: Name: (SEAL - IF RIDDEP IS a Corporation) By: (SIGNATURE) Address: (P.O. Box) (Street) Telephone: (City) (State) (Zip) NOTE: Do not detach bid from other papers. Fi 11 in with ink and submit cClmpl ete with atcached papers (Revised August 2000) REVISED PROPOSAL FORM Page 20 of 22 Addendum No 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 20 OF 22 ~ 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 "NA". FIRM NAME STREET: CITY: ZIP: FIRM is: 1. 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. 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: REVISED PROPOSAL FORM Page 21 of 22 Addendum No. 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 21 OF 22 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. REVISED PROPOSAL FORM Page 22 of 22 Addendum No. 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 22 OF 22 ! ) c A ,u PE( V rs o N S PF.CTFI('ATIONS AND Fl~.'MS (I r (I N T RAe T S AND BON 0 S FOR J-- ---"---".~-_.,~ I I i i RIVER MINOR STORM DRAINAGE IMPROVEMENTS _ GROUP "B" PROJECTS CANYON AREA (CATFISH/ROLLING RIDGE) (#2240) GLENOAK/FLOUR BLUFF DRIVE (#2184) TANGLEWOOD/BONNER (#2255) MART1NE6, GUY & MAYBIK, INC. 4444 Corona Drive, Suite 242 Ccrpus Christi, Texas 78411 Phone: 361/811-3070 Pax: 361/811-5508 P'{Q,iE(! NC;o: tb\ 1-i~~}~~II' j;* ..' * '. +ft ~*.... ....1t~ it! h................................... ~ ~ RICARDO MARTINEZ ~ ~ ...........................'....:.... ~ ~~..... 58265 ....~~'- '~9- ......y, Q," <<., DFr''\HTr'lE~T ;~E E~~G1N~EF' I ~J(; SI"'~vn"cL':S ft,~","'~~!.~:':~~:::"'~": I 'J \ ,.,[ "HPl,e, nlt'l ! r, TLXA.. \\~.sION ~i1fJ.f .' r I U I ,. } 6: : fj 8 C - 3 ~ () I) \'\."'~ L (J'v , 'cu j 61 , Ii tl( ') ') In _ _ \j ~ 2240, 2184, ~ 2255 FOR I DRAW INl~~ NO: STO 118 .'\ jl) Ccrtificatc of Occupancy and Final .'\cccptance NOT USED 1\ 40 !\mendment to Section B-8 6: Partial Estimates ~-41 Ozone Advisory A 42 OSHA Rules & Regulations ,\43 .!\mended Indenmiflcatlon & Hold Harmless (9/98) A-44 Change Orders (4 26/99) A-45 AS-Built Dimensions and Drawings (7/5/00) ;\-46 Disposal of Highly Chlorinated Water {7/5/00} A 47 Pre-Construction Exploratory Excavations (7/5/00) Overhead Electrical Wires (7/5/00J Amend "Maintenance Guaranty" (8/24/00) Errors and Orrunissions Contaminated Soil Revisions to the Standard Specifications Geotechnical Investigation Report Stormwater Pollution Prevention Plan Amended General Provisions B-2-7 Preparation of Proposal A 48 '\. 49 "- 50 A 51 A-52 , 53 ..-1- A 54 A 55 ATTACHMENT I - Project Sign Drawing ATTACHMENT II - City of Corpus Christi Generator's Waste Profile Sheet .!\TTACHMENT 111- Sample-Computer Print-Out PART B PART C PART S Division 2 --~-_._-~- Section Section Section Section Section Section Section Section Section Sect_ion Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Sectlon Section GENERAL PROVISIONS FEDERAL WAGE RATES AND REQUIREMENTS STANDARD SPECIFICATIONS 021010 021020 021040 021080 022020 022022 022100 022420 025220 025404 025412 025424 025608 025610 025612 025802 026202 026206 026214 026402 026404 026409 026411 026416 027202 027203 027402 027602 Project Signs Site Clearing and Stripping (5-5) Site Grading (5-6) Removing Abandoned Structures (5-55) Excavation & Backfill for Utilities & Sewers (S-9) Trench Safety for Excavations Select Material (S 15) Silt Fence (5-97) Flexible Base Caliche (5-24) Asphalt, Oils & Emulsions (5-29) Prime Coat (5-30) Hot Mix Asphalt Concrete Pavement (Class A) (S-34) Inlets (5-63) Concrete Curb & Gutter (5-52) Concrete Sidewalks and Driveways (S-53) Temporary Traffic Controls During Construction Hydrostatic Testing of Pressure Systems (S-89) Ductile Iron Pipe and Fittings (S-81) Grouting Abandoned Utility Lines Water Pipe (S 88) Water Service Lines (5-87) Tapping Sleeves and Valves Gate Valves for Water Lines (S-85) Fire Hydrants Manholes (5-6 2) Vacuum Testing of Sanitary Sewer Manhole and Structures Reinforced Concrete Pipe Culverts (S-60) Gravity Sanitary Sewers (S-61) Sectlon Section Section Section Section Section Section Division Section Section Section Division Section 027604 027606 027610 028020 028040 028060 028300 3 030020 032020 038000 5 055420 DlsposaL of Waste From Sanitary Sewer Cleaning Operatiun Sanitary Service Lines Televised Inspection of Conduits Erosion Control by Seeding (S-14) Erosion Control by Sodding (S-8) Landscape Planting (S-7) Relocation of Fences (S-12) Portland Cement (S-40) Reinforcing Steel(S-42) Concrete Structures (S-41) Frames, Grates, Rings and Covers (S-57) PART T - TECHNICAL SPECIFICATIONS Section 100505 High Density Polyethylene (HDPE) Solid and Profile Wall Pipe Section 100600 Control of Ground Water and Surface Water Section 101165 TPDES - Stormwater Pollution Prevention Plan PART U - GEOTECHNICAL INVESTIGATION REPORT (For Contractor's Information) LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS '..:, n propUSd S, a:::irE':.';ed tu the City of Corpus Chrlsti, Texas for: MINOR STORM DRAINAGE IMPROVEMENTS - GROUP "B" PROJECTS - RIVER CANYON AREA ('2240), GLENOAK/FLOUR BLUFF DRIVE ('21B4) , AND TANGLEWOOD/BONNER (#2255) consists f three different j0b locations and the construction work entails site clearing 'mQ s, I ippin(J; saw "lt 1,053 IE' of asphalt pavement; remove and reconstruct 413 t )1 asphalt pavem0nt; remove and reconstruct 100 SY of concrete sidewalk and ,it} vewdYS; ('onstruct 150 S1 oj reinforc:ed concrete slope pavement; reconstruct ;~o LF of drainage ditch; remove of 78 LF of eXlsting storm sewer pipe; remove .li'ci n'constrllct l26 LF uf :urb and gutter; excavate clnd install 908 LF of RCP :m~cwer of l~,", 4", and G" diameter ~izes; excavate and install 176 LF of st :>rm sewer cf 4" 54", and [JO" diamet2r siz(~s; excavate and install 466 LF dDFf: pipe of 36 and 1:," cilameter Slzes; construct 8 junction boxes and lnhole structures; constr,J<.:t 3 postinJet; construct 3 safety end treatment ':tr'lci :lres; remove lnd replace ,10 LF oJ. sHlitdry s(~wer with PVC SDR 26 pipe; '[I,lV' and replace 56 LE of waLer LLne wLLh ductile iron pipe and fittings; ; t'cvide '.Jroundwater contrel measures Lo omplet.c~ the work; and install and "(,:lintdlfl st rm wate' pollutiorl preVenL10J and traffic control measures, in :('ordaflce Hi'.h the olans, spI'cifications HId contract documents; ;'ill tie rece ivcd d the off ice, of the Ci ty Secretary until Wednesday, September 14, 2005, and then fJub 1 j c 1 y opened and received after closing time will be returned unopened. 2:00 read. p.m. on Any bid A pJeDld meetlng is scheduled fOL, Wednesday, September 7, 2005 at 11:00 a.m. in the engineering Services Main Conference room on the 3= floor of the City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting wi 11 be conducted by the City, and will include a discus:5ion that would cover a preview 'hI work dnd 2ddl"ss technical qUfOsLICJf] . /4. b;.d cond In UFo amount of :.'% 01 the hiqllest amount bid must accompany each proposal. E'aiLure '0 provide the bid bond wilJ constitute a non-responsive proposal WhlCh WIll ~ot be considered. E'ailure to provide required performance and payment bonds 1.01 contracts over $25,000.00 will result in forfeiture of the ~~, bid bond La the C ty dS liquidated d.:Jmaqps. Bidder's plan deposit is subject t. mandatory forfeit re !o the City if biddIng documents are not returned to the C,tv within Iwe weey 01 rcpipl f bids. f'lans, proposal form:" specIfLcations and contract documents may be procured from the CIty Engineer' u:on d deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of theLr return in good condition within two weeks of bid date. L'(Jcuments can be obt.,ined by mall upon receipt of an additional ($10.00) which is w'n' refundable po~ rage /hand Ii nq charqe. '] he biJder is 11erC!tlY [., Eval in t,'1e Local i;i set out 111 t tlC Fnglnee[ and the :0[1 hlCL rafl JI t'rpe F'r () (".~t notlfied that the owner has ascertained the wage rates which ty in which j'his work is to be done and that such wage scale 'ont ract documents obta inabJ e at the office of the City LV:! or shall pay not 1<'55 than the wage rates so shown for )f "larJcrer," "Horkman," or "mechanic" employed on this T!;e Cj ,,'d !" t r,e Ci y ~cservcs tho right te reject any Dr all bids, to waive irregularities dccept the bi,! whlch, Jfl the City's opinion, seems most advantageous to i dnd in 1~he :)est interest of the public. CITY OF ~ORPUS CHRISTI, TEXAS Is/ Angel R. Escobar, P.E. Director of Engineering Services Is/ Armando Chapa C i t'y' Secretary Re''lsed 7/S!OI ." f"". ." ",. f"". NOTICE TO CONTRACTORS - A ,..,' l'" ...' ... ... NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised September, 2000 ~ C~rtificate 01 Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE JO-Day Notice of Cancellation required OD a CommerCIal Gene.-al Liability Including. I C.ommerclal Form 2 Premises - Operations 1 Explosion and Collapse Hazard 4 Underground Hazard 5 Products! C.ompleted Operations 6 Hazard 7 Contractual Insurance 8 Broad Form Property Damage ~! '} Independent Contractors 10 Personal InjUry --' '~'-------"'~'---,~ AUTOMOBILE LIABILITY --OWNED NON OR RENTED -._~-~-----_._-_._--_.- "'-- .--..- i I WORKERS' COMPENSATION I , rMPLOYERS' L1AB[W~ . _ EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY / ~NVIRONMENT AL IMPAlRMENr COVERA Not limited to sudden & aCCIdental discharge, long. -Ie,:" environmental impact for the disposa contanunants ~. .._--_.__._--,..._--_._~....- BUILDERS'RISK I I I-~;TAI:LA~[ON ~~~E; ,-", .. i L-_ -. r--._---~-- MINIMUM INSURANCE COVERAGE II certificates Bodily Injury and Property Damage __ - - _____u -....-----.- $2,000,000 COMBINED SINGLE LlMlT -- -OWNED $1.000.000 COMBINED SINGLE LIMIT WIDCH COMPLIES WIlli TIlE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF rnIS EXHIBIT $100,000 -- ---'~_.- $1,000,000 COMBINED SINGLE LIMIT _..._-- --~- -- $2,000,000 COMBINED SINGLE LIMIT GE 0 REQUIRED to include [&] lof NOT REQUIRED -- ----- See Section B-6-l) and Supplemental Insurance Requirements 0 REQUIRED [&] NOT REQUIRED -'-'~"-'-~----"-",,,,- -_.- $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements 0 REQUIRED 00 NOT REQUIRED -.-,.----... ---_._-- Page 1 of2 )l It<. City of Corpus Christi must be named as an additional ins.red on aU coverages except worker's omptlsation liability coverage )The flame of the project must be listed under ~description of operations" on each certificate of insurance. JI~or each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, ,igned by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or overages which are specified in section B-6-11 or Special Provisions section of the contract. i\ completed "Disclosure of lDtcrestn must be submitted with your proposal. Should you have any questions rq:arding insurance requirements, please contact the Contract Admi"istrator at 880-35(JO, Page 2 of 2 NOTICE TO CONTRACTORS - B HQTICE TO CONTRACTORS B WORKER'S COMPENSATION COVERAGE FOR BU!LDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others oviding work or services for a City building or construction project must p covered by worker's compensation insurance, authorized self-insurance, an approved workel's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or thers performing project services (including deliveries to the.job site) provide 1 of the 3 forms of worker's compensation coverage, .the City w 11 requIre such coverage for all individuals providing work or services ,rl thL3 Project at any time, including during the maintenance guaranty pe c iod - MOtOl carri ers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and wh ich provide accidental insurance coverage under Texas C1Vll Statutes ~ [iele 6675c, Seeticln 41j) need not provide 1 of the 3 forms of worker's Hnpensar ] on ,:overag",. The Contractor agrees tc comply with all applicable provisions of ~'exas Administrative Code 'fitle 28, Section 110.110, a copy of which 1s ~'~ached and deemed incorporated inco the project contract. Please note 'nat under section 1 0.110: 1. certain language must be included in the Contractor's Contract with the Clty and the Contractor's contracts with subcontractors and others providing services for the Project; ) the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obta in and submi t updated certifi cates showing extension of coverage during the Project; and 1. the Con'Crac:tor is required to post the required notice at the job site. Slgrllllg this Contract, the Contractor certifies that it will timely Jmply wlth these Norice to Contractors "8" reqUirements. NuTLCE TV LGNl~CT0K5 n [Rev1s~d 1/13/9B\ P3QE: 1 of " , ) ;.- ...:gt 1 \....'~ C -ritle 23. l~SCRA~CE Part II. TEXAS \'VORKERS' CO~lPE~SA TION COMMISSIO:\' Chapter 11 O. REQtIRED NOTICES OF COyTR~GE Subchaprer- B. L\1PLO)'ER ""OTIeES ~ 110,110 Reponing RequiremenLS for Building or Construction Projects for Governmental Entities (a) The following words ami terms, when used in this ruie, shall bve the following meanings, unless the wntext c:e2rly indicates OL1erwise, T~:ms not define::: in this rule shall have the meaning de5.ned in the Texas Labor Code, :.i so de5.ned. ~ 1) Certiiicz!:~ or' cove:-zge (cec::iiic.aie )_.0.. copy of a cer-.iiicare of s.suf2llce, 3. ceniiic.ate or autboriry to sell-insure issued by the CGr:mllssion, or a worke:-s' ccmpe~ation coverage agreement (1WCC-81, TWCC-82. TWCC-S3, or TWCC-S4). showing statutory workers' compensation insurance coverage for the person's or e~tiry's e:ncloyees (inciuding those subject to a coverage agreement) providing services on a oroject, fOf the duration of the project. (2) Building or construc:on-nas the me2!'ing defined in the Texas L",bor Code, S 406.096(e)(I). (3) Conrractor-A person bidding for or awarded a building or co~uuction project by a goverrunental enmy (4) Coverage~- Workers' compensation mSllrance meeting LfJe starutory requirements of the Texas Labor Code, Ii 401.011(44). ,5) Cuverage ~greernent--A ""TItte::: zgree:::e:1t on form nVCC-SL form 1WCC-S2, form TWCC-S3, or form IWCC-S4, filed with the Texas Worken;' 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 d the projCt.."t- ir.cludes the time from the beginning or" work on the project until the work on the ;'Jroject h2.S bee:l compie~ed 2-:1::i accepted by the gover.lmemal entity. 7) Persons ~rcVlciing sC:-':lces on the proJe::r ("subcontractor" ~-: 9 ';06,096 afthe Act)-With the exception or" persons ex:::1uded under subsections (h) and (i) of this section, includes all persons o~ entIties performing all or om ofille services the contractor hzs undertaken to perform on the projeC"., regardless or whether [n::[ person comrac:ed directly '-"ltn the contractor and regardless of whether rhat person has employe~s. nis includes but is not limited to indepe~dent contractors, subcomractors. leasing comca.'1.ies, motor carriers, owner-operators, employees of my such entity, or employees of wv entIty furrJshing rer~ons lD perform sevices on the proje~, "Services" includes but is not limited hrro'w',~w scs st2le t': ,"So racJ23/11'] I OlBlll 0 J J 0 btnll ~'OTICE TO CONTRACTORS - - Revised 1/13/981 page 2 ot '7 8/7/98 Page 2 c:- S ,C\"; ,::::;,'.:.::mg, 0: ae;,:':e:1ng ec;ulOrr:e:1~ or :::::.:::-:lis, or :r~viding labor, t,ansDcr:2.::Cn. or othe: : :~:.:::::.: :02. proJe.:::, '. ~:-'v1ces" does not L--:::;;:;::;e aC1I'''~,:e~ ~,:eiated to the proje::::. s:.:ch as (":e~::;:: ':~naors, ec~ suopiy de!ivenes. 2..--:':: c:::iverv or ;:orL2.ole toilets, 'C ;_:::~ rc;,;_.,Cl' 8) P: e::-:< ,c!udes the erc-. ~sio[l of JlI SCrvlces re.::.:ed to a cuuc:'..1.g or construction CC=:::-act ror a sove;;,_-::e::::.: e:-:ury (b) Pr:'\Jd;]:~ or C3.usmg :0 ce provided a certiliC2-:e or coverage ;:,ursuant to this rule is a represe::!2.::C:: DV the insure:i :hat all empioyees er :he insured wno are pro'.iding services en the rroJec: 2:e cc':ered by workers' compensation coverage, that the coverage is based on prODer epomn~ or c.assmcation codes and payroll amour.:s, and that all coverage agreements b:'~'e been filed Nith L"e a?;::ropriate msurance carrier or, in the case of a self-insured, with the commission's Division of Se!f-L,sur~ce Reguiatiof'_ ?roviding false or misie:>.ding cericates or coverage, or failing to provicie or r::2lI1tain requlJe::i :Dverage, or failing te re;Jort any c:-.znge that materially affe::::-..s the provislOil or coverage mav s.2oject the contractor or other person providing services on the project to admirJSLc.::ve cenalties, crimin2l penalties, civil pe.~ajties, or other civil actions. (c) A gove,-.:::e:mJ emir:: &,2_ enters into a buildi.~g or construc-..:oo contract on a project shall: i I) illc:ude ir. l:1e bid specuC."ltlons, all the provisior.s or paragT2.pn (7) of this subsection, l:sing the language re:::Wred by paragraph (7) of this subsec:icn: (2) as part orLle contract. using the language required by paragraph (7) of this subsection, require the comrac:or fO pcrrorm as required in subsection (d) Or this section; (3) obtain ::Tc;n the contractor a certificate of coverage for each person providing services on the project, ;-:rior to that person beginning work on the project; (4) obtain ITem the cont.'Cctor a new certificate of coverage showing extension of coverage: (A) before tI:::: end of the c~ent coverage period, if t~e contractors current certificate of coverage shows lha cbe coverage pe~od ends during the duration of the project; and (B) no i2.ter ti'.zn seven days 2.l-ter the expiration oft!le coverage for each other person providing services on the project whose current certificate shows that the coverage period ends dwing the duration ofne project; (5) retain ce..-riiicates of coverage on file for the duration of the project and for three ye.us thereafter; (6) pr OVlce 2 copy of the c~:;-.i:ficates of coverage to the commission upon request and to any person enutJeci ,- them oy law; and (7) use L'1e ja;:g-uage contalIle~ iIl the following Figure i for bid specmcations and contrac::s, ';,'ithom any addilion2i words or cnanges, except those required to accommodate the specific document in which th",v 2fe contained Of ;0 impose stricter standards of doct.:::1emation: T285]]Ci ] IO(c)(7) tbi http!/W'.vv. ',oss,ate LX usltacl23/IVl 1 OIEIl ] 0 ] IOhtrrJ ~OTICE TO CONTRACTCRS - 3 Revised 1/13/98) PaQe 3 ot 7 817/98 ~ L\C 110 110 Page j of6 A comracror snalL i) provide coverage for its empicyees providing ser.;ces on a project, fc~ u:e duration of the projec~ :2.Sed on proper re;:)Qr.mg of classi:::::.::on codes and pz.;.Tcil amounts a.::c ~::g of any coverage ::greemems; 2) provide a certificate of coverage ~jowing workers' compensation cove:-age to the governmemal ~:Jtity prior to beginni.'1g work on :he ?:-oject; 3) provide the governmental enric:;, ;::~or to the end of the coverage pericd, 2. new certificate of :overage showing eX1ension of ccverage, if the coverage period sho\Vn on the contractor's current 'ertificate of coverage ends during ti:e duration of the project; i.4) obtain from each person providing services on a project, and provide te Lie governmental entity: A) a certificate of coverage, prior to that person beginning work on the project, so the governmental ~:ltity will have on file certificates of coverage showing coverage for all pe:-sons providing services on .-:e project; and 13) no later than seven days after :-eceipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during tbe duration of the project; (5) retaIn all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have r-..nown, of any change that materially aifeets the provision of coverage of any person providing services on the project; (7) post a notice on each project sire informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements i.r::1posed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, 'Nithout any additional words or changes: REQUIRED WORKERS' COM:P6SATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compe:1Sation insurance. T:-is includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or .m.rus as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verny whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." :":up://v,'VAV sos.state.tx.usltacl28/IlJl! Offill 1O.11O.htm1 NOTICE 70 CONTRACTORS - B Revi$ed 1/13/98) P..qe <I o~ 7 8/7/98 2S T (\.C .: C \10 Page 4 or 6 i8) cc::~;acx2..ily req:..::re ~;::~ ::;e:-scn '.'-nrn \....r.cr:: :: conu2.C:~ ::: :::-o\ide ser.;ces c:: ;? ;::;oject to: A) provide coverage 6ased on prooer re;:-oni:';g or c!assiiicauon wces 2.'1d payroii a.-::oums and filinR: of any coverage agre~::ie:.:s to:- aii. of i:s e:r.picvees proviciin~ se:-,;ices en the projecr, :"or the duratio~ iJf the :Jfojecr; (B) previde a certifiC2.te c:" coverage to the con~2ctOr prior to that pe:-son beginni..~g ',;'ork on the proJec: (C) lnciuce in all conrrac:s to pro\lcie se:-vices cr. the projecr t~e i~guage in subsec-icn (e)(3) of this sectIOn.: (D) provicie the contrac.c:-, prior:o the enci of ti::e coverage pe.:-iod, a new certifica:e or coverage showing extension of coverage, if the coverage period shown on the current certifica.e of coverage ends during the duration of the project; (E) obtain from each other ;::erson with whom it conrrac:s, ~d provide to the con:rac:or: (i) a cerriiicate of cove.rzge, prior to the other ~e:-son begumirlg work on the projecr; ::"'"1d (Ii) prior to the end of the coverage period, a 4lew certificate of coverage showing exte.~.sion of the coverage period. if the coverage period shown on the currer1: certiiicate of coverage eads during the duration of the project; (F) retain all required cer'iiicates of coverage on rue for the duration of the project a--:ci for one year there:mer, (G) notify the governmer.tal 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 services on the project; and (H) conrracrua1ly require e:!.cn other person with whom it comrac-.s, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be pro"icied to the person for whom they are providing services. (e) A person providing services on a project, other than a contractof, shall: (1) provide coverage for its employees providing services on a project, fOf the duration of the project based on proper reporting of classification codes and payroll amounts and filing of ~y coverage agreer::ems; (2) provide a certificate cr- coverage as requird by its contract to provide services cn the project, prior to beginning work en the project; (3) have the following language in its contract to provide services on the project: "3y signing this contract or providing or causing to be provided a certificate of coverage. the person signing this contracr is representing to the governmentaJ entity that all employees of the person signing this comrac: who will provide services on the project vvill be covered by workers' compensation coverage http://vy--.vwsos.srate.tx.usfrad28/ll1110ffiIlIO.I1 O.html NOTIC~ TO CONTRACTORS - B Revised 1/13/981 Pllqe 5 c t 7 8/1/98 L.() J. .--.'\...- '-.. v. 1 1 'J .rage J or 0 'or :~~ :C'.1ration of ...'":~ orolect. :hat the cc',e,age will be 8;!.Sed on proper reporting of classification codes zr.a oavrol1 2..:::0~U1(~, and that all co\'e:-age agree:ne:-::s ',,,'ill be filed with the appropriate u1Sur::....-:ce ~er or, :...-: the case of a seif-ir.5t.:re~ with d:e commission's Division or Self.Insurance Re2ciation. Proviciing false or misleading i::foffilation may subject the contractor to administrative pe;2.ities. criminal pe;alties, civil penalties. or other civil ac::ons." (4) provide the person for whom it is proVloing services on the project, prior to the end of the CDverage period shown on its current cerriEcate of coverage, a new certificate showing extension or coverage, if the cove;age period shown on :he certificate or coverage ends during the duration of the proJe:;: (5) obtain from each person providing services on a project under contract to it, and provide as required by its conuc.ct: (A) a certificate of coverage, prior to the OL1er person beginning work on the project; and (B) prior to the end of the coverage period., a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration oithe proj~; (6) retain all required certiiicates of coverage on file for the duration of the project and for one year thereaner, (7) notify the govem:nental 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 wirhin teu days after the person knew or should have known of the change; and (8) conuactually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agr~'Ilents for all of its c::lployees providing services on the project, for the duration oft1le project; (B) provide a certificzte of coverage to it prior to that other person beginning work on the projecr; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsectio~ (0) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage pe:iod shown on the current certificate of coverae:e ends during the duration cfthe project; - (E) ooram from each other person under centract to ir to provide services on the project, and provide as required by its contract: (i) a ceruficate of coverage, prior to the orne; person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the http://'W'WWsos.state.ex.usltac/281I1111 Offill! 0 11 O.html nOTICE TO CONTRACTORS - a Revised 1/13/981 pa9c 6 of 7 817/98 _~ l AL l! V II V Page6of6 '~uration or :je conrra~: IF) retain ail requirea ce:-:i::~:es of coverage cn file for the duration of ~he project and for one year \hereane:-; (G) notify the governme~tal e::~ty in writing by certified mail or personal delivery, 'Within ten days after the person knew or should have known, of any change that lIl2.terially affects the provision of coverage of any person provi<iing services on the project; and (H) conrracually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circ.l:nsrance 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 ruie is applicable fer building or construction contracts acive.~sed foe bid by a governmental entity on or after September 1, 1994. This rule is also applicable fonhose building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid (h) The coverage requirement 1.'1 this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Depanment of Transportation and who provide accidental insurance coverage pursuant to Texas Civil StAtutes, Article 6675c, 940). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirementS of the Act, 9 406.097(c), and who are explicitly excluded from coverage in accorc:U.nce VJith the Act, S 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, S 1.20). This subsection applies only to sole proprietors, pannep.>, and corporate executive officers who are e.,<cluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered., issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this 9 110.110 adopted to be effective September I, 1994, 19 T exReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://www.sos.state.tx.usitacl2SfllJI101B1l 10 11 Ohtm1 UOTICE ro CONTRACTORS - B Revised 1/13/98) Page 1 of 1 8n/98 P ART A SPECIAL PROVISIONS MINOR STORM DRAINAGE IMPROVEMENTS - GROUP "8" PROJECTS RIVER CANYON AREA (CATFISH/ROLLING RIDGE) (#2240) GLENOAK/FLOUR BLUFF DRIVE (#2184) TANGLEWOOD/BONNER DRIVE (#2255) SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting .';ealeo proposals ;,;ill. be received in conformity with the official advertisement lllVltJilY 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, September 14, 2005, Proposals mailed should be ,+khessed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas JB4Ul AT TN : BID PROPOSAL - MINOR STORM DRAINAGE IMPROVEMENTS _ GROUP ~Bn PROJECTS RIVER CANYON AREA (CATFISH/ROLLING RIDGE) (#2240), GLENOAK/FLOUR BLUFF DRIVE (#2184) TANGLEWOOD/BONNER DRIVE (#2255) A pre-tlld meeting is scheduled for, Wednesday, September 7, 2005 at 11:00 a.m. in the engineering Services Main Conference room on the 3r<1 floor of the City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conducted by the City, and will include a discussion that would cover a preview of the ""cr;: and address technical questions --...~- ~()__ad~l~iona]~_~seJ:@.!:ate _v.i~itations will be conducted by the City_ A-2 Definitions and Abbreviations Section 8-1 of the General Provisions will govern, A-3 Description of Project This project consist of three different job locations and the construction work entails site clearing and stripping; saw cut 1,053 LF of asphalt pavement; remove and reconstruct 413 SY of asphalt pavement; remove and reconstruct 100 SY of concrete sidewalk and driveways; construct 159 SY of reinforced concrete slope pavement; reconstruct 1,250 LF of drainage ditch; remove of 78 LF of existing storm sewer pipe; remove and reconstruct 326 LF of curb and gutter excavate and install 908 LF of RCP storm sewer of 15", 24", and 36" diameter sizes; excavate and install 176 LF of RCP storm sewer of 42", 54", and 60" diameter sizes; excavate and install 466 LF of HDPE pipe of 36" and 15" di ameter sizes; construct 8 junction boxes and manhole structures; construct 3 post inlet; construct 3 safety end treatment structures; remove and replace 40 LF of sanitary sewer with PVC SDR 26 pipe; remove and replace 256 LP of waterline with ductile iron pipe and fittings; provide groundwater control measures to complete the work; and install and maintain storm water pollution prevention and traffic control measures; in accordance with the plann, specifications and contract document:;. A-4 Method of Award The bids will be (''.[alu,lted based on the Total Base Bid, "subject to the availabi iity of funds. The City reserves the right t'J n.ject any or all bids, to waive irregularities and to accept the bid whL,h, in the Ci t.y' s opinion, is most advantageous to the City and in the best lnlerest ot the public, Section A- SP (Revised 9-18-00) Page I of24 ~~2-__Items to be Submitted with Proposal The fotJowinq items i.lT~_re'l.~red tu be submitted with the proposal: 1 ,,% Bid Bond (Must reference Proiect Name as identified in the Proposal) A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.} ) I) scJosure of .lnterest~; Stalement A-6 Time of Completion/Liquidated Damages The working tlm'~ tor completion DE the Project will be 150 calendar days as broken:lown In the proceeding p,nagraph. The Contractor shall commence work wlthin ten (10) calerdar d;Jyr; after receipt ot written notice from the Director of EngL1e. !Ing ~-ervicps r designee ("City Engineer") to proceed. To mtn,:nizelnconveni"nce to the 'Jeneral publIc and their exposure to dangerous condit uns, the ContrJctor shall be required t.O follow the order of construction and meet deadlines ot completion for each of 'he locations as follows: Work at the Glenoak/Flour Bluff Drive location shall be completed withIn 85 "alcndar days Work at the Ihver Canyon Area (Catfish/Rolling Ridge location) shall be cumpleted within 45 calendar days. Work at the Tanglewood/Bonner location shall be completed within 20 ealenda: days. Contractor must be complete the work at one location before proceeding with the next location of work and complete said work within the allotted number of calendar days stated above before liquidation damages are assessed as stated below. Time duration for each location is not transferab1e. For ('aell calendar day that any work remains incomplete after the time specified in the Con ract for comp etion af the work AT EACH LOCATION or after such time period as extended pur SUdIlt '0 ol.he r provi sions of this Contract, $500 per calendar day Wl il b. assessed aga1l1st the Contractor as ] iquidaLed damages. Said liquidated damages are not imposed ae; a pena] ty but as an estimate of the damages that the Cl Ly Will sllstain fre,m delay in completion of the work, which damages by their nature are not {'apabJ '= at precise proof" The Director of Engineering Services (Ci ty Engineer) may WI thhuld and deduct from monies otherwise due the Contractor t.he' lmcHmt of 1 iquidat ",d damages due the City A-7 Workers Compensation Insurance Coverage If tl1e ConLLH:l.or' S '"orkcrs' compensation insurance coverage for its employees workJng 'om the Proiee is terminated or canceled for any reason, and replacement: workers compensaU on insurance coverage meet i ng the requirements of this Contract 1S Lot in '~ffect (j) the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not: caveled by the reqllin d wnrkers' compensation insurance coverage must not perform 'In'y',';or on the Prc je, ~'uJtJlerIJ()rC, "r ,ae! ca'enciar- day includinq and afLer Lhe effective date of I.er-m~ nat lon or can,~el' atl',)!! .->i the Cont rdotor' S workers' compensation insurance coverag' for i L:; i'mp [oyer's ,,,orkinq on the Project untll the date replacement workers compensarlor insurdnce cuverage, meetinLJ the requirements of this Contract is 1;1 ,~t feet for those ConLractor employees, liquidated damages will be aS~Jessed against and paid by the CuntracLor at the highest daily rate elsewhere specl ti'd in th, E; C'<lnl iact. :~'lf'h]] Guidated damages will accumulate without notice Section A - SP (Revised 9-18-00) Page 2 of 24 Lrum he City Engineer tel the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. cn acordance ,vith ther requirements of tlus Contract, the Contractor shall not permit subcontractor,_ or others to work on the Project unless all such individuals ,,,orkin,! on '~he Project are covered by workers' compensation insurance and unless '_he required documen':ati':lD .)f such coverage has been provided to the Contractor ~md the City Engineer A- 8 Faxed Proposall'; Propoe1als faxed dlrectly to the City wi.ll be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Sect-i",) B 7. of the General Provisions. A- 9 Acknowledgment of Addenda The Contractor sha 11 acknowledge receipt of all addenda received in the appropriate space pruvided in the proposal. Failure to do so will be interpreted as non receipt. Slnc., addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect whpn deter;nining the lowest responsible bidder. A-10 Wage Rates ( Re.J 1 se d 7/ 5 / 00 i Labor preference and wage ,oates for heavy construction. Contractor shall use higher wage rate. In case of conflict, ~~ ~~~~Scales The Corpus Christi City CtJUncil has determined the general prevailing m.i:nirrun OOurly wage rates for Nueces County, Texas as o;et cut in Part c. The Ccntractor and any S1..lba:IJtractor must not pay less than the specified wage rates to all laborers, wo:OOren, and mechanics enployed by them in the execution of the Cbntract The O:ntractor or subamtrac"tor shall forfeit sixty <:bllars ($60.00) per calerDar day, or portirn tl-ereof, for each laborer, workman, or rrechan:ic enployed, if such perscl1 is paid less than th.' specified rates for the classificatirn of work perforrred. The O:ntractor and each subcontractor !Il.Jst keep an accurate record sh::Ming the IJallES and classificaticns of all laborers, v.orkrren, and roc--chanics arployed by than in cx:nnectic:n with the Project and sh::Ming the actual wages paid t.o eaell IoOrker. The Ccntractor will make bi -~y certified payroll subnittals to the City Engineer. The ctntractor will alf',o ct>tain o::pies of such certified payrolls fran all subcnntractors and others v.ork1.ng on the Project. These dxurents will also be subnitted to the City EhJineer bi-~y. (See sectic.n for Minority/Mirx,rity Business Enterprise Participatic.n Fblicy for adiitimal requi:renents ex:ncern lTlg the prcper fonn and CXll1tent of the payroll subnittals.) One cU1d ene-half (1 1/2) tines the specified hourly wage TII..lSt be paid for all hours worked in excess uf 40 h:Jurs in any one ~ and for all hours IoOrked on SUndays or holidays. (See Section B.l-}, I"€finitian of Terms, and Secticn 8-7-6, 'MJrking Hours.) A-ll O:qlerati<K1 with Public Agencies (Revised 7/5/001 The Contractor shall =;perate Wlth all public and private agencies with facilities q:.erating within the limits of the Project. The Contractor shall provide a forty-eight (48) 00ur notice to any appl icable agency when v.orX is anticipated. to pnxxred in the vicjnity of any facility by using the Texas OneCctll System 1-800-24';-4545, the lLne Star N:Jtificatirn ctnp:myat 1-800-669-8344, and the Scut.hwestern Bell L:x-:ate Group at 1-BOO-828-5127. For the O::ntractor's carrvenience, the foLlcwirq teleph::ne mnbers an' li~,ted ('Lt~y Engineer Project Engineer88b -BlOC EItgineer ing Consultant 880-1500 814-3070 Fax: 814 ')508 Ridlard Martinez, P.E. Martinez, G.ly & Maybik, Inc. 4444 Corona Drive, Suite 242 Cbrpus Christi, Texas 78411 Section A - SP (ReVlsed 9-18-00) Page 3 of 24 I'!:"af f ic Engineen I g Police Department Water r~partmeJlt 857 1880 ;tJastewater ServicY's Departrrent ~CiS Departrrent ~onn Water r:eparrrr2nt AEP ~3C 'ity Street D,\!. ':)r Tldfflc ;,.gnal/Fiber Opti I=lce ::ablevi s ion ,';CSI (Fitxcr (~tic i<M: (Fiber (~tlC) IDiceO:m (Fiber 'ptic) 7\PRCCK (Fiber C{JtlC) 3rcx:lks Piber cpti, (MAN) Regional Tra.nsportation Authority ime-Warner Cornrnunicat ions Jrande Communications Exxon Mobil Pipeline :rosstex Energj 880-3540 882-1911 (880-3140 after 857-1818 885-6900 857-1881 299-4833 881-2511 hours) (880-3140 after hours) (885-6900 after hours) (880-3140 after hours) (693-9444 after hours) (1 BOO-824-4424,after hours) 8',7-1946 857-5000 887-9200 813-1124 881-5767 512/935-0958 972-753-4355 289-2712 698-6259 334-3074 289-7028 299 4000 857-1960 (857-5060 after h:Jurs) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (il'hbile) A-12 Maintenance of Services The C,ntrac! or shall take all prpci1ut ions in protecting existing utilities, both above and below ground The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, ete "nd from as much field work as normally deemed necessary for the construction (jf th (',; type of prc]ect ,...ith regard to thfc location and nature of underground utili! Les, ete However, ~heyccuracy and completeness of such information is not guararJ!::eed. It is the Contractor's sole and complete responsibility to locate such underground feature" sufficiently in advance of his operations to preclude damaglng the existin',} faciU ties. If the Contractor encounters utility services along ~he line of thIS work, it is his responsibilicy to maintain the services in continuous operation at his ')W]'1 expense. In Ihe event 01 damage to underground utilities, whether shown in the drawings, the CUrlLractor shall make the necessary repairs to place the utilities back in f;ervice to construct the WaLk as 1 ntended at. no increase in the Contract price. All su,;n repa i r s mus! confo Lm La the rf'qui rements of the company or agency that owns the utilities. Where "xisting sewer;, are encountered and are interfered with (i.e. broken, cut, etc ), flow must be maiLtained. Sewage or other liquid must be handled by the Cont rac-tor e i t het by connec'. ion Hlto other sewers or by temporary pumping to a saLisL-lCtory outlet, :ill with the approval at the City Engineer. Sewage or other liquid must Hot be pumped balled or flumed over the streets or ground surface and Contra.! or must pay :or ~II tine," and remediation that may result if sewage or other iquid contactc the stLeeu: or ground :3urface. It is also the Contractor's ypspon ,bili:.!,! milke all necessdry repairs, relocations and adjustments to the sat 1 sf ,ct j on of tree (1 ty Eng i nt,er at no increase in the Contract price. Materials for repairs, adjusLments or (.elocalions of sewer service lines must be provided by the CO!!t ractor A-13 Area Access and Traffic Control Suff~cl~nt Lraffic prov J.d, j rnipi mLIT! cOlltrn. measure" must be used to assure a safe condition and to )f nCOLver Jell'''' to motorist,s and the public. The --:01lT ract(::r. VII'ill b,' requi r cd t ,j schedule h,s oper at. ions so as to cause minimum Section A - SP (Revised 9-18-00) Page 4 of24 a.dverc:;e Impact on t'le accessibilIty of the museum and public. This may include, hut i,' not Limited tl', wurk:cng driveways in half widths, construction of temporary "amps etc. "he C)ntracLor shall compLy with the City of Corpus Christi)s Uniform Barricading Landa rds and Pr act ces as adopted by the Ci ty Copies of this document are )vaiLlble through tL,' ci ty'.; Traffic Engineering Department. The Contractor shall <e"lriC the necessary permit from the City's ['raffic Engineering Department. AH--€{~--f-o.r. +ra+4 I c control - :lre conaidered ouboidirrpt-:-~erefore, no direct ~~HF ~J- be m,}dc t;.e-{"<:ffi-tc-rac4='<7r A-14 Construction Equipment Spillage and Tracking The C.mtractor shal _ keep mat eLl als going to .Jr from equIpment must be uSt,-d where materJdls. Such work must be ::he adjoining streets free of tracked and/or spilled the construction area. Hand labor and/or mechanical necessary to keep these roadways clear of job-related completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary. to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to lemai!1 :In the Prolect site or adjoining streets. A-I5 Excavation and Removals The excavated areas behind 'curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when appl ied with seed/sod and fertilizer. The dirt must be free at debri.s, caliche, asphalt, concrete and any other material that detracts from it '3 appearance or hampers the growth of grass. All eXI sting concrete and asphalt. within the I imits of the Project must be removed unless otherwi se notE.d. All necessary removals including but not limited to pipe, driveways, sidewalks, eLc , are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor, A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of ail hauling is considered subsidiary; therefore, no direct [layment wiLl be made to Contractor. A-I? Field Office (NOT USED) !ffte 8ent.Ta€-tBF-.mB-H~---turniah thc City Engineer .eF--fl-i-s. repreaenLltive ..ith a ficld of-Bee- at the -conatru(..~--B-i-Ee. -'ffle-,ficld office muat cont.:lin .:It lC.:lot 120 oqtI.:lre fceet -B-f-- uoeilblc~e--,---'Ifle-- fie ld of fice muot be .:1ir co~ioncd :md he.:ltcd :md mUSE-,ee ~iohed with .::lB~linedL.:Ible t-hat me.::loureo .:It Jeilot 30" ][ 60" .:IRd t'.w +;4-. chCliro. The -teftt.3: ~r--sfla-ll ffio....e the field office on the aile .:1a required by -t-he ility~inccr orM&-'H~fffcaent.:ltive, The f4-el4--efficc muat be furniahed with .:I te~ ('.iith 24--fle+rr-f7€T-daY--aRswering oervice) .:lnd F."~'< m.:lchine p.:1id for by--Efle ~e~---'FheFe-- 1B-- flO OCp:lrCltc p:l)' item for-tJle field ~ A-IS Schedule and Sequence of Construction The Contractor shall Bubmit to the City Engineer a work plan based only on calender days. This plan must detail the schedule of work and must be submitted to the':i ty Englneer It least three (3) working days prior to the pre-construction meetinq Section A --- SP (Revised 9-18-00) Page 5 of 24 The pi 1n must lndicare the schedule of the following work items: nitlal Schedu"e: -'-..-.-.---- ,'re ConstrurticTl ;CVlew Submit :vr.'eL! ng C) the Clty Engineer three (3) days prior to the initial Construction Progress Schedule for ;~n tem_s_.to Include: Show complete sequence of construction by activity, dentifying Walk of separate stages dnd other logicaJly grouped activities. dentify the first work day 0f each week ubmit'dl Dates Indi('at" submittal da.J;s rC'quired for all submittals. -Submission: ReVise and resubmit dS required by the City Engineer. i'erioc!l~__Updat. Submit Updated Construction Progress Schedule to show 'Ctual progress of each stage by percC'ntage against initial Schedule. The wf'cking t lfHe fOl completion )[ the Project will be 150 calendar days as broken down Ul the pl:)ceeding paragraph. The Contractor shall commence work within ten (iO) calendal days after receipt of written notice from the Director of Englne"ring ,;ervices,r designee ("City Engineer") to proceed. To 'filn mi ze Ln(~()nVenl '~nce to t~he general publlc and their exposure to dangerous condit ons, Lhe ContrdctOl shal! be required to follow the order of construction and me~t dea,lLlnes of completion for each of the locations as follows: Work at the Glenoak/Flour Bluff Drive location shall be completed wlthin 85 ~lendar days. Work at the River Canyon Area (Catfish/Rolling Ridge location) shall be completed within 45 calendar days. W()rk at tYe Tanglewood/Bonner location shall he completed within 20 calendar days Contractor must be complete the work at one location before proceeding with the next location of work and complete said work within the allotted number of calendar days stated above before liquidation damages are assessed as stated in A-6. Time duration for each location is not transferable. A-19 Construction Project Layout and Control The drdwings depict. nut not necessary include: I ines, slopes, grades, sections. measurements, bench mdrks, baselines, etc. that are normally required to construct a project of this nat .re Ma j c C Wl Ii b. ontrols and two (2, bench marks required for setting up a project layout, provided by t:'e Clty or Consultant. Project Engineer. The Contractor wi 11 furnish all lines, slopes and meiisurements necessary for con! :'0 ()f the work Ii, <iU! I ng CC)[lstructim, ) t is l1_ecessary to dIsturb or destroy a control point or bench mark, the ContY3ctor shall provide the City or Consultant Project Engineer 48 hou1'" notice so thdt alternate control points can be established by the City or Consul t dnt proj eet Engineer .1S necessary, at no cost to the Contractor. Control point s ::or bench marks damaged as a result of the Contractor's negligence will be rest"n d by 'he '-'it 01 e'msultant Project Engineer at the expense of the C(;nt .7i( >r 1 f 01 whatever reas)n, It j S necessary to deviate from proposed line and grade to properly executr' Ule work, the Contractor shall obtain approval of the City or Conslll t ant Project En'Jineer prior La deviation. If, in the opinion of the City or Cons',lt'Hlt Project Enqinecr, ,he required deviation would necessitate a revision Section A - SP (Revised 9-18-00) Page 6 of 24 LO the drawIngs, the Contoractor shall provide supporting measurements as required f01 the City or Consultant Project Engineer to revise the drawings. ih( C,ntractu] slIal i tie in or reference ai 1 valves and manholes, both existing -in'.! prc)posed, for tbf:' purpose of adjusting \lalves and manholes at the completion ,f t:hcc paving prcceFS. Also, the City or Consultant Project Engineer may require 'hat 'he Contrdctor furnish a maximum of two (2) personnel for the purpose of 19S Lsr Ing the mea,;ur ng c,( the completed wor:~. 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 Surveyor (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets. -----AH-~ ~n&---a-E'point of truancy/point of eirCWIlforefteel ---- Cur-&---and gutter tlm,' linc both sides of atrest en a 290' inter'."al ---- Street crowns ee----a-~nter..al aDd at all interscctiGftB-r Wastewater. All rim/invert elevations All intersecting lines in Casing elevations (top of All top of valves boxes; Valves vaults rim; Casing elevations (top of pipe and flow line) Stormwater: · All rim/invert elevations at manholes; · All intersecting lines in manholes Casing elevations (topo of pipe and flow lines) . at manholes; manholes; pipe and flow line) Water: . . . A-20 Testing and Certification All tests required under thiH 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 Ci t.y. In the event that any test fails, that test must be done over after correcti ve 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. p,ovid.-, ill 1 applicable certifications to the City Engineer. A-21 Project Sign~ The Contractor must furnish and install ~ Project signs as indicated on the follow1ng drawlngf, {!\ttachment I) The signs must be installed before construction begins and wl.ll be malntained throughout the Project period by the Contractor. The l::lcation of the signs will be determined in the field by the City Engineer. A- 22 Minori ty /Minori ty Business Enterprise Participation Policy (Revised 10/98) l'o}ic'f J, is the polic"r of the City of Corpus Christi that maximum opportunity is a f. forded minori' ies, women and Minori ty Business Enterprises to participate 1 j] the performance of contracts awarded by the City of Corpus Christi in Eupport of Equal Employment Opportunity goals and objectives of the Affirmative 1\ctlclTl Policy Statement of the City dated October, 1989, and any amendments rhel2to In accordance with such policy, the City has Section A - SP (Revised 9-18-00) Page 7 of 24 'tabl Lshed gUOlls, as stated herei n, both for minority and ,rticLparion bv trade and for Minority Business Enterprise, female t-'-'finl L..L()!IS F'rime ~it:_racl.SJ1: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City cOntract ~tll:)(:;_~t!"_a,(~tor: Any named person, firm, partnership, corporation, associatiun, (:r Joint venture as herein identified as providing work, labor, se~vices, supplies, equipment, materials or any combination of the toreqoing under contract with a prime contractor on a City c)nt r";:It-t . l<l~nor.1.t.Y Husilv"ss_~nt~e.!:Prise: A business enterprise that is owned and cJntrollecl by one or more minority person(s), Minority persons include Blacks, Mexican~Americans and other persons of Hispanic origin lmerican Indians, Alaskan Natives, and Asians or Pacific Islanders For the purposes of this sect.ion, women are also c.)nsidered d~; minorlties, Minority person(s) must collectively own, OpE'tdt( a'dlO! actively manage, and share in payments from such an e:1Le]""p11St in 'he rnanner hereinafter set forth: 1 OW:led (a Fer a business person '3ole proprietorship to enterprise, it must be deemed be owned by a a minority minority (b For an enterprise doing business as a partnership, at ]~dsl ~J 0% of the assets or interest in the partnership property must be owned by one 01 more minority person{s) , (c For an enterprise doing business as a corporation, at ] east '01.0% of the asset.s or interest in the corporate "hares must be owned by one or more minority person(s) , 2 Co;;trollea Th. pllmary power, direct or indirect, to manage a business en' erpr '.se rest.~; with a minorit.y person(s), 3 Sh" re ~f2..I'il~_n_t~ Mi'lority partners, proprietor or stockholders, of the en' erpr lse, dS the case may be, must be entitled to receive 51 0% ')r mere of the total profits, bonuses, dividends, in' erest payments, commissions, consulting fees, rents, pn ,curement:, and subcontract payments, and any other monetary -.Ii- LIibuti In pai d by the blll1incss enterprise. (j Mi!lor::~_t':l : See definition under Minorit:y Business Enterprise. e FemaJe Owned Business ---. ~..'_._'-'-~---- --~- and contrc'lled by a asset." :ll partner,.;hip owned whose or a EnterprL1c3~: A sole proprietorship that is woman, a partnership at least 51.0% of interests are owned by one or more women, Section A - SP (Revised 9-18-00) Page 8 of 24 :::OqlOl at J m It_ least 51.0% of whose assets or interests in the =orporatE shares are owned by one or more women. .Joint VeTltur~: A joint venture means an association of two or more persons, partnerships. corporations, or any combination thereof, Euwlded 'J carryon a single business activity which is limited in scope anei direct ion The degree to which a joint venture may satisfy the srati'd MBE qoal cannot exceed the proportionate interest of the r1BE a;; a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform ',0 0% of the contract work itself and in which a minority joint lenture partner has a 50 _ 0% interest, shall be deemed equivalent to !laving minority participation in 25.0% of the work. Minority members .,f the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. ;oals The goals for participation by minorities Enterprises expressed in percentage terms aggregate work force on all construct ion work clre as fol lows: and Minority Business for the Contractor's for the Contract award Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 % 15% D These goals are applicable to all the construction work (regardless of federal pclrticipation) 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 r ransfer "f minor-ity employees from Contractor to Contractor or from project t,j ploject for the sole purpose of meeting the Contractor's pereent.agc is prohibited. oj ~ompl i'~I1_~ Upon complet ion of the Proj eet, a final participation, substantiated by copies of paid submitted by the Contractor to the City Engineer. breakdown invoices, of shall MBE be The Contldctm- shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to lndieate the percent of minority and female participation, by trade. which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these aredS which have been achieved. The City Engineer may withhold monthly 0' final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation infonnati"'l as requir-ed A-23 Inspection Required (Revised 1/5/00) T~---t!entr.:lctor oh.)ll aOOllrc -EflcL--appropri.:ltc building inopeetiono by the Building ~li:-eft-- Divi &i-en-*--tHe---\l-a-F-iBu&-int crv.:ll--9---Bf-wet"k---f OF- '..'hi eh a pcrmi t i 0 F~ircd .:lnd to aooure d f HHl--ffispcction .JEter the building io completed .:lnd reaey-for oceup,mcy-c ~-ontr.Jctor muot obt.:lin thc Ccrtific.:ltc of Occup,:mcy, "ihen appl-ie-rtbl-e ~~~DH--R 6 2 of ~-l---r'H'V-i-8i-ono io hereby ;J:mcnded in that the ~rae~~-~xl+-fee<Y-an4- ch:lrgco levied by the CitY':::J Building Inopcction ~F-tffient, .:lnd all ot:hcr--t-i-ty fceo, including ../.Jter-!..'.:lOtc....:ltcr meter feeo .:md t.:lp 4cee-s-as required by-t-it,y-. Section A - SP (Revised 9-18-00) Page 9 of24 A-24 Surety Bonds Parag' aph two (2 i at Sect lOT F3 f () 10',>,.'s: of the General Provisions is changed to read as "No surety wil be accepted by the City from any Surety Company who is now in defaull or delinquent on any bonds or who has an interest in my lltigatlon against the City. All bonds must be issued by an clpproved Suret Company authorized co do business in the State of fexas. If performance and payment bonds are in an amount in excess of :en pEcrcenl (l,J%) of the 3urety Company's capital and surplus, the 3urety Company shall provide certification satisfactory to the City i\.ttorney that t he Surety Company has reinsured the portion of the bond lmount that exceeds tcn percent 00%) ot the Surety Company's capital md surplus wi'h n,insurer (s) authorized to do business in the State )f Texas, The amount of the bond reinsured by any reinsurer may not "xceed ten pen'ent (10%) of the reinsurer's capital and surplus. For purposes :)f this section, the amount of allowed capital and surplus wlIl be verlfied through the State Board of Insurance as of the date >l the last anLual statutory financial statement of the Surety Company >r' reinsurer a'lthorized dnd admitted to do business in the State of i'exas. The S"rety shal 1 designate dll agent who is a resident of Nueces County, T'exas. :;;ach hond must be executed by the Contractor and 'he Surety ['()r .:ontracts in excess of $100,000 the bond must be cexecuted by a ,;urecy company that 1S certified by the United States ;ecretary of th, Treasury or must obtaln reinsurance for any liability in exc..=ss of $100,000 from a reinsurer that is certified by the United tates Secn~tary ,;f the Tr'easury and that meets all the above l'equirements The insurer or reinsurer must be listed in the Federal Register as holding certiEicates of authority on the date the bond was ssued " A-25 Sales Tax Exemption (NOT USED) 8ectioH -B-~,;l,. -..TU*- Bxemption Provioion, . ,,"&--deleted in ita entirety ;:md the fol-]'ew~ ::lUbotituted -iH-li-€+i- t.fteH;"~ ~Faet>&-f'€HC-improvcmentCl to rettl-~l:+y d'.!;lrded by-the City of Corpuo Chrioti OO--:.flet qU;llify for~mpE-Wn9- of C;lleCl, EJCcioe, ,:md UDe Tnxea unlcOD the ~r;}ctor e~tfr~ operilte under ;} oepnrnted -€e!;l~T;lct no defined by Cection ~~:!c- '~ptc r 3 ,1\:1)( .'\dmifl.ist-Fat;i-en--ef--~ 3 q, Public Fin3.nee of the TemlO .".drninistr;}ti?e Code,+ff'-Buefl-Btfler." ruleD or. ~lut4Dfl.&. aD mny be prornulgnted by ~-BeffipHel-~ ef. ~-Ae+;'-e;tHt8t-~)fdB-; .H-t-fle ~cHH'..p.l,.e+~-tB- Of;>eFdt<' under a- ocpnro.ted contrnct, he oh3.ll: '10, -+mt;lin ~e--fl~'B~H;yBd-l€s--tnJ( permito-B. tram the Ct;lte Comptroller. ~; ~y--4-&.~ -apfH.'Bft'FI at-€-.. 9~ on the "Ct;ltelllent of H3.teri3.lo 3.nd Other Ch;lrgeDlL- i Il--the propoo;:H--feFffi~~. e+-ffiiHcerL:llo phYDic;llly incorpor;lted ., nl:,&.~~eet 3-;.- ..!"')vffi€-F~~~~~€8.+tr~Her~'; 4 ......f'l~ ERe -8it-y-w~ ~:Jce.e.--e+- ffiat€r4-a+, . invoiceD to Dubot;lnti.:ltc tRe f'rDpoo.:ll -~ue-,A-mateF-'trtl-8. H--l=..J1e ContLlctor -docCl ncec-cl€e{o..4e---eper-at:-e--undcr .:l oep3.r.:ltcd contr;lct, he mU3t ~~-~~-~~ffi€.i .an4--UDc T;l)(eD .:lppliC;lble to thio Project. SUbeent r.:tctor9'-ttF€--€1~l'€- fer -9'a~a)( cxcmptiono if the Dubcontr;lctor aloo complicl ~"-the-abeve~rcmento .-'ffle.--Gentcructor mUClt iooue .:l rco;lle eeffjHP~e-t'Be -9Bncontra(4er -dRd-Ech€c.- ~'ontr.::lctoF,- in turn, inDucD ;l rCO.:lle eert.l-f.4'~'<t-&.fl...rs fH1f'plH'r, Section A - SP (Revised 9-18-00) Page 10 of24 ~~~Supplemental Insurance Requirements -)2 p.,ch lIiSUrance 'overage provided in accordance with Section B-6-11 of the "'fli r"ct, the Contractor shall obtain an endorsement to the applicable insurance LCY signed by the insurer, stating: 1 the event c cancellatlon or materlal change that reduces Dr restricts :.le insurance d [forded by this coverage part, each insurer covenants to mail dor written notice of caE_<:::ellatjon or m~t:er~Ci} cJ1ange to: Nitrile: City of Corpus Christi Engineering Services Department Attn Contract Administrator L. Address: P.O_ Box 9277 Corpus Christi, Texas 78469-9277 ~. Number of days advance notice: 30 :-he C~:!TItract.or 'ople~: thereof he date the documents. shall provide to the City Engineer the signed endorsements, or certified by the insurer, within thirty (30) calendar days after City Engineer requests that the Contractor sign the Contract Within thirty (30) calendar days after the date the City Engineer requests that he Contractor siyn ':he Contract documents, the Contractor shall provide the City -:09' nf'/,r with a cert 1 ficate of insurance certifying that the Contractor provides w'Hker s compensation insurance coverage for all employees of the Contractor empJoyed on the ProjE'~t described in the Contract. For each insurance '.;overage provided in accordance with Section 8-6-11 of the Cont. ra,;t, the Contractor shall obtain an endorsement to the applicable insurance pol i cy signed by the insurer, stating that the City is an additional insured under he insurance policy. The City need not be named as additional insured on Wurker "J Compensat ior coveraqe. Fur ccntractual liahi lity insurance coverage obtained in accordance with Section 6 11 (a) of the Ccntract, the Contractor shall obtain an endorsement to this c,lVc,raqe stating: contractor agreE'S to indemnify, save hacmless and defend the City, its ,,,,,ents, servant~;, and employees, and each of them against and hold it ,md them harmless from any and all lawsuits, claims, demands, ,;abilitles, losses dnd expenses, including court costs and attorneys' pes, for or on account of any injury to any person, or any death at )flY time result Lng from such inj ury, or any damage to any property, "hich may ar is( or whi ch may be alleged to have arisen out of or in Joneet lon with the work covered by this Contract. The foregoing I[ldemnity shall apply except if such injury, death or damage is caused \Irect~y by th,' negligence or other fault of the City, its agents, <~rvants. or employees or any person indelTUlified hereunder. A-27 Responsibility for Damage Claims (NOT USED) Pd-F'::lg-FaFffi--+a+ Ccncr.:ll LiabiIH:-y---&- Section B 6 11- of the Cener.)l Proyioiono io ~~ to include_ (i~~~~ide ~.:llLltion Flo.:;ter inourc:lRce oo'.'er::lge for the term f/t-+fle--C-ont-Fae-E -Hp -t-e- ::Ind including the d::lte the City fin::lll)" ::Iocepto the {"Fojeet or ',:or], l!!~}JilJ:.lCJ.I1_-.I"}o::l_ter cover.:;ge fRuot be ::In ".",11 Riok" form. Section A - SP (Revised 9-18-00) Page 11 of24 '::one:roctor muot po}' oj! oooto ncceoo.:lry -t~ procurc ouch InotClll.:ltion Flo.:ltcr iflffiH'afiee" -€everage, -- i-ne+ttaing .:lny deductible. The City muot be n:uflcd ~i-t-3-Hnal- fflS'!Fefr-BR "dffJ' ~eo prov~9-\7efr'i-fl.sur.:lncc cover.:lge. A-28 Considerations for Contract Award and Execution To 31 ow che City EIlgilH'er to deLprmlne that the bidder is able to perform its ,)bl igdLiollS under thee proposed contract, then prior to award, the City Engineer may require a bidder to provide d'H:lJmentatioT< concerning Whether any liens have been [lIed agaInst bidder for either failure to pay 'or service" 0; materials supplied agalnst any of its projects begun within he prf'ceding 'NO 12) years, The bidder shall specify the name and address fC the party holding tl1f' Lien, the amount of the lien, the basis for the Len claim, and the date at the release of the lIen. If any such lien has '" It been r-p j eased, the bI dder sha 11 st ate why the claim has not been paid; "ld :0 Whether there dre allY outstanding unpaId claims against bidder for services :or materialE snppl ied which relate to any of its projects begun within the ,!receding two 2) years, The bidder Elhall specify the name and address of i he cl a i mant, :,he amuunt of the clai m, the bas i s for the claim, and an ,:xpl anat ion why the claim has not been paid. A bIdder may also b(, required to supply construction references and a financial statement, prepared Cia later than ninety (90) days prior to the City Engineer's reques' signed and -iated by tbe bidder's ')wner, president or other authorized party, specifying'll: current assets and liabilities. A-29 Contractor's Field Administration Staff The CC!!1tractor shall employ [or superintendents and foremen who City Engineer this Project, as its field administration staff, are careful and competent and acceptable to the The cr1teria upon which the City Engineer makes this determination may include the following: ['he superintendt':nt must have at least five (5) years of recent experience in Lield management and oversight of projects of a similar size and complexity '0 this Project. This experience must include, but not necessarily limited ',0, schedulinq of manpower and materials, safety, coordination of ,ubcontractors, and felmi 1 i drity with the submittal process, federal and ,,',ate "age ratJ requirHncnts, and City contract close-out procedures. The superintendent shall b(> pre~;ent, on the job site, at all times that work is being performeo 2 Foremen, If ut ilizcd, shall have at least five (5) years of recent (';cperience 1 n s! mi la r w:nk dnd be subord inate to the superintendent. l.,)remen cannot let as Bupen nLendent without prior written approval from the City. DocumentatioL concerrllng these requirements wIll be reviewed by the City Engineer- The :::ontractur; s field admin.lst!:'ation staff, and any subsequent substitutions or replace-ments thereto, must be a[:lproved by the City Engineer in writing prior to such superint endcent i1 'sumi ~g responsibilities on the proj ect. 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 obi Jined, the 3war:d may be re"cinded. Further, such written approval is also necessclty prior to a'han']e In field administration staff during the term of this Contrac' If the Contract,or fails to obtain prior written approval of the City Engineer concerning any substituti,ons or re[:lldCements in its field administration Section A - SP (Revised 9-18-00) Page 120[24 :otatt (or this Project during the term of the Contract, such a failure constitutes a bas~s to annul ~he Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements !nd'~r "Genel al PI CJvi s ions and Requirements [or Municipal Construction Contracts" :;e~t_i-_orl!l:::~l Consid(~rati(m of Contract add the following text: Within five (~iJ woddng days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must _ubmit to the 2ity Engineer ::.he following information: list of the major components of the work; i\ list of the products to be incorporated into the Project; " schedule uf 'values 'Nhich specifies estimates of the cost for each major ')mpOnf'nt ot Uw wOI-k; 4 A schedule of Clntic1pat,ed monthly payments for the Project duration. L, l'he names and dddresses of MBE firms that will participate in the Contract, along with <l 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 t he Contractor is an MBE. I f the responses do not clearly show that MBE part lClpation "',111 meet the requirements above, the bidder must clearly demonstrate, t" the satisfaction of the Cit.y Engineer, that a good faith effort has, 1n fact., been made to meet said requirements but that meeting "uch requi rpmenr s i", not reasonably possible. f A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor fOI major components of the work if the ('ontractor has nut completed his evaluat10n of which subcontractor will perform 'he wOlk [he City Eng1neer retains the right to approve all subcontractors that will perform work on the Project, The Contractor shall obtain written approval by the City EngIneel ot all of its subcontractors prior to beginning work on the ProJect If the City Engineer does not approve all proposed '''lbcont ractors, it may resc ind the Contract award. 1 n the event that a subcontr'actor previously listed and approved is sought be substituted for ur replaced during the term of the Contract, then the 'lCy Engineer 1 etains the right to approve any substitute or replacement ,'ubcontractor pt~ior to its participation in the Project. Such approval will Jl')t be glven ' the ["cplacement of the subcontractor will result in an 'ICreas(' in the Cont ract price. Failure of the Contractor to comply with t -lis proviSIon "onst ttute" d hasis upon which to annul the Contract pursuant Section B 7~ l; j, prellmlnar'l 1:r ogres,; scherlule indicating relationships between the major ,mponent S oE t he work. The final progress schedule must be submitted to the City Engineer at the pre~construction conference; 8 J1ocumentation required pursuant c.lncerning Conc,ideratjons for Cmtractor I s Field Administration to the Special Contract Award Staff _ Provisions A-28 and Execution and and A-29 the 9 Documentation au required by Special Provision A-35-K, if applicable. Section A - SP (Revised 9-18-00) Page 13 0[24 ] 0 Wlthin five 5) days following :nformation ident i Eying type of ; t:ate) Corpora t ion Jr Partnership, I'Jthorized t:) t-xecuLe contrLlCts on bid opening, submit entity and state, i.e., and name(s} and Title(s) behalf of said entity. in letter form, Texas (or other of individual(s) A-31 Amended Policy on Extra Work and Change Orders Under C;enera ProvlsiollS and Requirements for MUlucipal Construction Contracts" B-8-5 Po~ on_[.;xtr~~r:~~dQ~e Orsiers the present text is deleted and replaced with the following: :ontractor acknowledges that the City has no obligation to pay for any extra work for which a change OJ der has not been signed by the Director of Engineering Services or his ,ie-signee_ The Ccntract-ar also acknowledges that the City Engineer may authorize change .rders which do not ,:xcecd $25,000.00. The Contractor acknowledges that any change .!denJ LJ1 an "mount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "EXecution of Contract- Requirements Under "General ProViSlonS and Requirements for Municipal Construction Contracts" B-3-5 E?s~tLOnof _Contrcict: add the following- ,he award of thE- Cont ract may be rescinded at any time prior to the date the City ~ngineer delivers a contract to the Contractor which bears the signatures of the City Manager. City Secretary, ,md City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City cbligated to perform under the Contract, until the date the City l<::ngineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bldder must familiarize himself fully wi th the conditions relating to the completion of t,he Project, Failure to do rm wiLi not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-l_ A-34 Precedence of Contract Documents In case of conflict :n the Contract documents, tirst precedence will be given to addenda issued during the bidding phase of the Project, second precedence will" be given to the Speci3.1 Provisions, third precedence will be given to the construction plans, f')urth precedence will be given to the Standard Specifications and the General Pro"isions will be given last precedence. In the event of a contli"t between lny of the Standard Specifications with any other referenced specif lcations, such as the Texas Department of Public Transportation Standard SpecifIcations tor Hiqhways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provlslons (if dppl icable) , construction plans, referenced specifications, Standard Specificat ions, and General Provisions, ~n that order. A-35 City Water Facilities: Special Requirements (NOT USED) A '~--\4 D j to rl<:~~:lIl!: r 0, c~~:-~?€n t Cl t i<:'fl !qlor to pcrfcrming work ~tiHtY-Ci-t-y-'.Dtcr fo,cility, the Contr.:lctor, hiD oubcontrael~.::md c.:Ich ef their employeeo mUO-E h.:lvc on their pe-FBeH--a- -va-l-Hi---eaffi- certifying tfle4r prior .:Ittend.:lncc .:It ~ \4-s4 tor/Contro,ctor----s-akty-Gri~on progro,m conducted by the City Wat-er- Defh:trtmcnt -Pef~ ,'^,. Vioitor/Cont-fit€-Eor E:.:Ifcty OricHt.Jtion Progr.:lffi -w-i-j1-~F€El-By-.:lUthorj7':cd City Wo,ter Dep~rtmcnt pcroonnel feF--tnBB€ ~- -who- do not ho,'o"c ::l\%eh-~-aHd---whe deoire to p€HBrffi--o,ny wGFlr-~n--any-~~ -wa€~-aeility. For o,ddition.:ll ffiformo,tion--Fe+er- tG--M-tachmcnt 1_ Section A - SP (Revised 9-18-00) Page 14 of24 B.- Operation ef City Owned Equipment 'l'he--~Faet:~r ahall Rot start, operate, €l-E- stop any PlHIl!l, meter, valve, equipment, D~l1teh, ereaker7 control, or aft}" ether item related to City water 4ae~at any- time_ ^ll ouch itemo must be opcr~ted by an- operLlt€lr or othe/"- ~:lUthori zed. m;1inten~ll'lee- employee of the C1 ty W~ter Dep~rtmePt~ r7C~ Protection of Water Quality The City. IllUDt deliver- '...~ter of ~*ing qtl.:llity to itD cuotomero .:It cAll timeD.. The Contr.:letor Dh.:l!! protect the qtl.:l1ity of the '.:.:lter in t:..fK.L-:teb-~-a-H€l:- oh.:l1! eoordi~H&---worJt .lith the City li.:lter He~artfflefit--€-& prote(~-+fle-qBttlity~- the ....::Iter. :)7--~nformity with ANSI/NEF Bt.:mdard 61 A1-1---ma-E-eri:11D -aOO-- equipment uoed ---4fr~ the rep:1ir, reelooemb1y, tr::lnDport::ltion, reinot.:lll.:lt1on, ~nd inopection of pump 0 , or .:lny other ltemo, --wfl~-~ld come into cont:1ct ',:ith pot.:lble ....:lter, mu!)t conform -tee-. ,~""eric<ln Nation:1l Ctandardo ~itute/U.:ltiofi.:l1 C.:lniteltion roundation (!\llSI/NCF}--- Stand.:lrd- 61 ao deocribed in the Bt.:lndard Spe c i f ~4-eRs--~ Such mCltcri.:llo include :111 Dol vento, cleanero, lubriC.:lnta , g.:loketo, t-lffe.ad. compound!), CO;)t ingo, or hydr;)ulic equipment _ Theoe i tema muot not be uoed unleDD they conform-.dth 1\~lSI/m:::p Ct.:lndard (1 and unleoo ouch itemo ClFe-4nopected on ~ aite by -aH-lohorized City peroonnel 4-mme€H--a-E-ely prior to uoe. The Contr.:lctor ohal! providc the Engineer with copieD of ~ritten proof ef--ANBI/NCP St.:l.nd.:lrd 61 appro.....:ll-fuF all m;)teri;)lo ',:hich could come into cont)ct w-H,h pot.:1ble ...:Iter .- f' Handling and Disposal of Trash .'\.11 tr-aafr gener;)ted by the Contr.:lctor or hin employeeo, .:l9cnto, or Doocontr.:lctorD, illUDt be contained at ull timeD ::it the ,".:lter f.:lcility ~- Blowing tl"a-9ft- ~.'ill not be .:lllm"ed_ The Contractor ohal1 h:ecp ..ork .:lre;)o cleLln .:It all timeD .:Ioo-.remove .:l11 tr.:lOR daily_ CONT~~CTOR'S OM SITE PREPARATION f. Contr;)ctol' I 0 peroonnel IllUOt ....e.:lr colored uniform o'..-er;)llo other thun or.:lnge, blue, or ',:hite. Each cmployee----uniform must previde eelBJlany name and individual employee identification. "r-o Contr;)ctor oh;)ll provide telephoneD for Contractor pcrDonnel. Plant ~lepboBc9 .are not available for Contractor UDe. H--o-----W<7Fk~-htHH's-w-i11--B€-7--00 .~..M_ to-~ P_M_, tfond.:lY thru Frid.:lY. CcntrClctO! ---iftBBE--net- -BB€-----.3fl-y--~_Ey- fClCi 1 i ty rcotroomn. Contr.:lctor muot f'~~ 0;:,1 o;:mit-a-ry f.:leilitie:J. d~- 1\.11 --tBH-io-!'~---vehicleo muot be parlted aE---- deoignated oite, aD deoign.:lted~ City W.:ltcr Dcp.:lrtment ot.::lff. 1\11 Contractor ychicleo R'\tH3-E-------Be--- clcarly---l-abe+ed---w4--E-fl--- company n.:lffie. No pri ...atc cmployee vehicleo ~_~a-l-lewe4-. ~t 0 .-~ Stevena - Wa--t-eF- Tre.:ltlllent rl.:lnt. .".11 peroonnel muot fle--l-F1 eOffiP.:lny vehic!en. During '.:orJdng hourn, eBftE-T-acHH---cmployeen muot not-l-eave the den~ed conDtruction .:lre.:l lli'H"----w-a-H6e-F--+h-r-etlEth-aaybuildifl"Js-~ theln for required work or .:10 Section A - SP (Revised 9-18-00) Page 15 of24 d-r~+eted-- .-By. --.c-1+y cu,<,teHatWH-,- l'i:lter Dep:lrtmenL~peroonnel during emergency K.- BmtrClctor Qu~~iono . _~.c:,~:-+~R\'ICORY conTROL liND DATA ,~~ ARy---weTk 8').-4'fie computer bCloed monitor.ing C1~ control oyotcm 1RU0t be pe'F-fBF!lleEl-Effi.ly-.hy E'fHdli-E-ied-.-Ee€hnic:ll :lnd .oupervioory pe-F8onnel, :l3 ae-t-e-Fffil.-ftE'-I----by -Rtt'€t.illq -~~ifie:ltiono -l--._ffiRl.. 9 belm... Thio '.JOrk ifrt"l ~ -bHt~-.HB-t. limi tcd t-B, modi f iC:lt iono, .:lddi tiono, ch:lngeo, B€-leeti-eB,~- .f-ttnH~tlllng, inot;:11ling, connecting, progr.:ufiIlIing, 8Uetom+",i~-aebugging, c.:llibr.:lting,-~-- plClcing in oper.:ltion C111 h;:1rd....:lre- :lnd/o::.'--. ~.tefL-waFe--.- 8pecifieEi---.or required by theoe ~cif iCLH-4on~+. '!'fie- ~-aeEe1 .Hl --fH-B-- oubcontr:lctor propooing to perform the 8Cl\J)t. WfHk HHHtt ee--alHe--t-c)- deffionotr:lte L'-fie-follm..ing... 'I --Ht"-i-s- . r~J.rly eng.:lged---Hr---tfle-coRlputer b.:loed lRonitoring ;lnd eontrol o)'5toern buoineoo, pre.fel'";lbly ;:10 applied to the lRunicip.:ll Wd~- ome .wastc....:lter induotry. ~~~e h;:1o performed ~JOr]( on oyoterno ofc- cOlRp<lr.:lble oize, type, =d ef')lRpleJ[ity ili3-+~r~~io Contr;:1ct on at le.:lot three prior projecH~c ".,. -He--fl.a..s-eeen :lclively eng:.lged-in the type of ~,'orl( opecified *' Fe-in ---fBr--at- 1 easE-~ ye:.l r 0 ... 4~- -HE, employs----a. Regiotercd Profeooion:ll Engineer, :l Control Syotemo Engineer, or .:lIT-- Electrioal Engineer to oupcnrioe or perform Lfle.-.weFk- required .by thio opecific;ltiono. 5c .-He eRlployo peroonnel-eR- thio Project who h;l'..e ouoceoofully E;{':19pleted --a---fltd-fllif~er-Io tr;lining couroe in oonfiguring ;lnd HllfTl-emeHt-tng,.--the opeciHe computero, RTUC'o, <lnd ooft.";lre J.'H~e4---E-or the Contr::J.ct. 60-- - _.. -Bt- ~cflEaiw.+ apenfl;lnent i fully !)t::J.ffcd illld cquipped oervice f~,e-i-l-ity-wit-ftifl. 100 mile!) of the Proj ect oi te to ffi;lintain, R'pa-H-, c:11ibr.:lt-e,-and program the !)yoteffio opecified herein. ? 0 ---H-f- ---s-hrH-l- f+H--flWh-- equipment '.:hich io the product of one maffiH-acturer to the m.:lxilRum~tic.:ll e][tent. Where thio io not J.'H:-a-e-Hea-l-,.---aH--equipment of ;l given type .:ill be the product of 6He-~nHf<lcturer . 8, .-P.rier-~ermanee---at--Ehe--G-o N... Cteveno W.:lter Tre;ltlRcnt Plaftt- w-:i+l--.--he-.u-Hed -:in. eV.:llu.:lting ...hich~;lotor or ouhcontr;lctor Py ,,~-t:cfle -fWW wer*-~-E-fti.s. Proj ect . 9, --'ff-,c ConlFaeteFu.sha+l--produce .:Ill filled out progr::J.HlfRing bloc]w ft."'1HireEl-->C{) ohm! the prografllffiing 0.0 needed ;lnd required, to ;ldd tflese---~-~emo to the e][i!)ting City 8C.\U.'\ oyotem. l'.ttuched i-e-an-<'*THnp-l-e.~. the required progro.mming block!) .:hich the City r+-jUiFes--t-e-...f3.e.--f+l-l-ed--i-n .J.nd giv€fl to the City Engineer ....ith a-1j~~-made--duI~the progr;lffiming ph.:loe, The .:ltt;lched sF,'eE- j 9-. aft---€*.:Imple .:lnd:i&--flet---4-ntended to ohow .:l11 of the re'iU~-.e- . M-eE.+t+----'l'+te.- f'entF-aeteT' . --wH 1 provide ~1.~rogr .:lmming M,.>ek-& '.UBPft, ~clH ~ [lcC!':' 1. ~*eHt." A t Ie 4c-FeHe!~f EH~-Eft4.B--. ~eet, NaH+--sfia .H--h<,--pe-Ff-oflfleEi uoing mifllber-.-ef..~~ underground flfiall---be----o .H")W{~-OH--+he p IO j C c t ~ .at the o. N. Steyeno W.:lter Trc;ltment 0. b.:lclffioe or h;lnd digging due to the ob::Jtruetiono, No trenching llI.J.chinc:J A-36 Other Submi ttals 1 .f;h~_Drawing~bmitLa.l The Contractor shall follow the procedure outlined below when proc"ssing Shop Drawing submit.tals: Section A - SP (Revised 9-18-00) Page 16 of24 a. Quant1ty: Contractor shall submit number required by the City to the City Engineer or his designated representative. ". ReproduclDles In addi tion to the required copies, the Contractor shall al so f;ubmi tone (1) reproducible transparency for all shop drawings Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submi t tal number with an alphabetic suffix. Contractor must identify the Contr actor, the Subcontractor or supplier; pertinent Drawing sheet and let il number(s), and specification Section number, as appropriate, on each submittal form. Contractor's Stamp: Contractor must apply Contractor's appropriately signed or initialed, which certifies that verification of Products required, field dimensions, constructIon work, and coordination of information, is accordance with the requirements of the Project and documents stamp, review, adjacent all in Contract Scheduling: Contractor must schedule the submittals to expedite the Project, and del.lver to the City Engineer for approval, and coordinate the submission of related items. Marking: products, standard Contractor must mark each copy to identify applicable model s . opt. ions, and other data. Supplement manufacturers' lata to prov.l.de information unique to this Project. .J Variationf:: Contractor must identify any proposed variations from the Contract jocuments and any Product or system limitations which may be detrimental to successful performance of the completed work. t, Space Requirements: Contracr.or must provide adequate space Contracto~' and Engineer review stamps on all submittal forms. for Resubmlttals: Contract.or required by City Engineer previous ,;ubmi ttal . must revise and resubmit submittals as and clearly identify all changes made since Distributlon: Contractor must discribute copies of to subcontract.ors and suppliers and instruct suppliers co promptly report, thru Contractor, any with provJsions. reviewed submittals subcontractors and inability to comply .sa~les: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. Te~and ~~Cl.ir ~P~),r...t: When specified in the Tectmical Specifications Section, Contractor must ,oubmit 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, _.J]:1e_~~;tated .equipment: wilLEot_lJe approved for use on the prcject A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B-6-15 Arr~lT1.ent and Chilr~for Water_~~isI:1.~ by t:)1~_ Cj_tx, add the following: Section A - SP (Revised 9-18-00) Page 17 of24 'The (ontracto~ must compl y with the City of Corpus Christi's Water Conservation ciIld Drought Contingency Plan as amended (the "Plan") This includes implementing ....ater:onserlat. .:m measures established for changing conditions. The City Engineer ",ill pLOY i de a )py, ,f t he pi an to Contractor at: the pre-construction meeting. The 'onLracto< wil keep a copy of the plan on the Project site throughout ':mstr1Jct ion " A-38 Worker I s Co ensation Covera e for Buildin Government Entities or Construction Pro. ects for The requirements ,.)f "Not i Cp to Contractors this "peciaJ Provlsi.n. 8'" are incorporated by reference in A-39 Certificate of Occupancy and Final Acceptance (NOT USED) 'ffle.'~CJou.:mcc.-cl ;:l crt*-i-ea-E-e-~ occup,:mcy~ improvcmento doco not conotitute ~.J.ccept-aRee of the improvemento under CenerJI Provioion B 8 9. A-40 Amendment to Section B-8-6: Partial Estimates General Provlsions and Rr,quirements for Municipal Construction Contracts Section 8-8 6 Parti al Estimates is amended to provide that approximate estimates from which partial paymencs w] 11 be calculated wlll not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless t.he Contractor provides the:::ity Engineer with documents, satisfactory to the City Englnf'p"" that show that the marerial supplier has been paid for the materials del.l vered to the Pro ect worksite. A-41 Ozone Advisory Primin" 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 ouch aD thio io experienced, thc day will ~-h<'.~€-&--a-&a--W€ffk- -aay---and-.{chc Contractor ..ill be compcnoatcd at the unit price +ndicated -iF! the pr~ A-42 OSHA Rules & Regulations It IS rules job" t.he responslbi1ity of the Contractor(s) to adhere to all applicable OSHA and regulJtlon:' whlle perfcnming any dnd all City-related projects and or A-43 Amended Indemnification & Hold Harmless Under "General Pruvi~;ions and kequirements for Municipal Construction Contracts" 13-:~ 2! TndemnificatJ:oI0 H9l~ H<>'IlTI!css, text is deleted in its entirety and the following is substitu'ed JIl jieu thereof: The Contractor "hall hoLd the City, its officials, employees, attorneys, and a'Jents hatmles~; and shall indemnify the City, its officials, employees, ", torneys, and agents frullI any and all damages, injury or liability whatsoever Le om "n det Dr om l ssion of the contractor, or any subcontractor, sllpplier, mate,iaJIC,an or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contract en, or any f;ubcontractor, supplier, materialman, or their ofticials, emplcy'ees aqenl.s, or consultants. T'" con~r-lctcr ,klall hUld r:he C1.ty, it" oEficials, employees, attorneys, and a'lents harmless and sha 11 Jndemni fy the Ci ty, i t.S officials, employees, atl orIley';,md agents from any and .111 damages, injury, or liability wrtatsoevel (rom a negi igent act or om1.ssion of the city, its officials, employees, at tOllleys and aqents that directly or indirectly causes injury Section A - SP (Revised 9-18-00) Page 18 of24 to an employee of the contractor, or any subcontractor, supplier or materialman A-44 Change Orders shuuld a change order (s) be r'equi ced by the engineer, Contractor shall furnish the "'nqineer a complete breakdown as to all prices charged for work of the change rdpr [unit pri CPS, hourly rates, sub-contractor' s costs and breakdowns, cost of nater,als and equipment, wage rates, etc.) This breakdown information shall be ;ubmitted by C'ontrac'or <In a basls for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00l ia) ContractOl shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. b) Upon compLetion of each facility, the Contractor shall furnish Owner with one set of direct. prints, marked with red pencil, to show as- bui 1 t dimensions and I acat ions of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (]) "Nameplate" data on all installed equipment. (4) DE:letions, additions, and changes to Dcope of work. (5) Arl'f ot her changes made. A-46 Disposal of Highly Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water. part icularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensit~ve areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. ,. will be the Contractor's responsibi lity 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. Contractor shall not use t tie Ci t Y I S sanit.ary sewer system for disposal of contaminated water. A..47 Pre-Construction Exploratory Excavations (7/5/00) Frior to any construct ion whatever on the proj ect, Cont cactor shall excavate and expose all exi.sting plpelines of the project that cross within 20-feet of proposed pipelines of the project. and Contractor shall survey the exact vertical and horizontal location c' each crossing and potentially conflicting pipeline. For eXisting pipe.iin,>s which parallel and arc within ten feet (10') of proposed plpelines of the project, Contractor shall excavate and expose said exiting r i pelines at a maximum oj 300- feet O.C. and Contractor shall survey the accurate h()nzontal and Vel ti,'11 .1 ocations of said parallel pipelines at 30Q-feet maximum ,~' Cuntcd, l.or sha Ll ther, prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approx.imate station thereof, distance to the pavement centerline and elevations of the tor of existing pipellnef1. Section A - SP (Revised 9-18-00) Page 19 of24 Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exp Lorltory eXCdvat i ,ns "hall not be measured for pay, but shall be subsidiary to thf af'proprare bid item. l'herefore, no st~parate payment shall be made to the 'oLtLrh::tor. A-48 OVerhead Electrical Wires \7/5/00) Conrr,,'~tor shall '~omply witI-. all OSHA safety requirements with regard to proximity "f CC::1structlon equLpment beneath overhead electrical wires. There are many (lverh,-ad wires crOSSing rhe construction route and along the construction route. ConLr,L~tor shall use all due di ligence, precautions, etc., to ensure that adequate ,;afety is provi ded t ()r a 11 of his employees and operators of equipment and with ,'egard to ensuring that no iamage to eXisting overhead electrical wires or fac~llties occurs A-49 Amended nMaintenance GuarantyN (8/24!OOi Under "General ProvL~ions and Requirements fOI Municipal Construction Contracts", B 8 1J.MaintE;~~~ce_.9\larant:.Y, add the following: 'The Contractol' s <JuaLantee .lS a separate, additional remedy available to benefit the Cit y of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any nghts or remedies available to the City of Corpus Christi for any claims or auses of action ag~inst the Contractor or any other individual or entity.n A-50 Errors and Omissions The Contractor shall~arefully check these specifications and the Contract Drawinys, and report La the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before the work to which they pertain is constlllcted, and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall he compensated for such increase in cost as provided elsewhere. The Contractor shall Dear the expense of correcting any errors and omissions on the dIdwings or spec,ifications, which are not discovered or reported by the Contractor discoverea by reasonable diligence on the part of Contractor. It is the int ent of thi~; Ccntract t.hat all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent .)f the Contract. DocumenU, that the Contractor shall perform all work to comp le t f' the p roj eet "eady for L t s intended use. A-51 Contaminated Soil Conl ractor shall follow C}.ty requi rements concerning the disposal of contaminated materials. Contractor shall comply with the City'S J.C. Elliot Landfill special waste handling guidelines with regards to disposing suspected contaminated soil. The cost. of said '""ark shall he lncidental to the unit price for "removal of contaminated soils" as per ILem 4 given below, Contractor shall complete the City's Generators Waste Prof1le Sheet (See Attachment II) for City's Approval prior' c' disposal of lny contam1nated soils. It, .jurIng Lhe construction, an area is suspect.ed of a high level of cuntamlnation, then the Clty w.lll have the area tested. If the area proves to have a high level of 'ontamination, then the Contractor shall comply with the I'egu Lar lons of the TCEQ who has jurisdiction concerning policies as to the reuse t Lhi matelial, the Cant rartor ~hdll follow the following procedures: Section A SP (Revised 9-18-00) Page 20 of 24 Mat erial Reuse: ~~xcavated material that contains indications of elevated levels of contamiflation may be utilized as backfill for excavations, up to 24" fL)ffi the surface "f t.he finished grade. It will be the Contractor's responsibrlity to incorporate as much as possible of the contaminated material into the vdckf ill Clean material with no indication of contamination shall be used wi th the lap "'4 n of the trench. 1\11 materials used for the backfill ::>f excavatcons sb"ll ,dso conform to t:he trench embedment section shown on the ~Olf'.trllcti()n rlraw ngs .:)n Site Stockpile,:: Excess material from excavation, whether non-contaminated -:)r contaminated w] th any detectable concentration of contaminants, shall be handled J n such a way ,]S to prevent run--on, runoff, and infiltration of COlltamindtion frorr. precipitation. Contamrnated stockpiles shall be underlain by plastlc. with clean sOIl berm covered with plastic around the perimeter. rhe contamInated stockpiles shall be covered with plastic and secured to prpvent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. , Disposal of Excess Non Contaminated Soil; The balance of any non-contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated hsposal site 4 Disposal of Contaminated Soil All costs associated with excavating contaminated soil. transporting contaminated soil, landfill disposal fees, coustructing and maintaining a stockpile in the required manner, and cleaning up the project sire after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector. Excess contaminated soil will be transported by the Contractor to the J.C. Elliott Landfill following ~hp City guidelinvs on special waste handling. '} OSILA. Training: Cont ractor shall be responsible for providing proper OSHA hazdrdous wasty tlcaining that is required for construction personnel working in contaminated areas. A-52 Revisions to the Standard Specifications The following standard specifications have been modified to fit the circumstances of this project. Section 021020 Site Clearing, and Stripping All labor, material, ,md equlpment required for site, clearing, and stripping shall he measured and pay for at a lump sum price. Section 021040 Site Grading A1] labor, material, dnd equipment required for site grading shall be measured for pay by the lump sum price under "Restore Project Site". Section 021080 Removing Abandoned Structures Manhol~ rims and tOpE of curL aud post inlet structures to be removed shall be salvaged and reused fur t.his project, if found in good condition as determined by the engineer Manhole covers name label must match the type of manhole structure for which it will be nstalled OIL Mismatched cover name label shall not be used, but returned to the c;ty. On such situations, contractor shall provide new properly named manhoL co\<er and its cost shall be subsidiary to the cost of the manholp structure Section A - SP (Revised 9-18-00) Page 21 of24 Sect LOn 022100 Select Material All abor, material and equipment required for placing select material shall not bE rnt,asured for pa} but wi! ~ be conside:r:'ed subsidiary to the work items requiring se 1.(' '! mat,>;:-ial Section 022420 Silt Fence At l aboT, materlal ar.d equipment required for placing silt fencing shall not be fTIh3S red fur pay bur wi 11 be considered subsidiary to the work item "Storm Water Pollution PrE-venLio" Control's" Section 025220 Flexible Base Caliche Recm:struction of roadway pavement shall consist of 6 inches of compacted caliche Oase ~dterial over ('ompacted select backfill per project specifications. Section 025424 Hot Mix Asphalt Concrete Pavement HOL m, x aspha 1 t ('one rete pavement for roadway pavement reconstruction shall be Type "on mix having d minimum thickness of 2 inches minimum or as stated in the planE All labor, material and equipment required for placing HMAC pavement ~hall be pald by the square yard Section 026206 Ductile Iron Pipe and Fittings Al wJterl ine alignment adjustments shall be completed using ductile iron pipe ',.,.it.hJuct ih' iron ti t.tings per AWWA requirements, Section 027402 Reinforced Concrete Pipe Culverts Section 027602 The 11';" of Port.land ,'ement rrortar joints for jointing RCP pipes shall not be used. Gravity Sanitary Sewers All plpe for gravlty sani',_ary sewer lines shall be PVC pipe SDR 26 in accordance with ASTM 0-3031_ Fittings shall be ductile iron fittings per Section 026206, "Oueti e Iron P::.pe and Fittings", All sanitary sewer lines that are replaced in the pruject. :,hall be video t_aped and a copy submitted to the city. This work shall he performed by the contractor at no extra cost_ Section 028020 Erosion Control by Seeding A!i laLor, IUdt.erldl, ,nd eqUipment required for erosion control by hydromulch seedin<: shall be ('_n :Jay for by the lump sum price_ Section 028040 Erosion Control by Sodding Sodd _n" shall be perf"rmecJ by a professional landscape contractor with a minimum of 7 Yt.'ars experience successfully performing such services. All labor, material, and ';ql.l ipment rcqui reel for landscape planting shall be subsidiary to lump sum prlCt'! restorin(~ y('sider:Lial properties at Catfish Drive. Section Q28060 Landscape Planting Land~;cape planti fig sha il be performed by a professional landscape contractor with minimum of 7 years exp,>yj ence success full y per forming such services. All labor, material, and equipment requiTed tor landscape planting shall be subsidiary to the lump su'" priel' for res! Dring TeSldential properties at Catfish Drive_ Section A - SP (Revised 9-18-00) Page 22 of 24 A-53 Geotechnical Investigation Report A copy of the project geotechnical investigation report is contained in PART U of this project manual .md 1S provided for Contractor I s information. A-54 Stormwater Pollution Prevention Plan This Project falls under the category of Small Construction Activities" and will, therefore, not be required Lo have a Notice of Intent submitted as per Part I!.9.? of the TPDES C;eneral Permit TXRlSOOOO. Contractor will bt: rcquired to complete a Construction Site Notice and provide ur}ginal copies t() the Ci ty at least two days prior to commencement of any constr.uction acti'Jit es. Contractor shall post a slgned copy of the Construction Site Notice at the construction site in a location where it is readily available for viewing by the general public, loca , state, and federal authorities, prior to commencing construction activit:es, and maintain the Notice in that location until completion ".if r.he const ruct ionlctivlty. Contractor shall adhere to the requirements of the Storm Water Pollution Prevent PlansCls per the drawings and specifications contained in the Construction Documents. A-55 Amended General Provisions 6-2-7 Preparation of Proposal The b1dder has the option of submitting a computer-generated printout, in lieu of, the Proposal Sheets ',howing the Bid Tables. The print-out will list all bid items (including any additive or deductive alternates) contained on those sheets. If the Contractor chooses t,. submit a printout, completed remaining pages of the Proposal shall accompany the prinLout. See Attachment 3. In addition, the printout wi 11 cont.ain the following statement and signature immedidtely followinq the Bid Summary: ____~_ .___.~Contractor) certifies that the unit prices shown on this print-out for bid items {including any option and additive} contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. '~_m_ (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further ayrees '~hat the)fficial Total Bid amount will be det.ermined by multiplying the Quantity (Cciunm JIlin the Proposal by it the corresponding Unit Price ("olunm IV', .ine the[J total ing the extended amounts. (Signature) (Title) (Date) Section A - SP (Revised 9-18-00) Page 23 of24 SUBMITTAL TRANSMITTAL FORM PROJECT: MINOR STORM DRAINAGE IMPROVEMENTS - GROUP "B" PROJECTS RIVER CANYON AREA (CATFISH/ROLLING RIDGE) (#2240),GLENOAK/FLOUR BLUFF DRIVE (#2184), AND TANGLEWOOD/BONNER DRIVE (#2255) OWNER: CITY OF CORPUS CHRISTI ENGINEER: R I CHARD ~I<~~NE_Z_, P. E . CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL ".__.._u__.,,_ ___ ________.____._____._. Section A - SP (Revised 9-18-00) Page 24 of 24 A TT ACHMENT I PROJECT SIGN DRAWING ZO W ~ ... 0:5 ~ ~ a::D:: 6 ... ~5 ~ ~ ~ a: a a ~ ::J: I- ~ ... Q 2.' -0. 2,1- 0 II - I- ---------. . en (J) ---l--~ - a: .... a:: I- <t ~ :r: ..J ~ U (II .....J '(/) t- en 0 ~::> ~ Cl Cl::a. CD 00:: .. -- c 0 -. 3:0 I .. c Z U CD .. 0 ~ CD C> z a:: - ~ - r::::> 0 cr: >- (L ~ ---- .--. . . 6- 2'-0. ,& - 661 4'-0. AUacl._t I PaIC 1 00 JtEV- 7196 ATTACHMENT II CITY OF CORPUS CHRISTI GENERA TOR'S WASTE PROFILE SHEET ~ CITY OF CORPUS CHRISTI- GENERATOR'S WASTE PROFILE SHEET , INSTRUCTIONS The ~oo .aIDtaioed ia tbcsc iDsIruc:tioos may be used to detmnioe the K~cp&abiJny of waste ~ded for disposaI..1be J. C. ~ M~Clpal Laodf"aU. . "Ibis iofonuatiou is strictly confidential and will only be usCd as aD iotcmal t~110 maiataio permit compliance With the Texas Natural RCSOUKe Conservation Commission. The form .ust be filled oat in its entire*". . PART A I GENERATOR NAME - EDler me DllDe of lhc facility where tbe wasle is generated. 2. FACIUTY ADDRESS- Enter the street address (Not the P. o. Box) where: the wasrc is generated. 3. GENERATOR. ClTYJSTATE- Ea&a-tbe city _d scate oflbe site wbere lhc waste is gc:ncnacd. 4. ZIP CODE - EDler the &CDCI'IlIllr's Up code . 5 , GENERATOR USEPA ID - EnICt the gc:DeAlor's identification number issued by the USEPA. if applicable. 6. GENERATOR STATE ID - Enw the gcneraklr'S identification nwnber issued by rhc Slate, if applialble. 7 TECHNICAL CONT ACf - Enact the JWIIIlC of me person who can answer tecbniCaJ questions about tbe waste.. a PHONE - EnlCI' me telephone IWIDber oflbc: pclSOO who can answer teclutical questions about the waste. . PARTB I NAME OF WASTE - Enter me Dame oflbe wast~ (e.g. putrcscible, coostnIctionldemolilion debris, coataminaled soil. etc.) 2 PROCESS GENERA TING WASTE - List che specifIC process or operation that gcncnarcs the waste. (e.&. DWDicipal refUse. 1D8IlUIiu:turing. City cODSCl'W:tioa project. ctc.) . 3 ANNUAL AMOUNTS - Enter tbc amount ofWilSte that will generated and transported lIIUIuaUy. (Use cubic y~ plloos, laDS) 4 WASTE TYPE - Based upoa the auacbcd definition fouod in State of Texas M~ipal Solid Waste Law, indK:ate iftbe waste type: qualifies as a special waste. . 5 SPEaAL HANDLING INSTRUCTIONSllNFQRMA nON - For all wastes, describe any spceial handliD& n:quircmenlS and aD)' additiooal iofonnatioD applicable to its disposal DEFINITION OF SPECIAL WASTE A~IOT^C30: Spc:cW Waste - Aay solid WaslC or C4lIDbinatioo of solid wastes that becausc of its quantily. coDCallnltioo, physical or cbemical cbaaat:tcrislic or biOlogical propenies requiRs special handling aDd disposal to protect chc humaa bealIh or tbe CD~ If imJllUPCtl1 MDdIed. traosportcd, s&on:d. processed or disposed of or othCJWise managed. it may pose a pRSCllt or potaUiaJ daDscr to die ......1acaJIb or dac CDviroDmCIIL Sp<<ial WIIStc$ are: A. ...... w.acs fiom coaditiooaDy exempt small-qUantily 'generators that may be exempt ~ fuD COD1IOIs wader 58335.401-335.412 l)flbis tidc(lClatiog to Household Materials Which Could Be Classified As Hazardous Waste); a. CIau I iadus1riaI DOIIbaardous was&c Dol ruu&iacly collected with lD1IIUcipal solid waste; C. Special wasac from ~rdIkd facilities (refers to ca1aio items of mcdic:al waste); D. Muraida* WIlItCWIIIcr tr"cabDcnl plant sludge, other types of dOmestic sewage treatment pIaDt sludge, and w8ICNupply lI'ClIIIDcot pJut ~udge; E. ScpIic .... ~~SS; F. Gn:uc 8IId PUlp waslCSi . Go W.... tioal COIDIDCI'Cial or industrial wastewaacr lrealmcnt plants; air polhuioa control fac:ilibes; and tanks. dnuos. or cCllMaiacrs used for shipping or storing any DUdcriaI dud bas been listed as a hazardous consd1ucot in 40 CFR. Pan 261, Appc:8dix VB but has not been IisIcd as a commercial cbemical product in 40 CFR. S261.33 (e) or (f); IL ~W&SICS; L DII4~n.~ J. DRIp. ~...,.~ foods, or allIWDiaaled beveraccs, OIbcr chau those cooUliocd iIlllOODll housebold waste; I(. PCMic:idc (inscctitidc. bcrbicidc. fiIlgicidc, or rodcnlic:ide) containers; L Di:aRiod maICriaIs c:onlainiD& llSIlestos; at. 1aciacntor asia; ~. ." ...... . No Soil CODlaIIlinated by peuoJeUID products. audc oils, or chelllicals; o. 'Used oil; P. Li&bt ballasts and/or small capacitors conWniog polychlorinated biphenyl (PCB) compounds; Q. W~ from oil. gas. and gcolbcrmal activities suqca to rcgulat~o. by the Railroad Commission ofTcxas wben those wastes arc 10 be pIOC~cd,. tJcatcd. or disposcc:t of at a solid waste facility pcnnittc;d under this chapter, R. W8IlC geoenaed ouasidc Ibc boundaries ofTeus rhat eootains: L Ally iDdUS1l'Al WaRe; iL AAy waste associated wiIb oil. gas, and gcotbennaJ exploration. production. or developmcnr activities; or iii. Any item Jisccd as a special 'ft5te in this paragrapb; S. Ally wasle ~ orba'lIIID household or commerdal garbage, refuse, or rubbish; T. Lead acid SIOnge bauaies; and U. Uscd-oil CaJun from iotemaJ c;ombustion eagines. 6. INCIDENTAL AMOUNTS OF SPECIAL WASTE - iocidcotaJ quantities of special waste that do Dot mJdcriaUy cbaage the pbysical or chemical identity of1he load or make it hazardous waste must be identified by type and amouoL PART C 1. METHOD OF SHlPMENT -Iadicatc the anticipated method of shipment by c:~lting the appropriate box. 2. SUPPLEMENTAL SHIPPING INFORMA nON - Enter any additional shipping infonnatiClR. 3. REPORTABLE QUANTIfY - Enter the pounds. Cubic Yards. gaUons. etc. of TOTAL waste for disposal. PART D TECHNICAL MANAGER DECISION - [To be completed by tbe City or Co.-pus Christi] PART E PHYSICAL CHARACTElUSnCS OF WASTE IFiI oul 1'1"018 Ibe ...lyticallabontory ...Iysisi thaa also btdude COP), of tbe laboratory ....ysis .lacctsl I. COLOIl- Dcsc:ribc the appearance of the waste (e.g.. green. transparent. varies). '. 2. ODOR - Do Not SlUrll The Waste! If the wa.s1C bas a known incideDtal odor. thea describe it (e.g.. acrid. p~eac. solvent, SWeet). . 3. PHYSICAL STATE - Chcd Ibe applicable box. iC"OTHER" enlU a descriptive phrase in the space provided. 4. LA YEllS - Check aU applic:able boxes. Multi-layered means more than two layers (e.g., oil/walCr or solvcotlsludge). Single PhMed mcaas &be WBSIC is borDogeoous.. . 5. SPECIfIC GIlA VIIT -ladicarc the range. The specific gravity of waler is 1.0. most organics arc less than 1.0. Most iacqaoics an: gRater than 1.0. . . 6. fREE UQUIDS - Cbeck "YES" if liqllid is usually prescnt whcD padcacing for shipment aad estimaIe the pcrcaIt of liquid volume. Cbcd '1"l0" if 1herc arc DO free liquids as determined by the Paint Filter Test or diRct obscrvaboa. . 7. pH -1DdicaIc for liquid porUODS of the waste.. Cbcci( Ibc appropriate boxes. wbich COVel' the pH ofabe waste. Use Ibe '"RANGE" sPace if appropriate. for solid (]I' organic: liquid wastes. indicate Ihe pH of aloe" aqueoous soJutioa ofdac waste if ~Ic. Chcck "NA" for. nOD-wa&cr soluble IDalerials. . 8. FLASH POINT - Indicate me flash point obtained using the ~ppropriate testing method. PARTY CHEMICAL COMPOSITION 1. List all orgaoic anlor inorganic components of the wasle using special dlemic:a1 names. lftrade D81DC$1I'C used. auad1 Ma&criaJ Safay Dala Sheet or other dOCUDlCDtS Ibat adequately describe the composition of1bc waste. F~ ~ ~~ ~male &be range (in perteDlS) in which the compooent is present In addition. inditalC whedlcr I&Y TOXltit)' Chalaaeristic l~~hjqg ProccdW'C (TCLP) coostituents arc present in the waste: The total oftbe maximum values 9fthe components must be greak:r than or equal to 100 % including water, earth elc. 2 2. If the w~lc ~-tains.PCB.s. cyanides, or sulfides indiCiJle the cODcerl1ratioDS. If the waste does not include these CODStitucots ,ate prcsci1t-in ihe waste. The total oflhe maximum values oftbe compoaeots must be greater than or equal to loge" including water, eanIa, ere. 3. Indicate wbcdacr'the method used to determine the cbcmi~ ccmposition in F I was the TCLP method, an analysis to determine 1be total COIKCIlInltiOOS, or another method. Specify tbe method. PART G SAMPLING SOURCE Dac:ribc exactly wbcre the sample was taken (i.e.. drum. lagoon. pond. tank. etc.). PARTH REPRESENT A 11VE SAMPLE CERTIFICA nON nil netten onlY IIftds to be co.-Dieted wilen orovidiDI! a waste umole 10 a lab for resORt! - chain ot custody ~alred Some wastes require anal)'tic:al data to dc:tCnninc tbeir chemica I composition. regulatory stalUS, if they lU'C ~Ie for transponatiGn. 1reabneIa elf disposal. The sample should be collected in accordance with "Tesc Methods for the Evaluation of Solid wask, Physical/Chemical Methods." SW-846, USEPA, andlor40 CFR 261.200. or equivalent rules. A suitable sample COIlIainer {or most wastes is a wide mouth glass bOUle with a plastic cap baving a noo-reactive tiner. PlasUc CODtainclS are m:ommcndcd for strong caustics or f1uorides. fiJI to approximately pacltc:d and shipped ill eccorcIabce With U.S. DOT regu lations and any specific ~uiremeolS imposed by the carrier. ImplqJCrly pacbgc:d samples may be disposed upon rueipt. I. PRINT SAMPl.EJl's NAME - Enter the: sampler's name.c2. SAMPLE DATE - Enter the dale that the sample was collected. 3. SAtdPI...ER.S nn.E - Enter tbt samplcc.s title. 4. SAMPLER"S EMPLOYEIl- Eater the Dame ofthc sampler's employer. S. SAMPLEJl'S SIGNA 11JRE - Sip in the space provided. PART.I GENERA roR I ~NSPORTER CERTIFICA nON By siPeture oflhis prvfile sheet. tbc gcnCf1ltOr/traasporter cenifies that statements in Nos. 1,2.3.4, S. and 6 8I'e true and accurate witll ~ to the waste SIIe8mS IisIed. 7. SIGNA 11JRE - AD eutboriud employee of the Transporter must sign the Transporter' s Waste Profile SbceL I. 111LE- F..Icr'dtc emp1oyce's tide. 9. NAME- &ila'dlc employee's IIaIIlc. 1 O. DATE - Eater the date sipcd. KEEP A COPY OF THE TRANSI'ORTERtS WASTE PROFILE SHEET FOR YOUR RECORDS. SEND mE ORIGINAL AND ALL AlTACHMENTS TO THE CITY OF CORPUS CH~TI- DEPARTMENT OF SOLID WASTE. - CITY OF CORPUS CHRISTI - GENERATOR'S WASTE PROFILE SHEET PART A I. GENERATOR NA.'fE: 2. FACILllY ADDRESS: -3. GENERATORCITY/STATE: S. GENERATOR USEPA ID: 7. TECHNICAL CONTACT: 4. ZIP CODE: 6. GENEl\A lOR STATE ID: I. PHONE: PART B 1. NAME OF WASTE: 2. PROCESS GENERA llNG WASTE: 3. ANNUAL AMOUNTS: 4. WASTE TYPE: 5. SPECIAL HANDLING INSTRUcnONSllNFORMA TlON: 6. INCIDENTAL AMOUNTS OF SPECIAL WASTE: PART C 1. METHOD OF SHIPMENT: _ Bulk. Liquid _ Bulk sludge Drum/Box Other: 2. SUPPLEMENTAL SHIPPING INFORMATION: Bulk Solid 3. REPORTABLE QUAN111Y: PART D -TECHNICAL MANAGER DECISION (to be completed by the city) APPROVED DISAPPROVED ADDITIONAL INFORMATION NEEDED - If Disapproved. E.'q)Iain:- - If Approved, cootinue, . .,. MaDageDICld JDe1hod(s): _ 2. Precautions. cooditlons. 01 Limitations on approvaJ : TedL Mgr. SignatuR:_~ Name(Print) ,Date PART E - PHYSICAL CHARACTERISTICS OF WASTE (FROM LAB ANALYSIS, ifappHeablc) 1. COLOR: 2. OOOR; 3. PHYSICAL STATE '@ 70oF121 oc: _ Solid _ Semi-solid _ Liquid _ Powder _ Other: 4. LAYERS: _ MuJti-l.ayered _ Bi-Layered _ Single-Phased S. SPECIFIC G~ VlTY: Range 6. FREE UQUIDS : _ Yes _ No Volume: % 7. ph: _52 ~2-4 _4-7 _7 _7-10 _10<12.5 _~I2.5 RaDge _HA a. FLASH POINT: _~ODe _ <J40oF/60oC _ 140-1990F/6().9()OC _~OO.FI930C Closed cup Open cup PART F CHEMICAL COMPOSITION RANGE ( MIN-MAX) 1. . -- - % ....-.-.- - % - % - % - % - % -> - % - % Total: - % 2. Docs the waste cOIlrain auy of the foUowing? .. ...;----.. (provide cODcenlraUon if known): .. . NO or LESS UlAN or ACllJAL PCBs - _ <50 ppm ppm Cyanides - _ <.30 ppm ppm Sulfide$ - _ <500 ppm ppm Please Note; U~ anal)1ica.l notes are anadled, lbe chemical compositiOll identificatioo should ~kade II a minimum, Arsenic, Barium, Cadmium, Cluomiwn, Lead. Merauy, Selenium. Silver, Pesticides, Herbicides, and uy other TeLP constinleDlS thar may be present in the waste. The tOlal concentration must be greater lbao or equal to IO<W.. (.0001%"" Ippm or Imgll) ~~ method used to dc:Iennine compositioD ( if provided): '..... - TCLP - Total - 0Iber. PART G - SAMPLING SOURCE (e.g., Drum., Lagoon. Pit. Pond. Tank. Vat): PART H - REPRESENT A llVE SAMPLE CERTlFlCA nON 1. PRINT SAMPLER'S NAME: . 2. SAMPL~ DAlE: 1. SAMPLER'S TI11.E: 4. SAMPLER'S EMPLOYEll(ifOlbc:rthao generator): .The S&Dlpler's sigpawn: certifies that any sample submiued is represeatarive oflbe waste desc:ribcd above pu.1'SWIDt to 40 CFR 261.20 0 or equivalent rules. S. SAMPLERS SIGNA lURE: PART I - GENERA TOR/TRANSPORTER. CERTIFICATION By sipiog dais profile ~ the gcueralor c:cnifics; 1. This Wa$&C is DOt.. "Hazardous Waste" as defined by USEPA or 30 T AC. 2. This WJl$te docs DOl toaIaia reguIaIcd radioactive maIC:riaJs or regulated CODCCDUaIioas of PCB's (polycbloriaatcd Bipbcayls). 3. 1bc iDfGmwioo provided OIl this ~ and the auacblneDlS is a true IIld accurate dcsaipdoo oflho waste maSeriaI. AU relevant infol1DaUoo regarding known or suspec&cd hazards in the possession of &be ~ bas bcca disc;losed. 4. The generator bas read and understmds the Definition of Special Waste included in the iostnK:tions fORD. $. The analytical da&a preSeDtcd herein Of anacl1ed herelo were derived from IeSliDs a represenlativc ~pIc I8ken in KC.Ordancc with 40 CFR. 261.20 0 or equivalent rules. 6. If any c:haoces ocxur iD the daarilc1er of the waste, the generator shaD Dotify the City of Corpu$ Ouisci. prior 10 its delivery to tbc J. C. Ellieu Municipal Landfill. 7. SIGNATIJRE: a. TIn.E: 9. NAME (T)"))C or PriDt): .. 10. .DATE: .> -2- PART C - FEDERAL WAGE RATES AND REQUIREMENTS (~,~, [IE r DeC1Slcn Number TX0300J9 06/13/2003 TX39 ~;JpEc'ded CeneraL L,'cL5ion Ne' TX020039 rat e l'EXAo C')[L't 1 j.:t ior~ Typ'~ H EA'! Y Cuunty les): NUE('ES SI\N PATRICIO HEAVYONSTRUCTION PROJECTS (including Sewer and Water Line Cuncotr')'ltion and !)ralnaqc Projects) Modlfi dtion Number ,~I PublIcatJUn Date 06/13/;';003 lOUNTY ( l ( s) NUECES SAh PATRIr'TO SUTX?O >A 1) / 98 Rates Fringes 'ARPENTf-,RS (Exc Iud 1 ng F~orrr :<C'tr~irc) $ (LOS :ONCRETF FINISHER 7.56 J::LECTRI IAN 13.37 2.58 ,ARORf,R, Conmlor Ut i i it 5.64 7 68 ;'OWER E()UIPMENT OPERA1')RS: BackhcH' Mote,r ,rader 9.21 8.'1? WELDERS Receive ral.e prescribed for craft performing "pc ra' ien to wh} ch welling is inc d"ntaJ . l!nllsteo I j-,e s'op" "ward or (/9 CFR ( :lassi f icatiors needed t or work not included wi thin of the class ficdtions lIsted may be added aflec y as provIder! in I he" labor standards contract clauses 5 (a) (1) Ii )) --------- ------------------- thtc: 1 sting ahow', the "SU" deSIgnation means that rates I isted under that ldent ifi.,[ do nut reflect collectively r:arqalnei wage and f ri 1ge lJen(~fil t ates. Other designations lndicaLe "nlons '.Thcne late,; hdve been determined to be ,::,reva j 1 i '1. WAC,E DET2RM rNI\TI,.N APPEALS PROCESS tj{c, ~) Has here Deen ,In ,nit al de<:i",lCJrt in the matter? This can if e;. 1st U1U pub] Lsi"d W'lgE determination 'eUJ /,'y underlYLng a '",age d(,t~'nnination 1 viac;' and Hour Division Jetter '3ettin<} forth a >o<it ')n or a waqe leterminat i'H1 matter or Jrmance iaddi"iondJ LJssification and catp) 'u If 'Dn" n (related mat'er" Lnitlal contact, including requests fOJ :iummarlOS of c;urv:,'ys, should be with the Wage and Hour- Regiona Office for t~e area in whlch the sur-vey was conducted becausE' ' hose pegi )na Offices have r-esponsibil i ty for the Davis-Bricon survey prlgram. If tho response from this initial contact s not s'lt.sfactory, then the pr-ocess described in 2.) dni) ;.) ;,hou 1 j b,:" 7 01 owed. with reBrd tJ 'lilY oti'er mateer not yet ripe for the formal pr"cess descrLbed her", 1rlitial contact should be with ::he Branch ')f CO;1S ructi,)n Waqe UetermillatLo[J~;. Write to: '3Linch of Constn,ct Ion Wage Determinat lonc; Wa~w and Hour Di"isie;n J Department Ot Consti rut l::m ~va:'hinqt()n D C ')f Labe>r Avenue, N 2U2l(} w. .J It ne answer to t'1e question H1 1.) is yes, then an lnteresled party (those affecte(j by the action) can request rev iE''' and recons idera ':ion from the Wage Clnd Hour Admini strator See' 9 'FR ParI 1.8 "nd 29 CFR Part 7). Write to: WagE dnd Hour Administral,Jr U.S. Departrrr,nt ",f Labor 200 Constltu ion Avenue, N. W. W(']shj r:(] tor}, ,~ ?02 10 I he ;nlqlh interest, Jale!, pr requesto 'it sheulj he>ccornpaf1 i cd by a fu! I statement of 'd party'; pOSItion a'ld by ,lIlY information (wage 'Jeet descrlpt'on, area practice material, etc.) conSlders re evant () the issue, the payment that the L) It tr!E' deCLSltJf! of the Administ'ator is not favorable, an ir'lten'st..cI party may appeal dlrectly to the Administrative Review f-~oard (f Imprl/ the Wa;e Appeals Rejard). Write to: Admiulstratlvp PE lj. S ;ppc:.rtwent ,200 Cuw;t 1 tu' ion WashJnqtOfl, C vicw Board of Laho r Avenue, N. ~'0210 w, Al n,'eisie>r!:, by tl'.; Administr'lt lve Review Board are final. I::NU Of CENtRAL DEerSlON A G R E E MEN T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT s <cntereci into Hiis 11TH day of OCTOBER, 2005, by d j betweE"l1 the CITY OF CORPUS CHRISTI [)f the County of Nueces, State of Tro'xas, aC'ing thr uc'] its duly' author zed Citj/ Manager, termed in the (I r}t~ract ..'ocunent s "1'-,1-\ " '-- -.... '- j' , and King-Isles, Inc. termed in the Cc ntract :=)ocument~. ciS "Cc,ntra tor," upon these terms, performable in N\J"ces 0 nty, Tex:lS n c lnsiderat: 10 0" 'he payment f $653,397.50 by City and other cl: 19at j Of S of= i t Y as set cut he reir, Contractor will construct and complete ertain implovements described as follows: MINOR STORM DRAINAGE IMPROVEMENTS GROUP "B" PROJECTS RIVER CANYON AREA (#2240), GLENOAK/FLOUR BLUFF DRIVE (#2184) TANGLEWOOD/BONNER (#2255) (TOTAL BASE BID: $653,397.50) ac~ording to the attached Plans and Specifications in a good and wcrkmanlike manner 'or the prices and conditions set out in their atrachea id pr8posal supplying at their expense such materials, se>vices, labcr and insurance as required by the attached Contract Documents, including )verseeinq the entire job. The Contract Documents in 1 ude t s Agreemeclt, the bi d proposa 1 and instructions, plans and specificat ons, ir:clldir,g al maps, plats, blueprints, and other drawings, the Perfo'mance and Payment bonds, addenda, and related documents 311 (If which constitute the contract for this project and are made a parT hereof. Agreement Page 1 of 2 ,t)~ ~:;tJ i::J."" iNl:.tR _ '*' PAGE 1113!J CITY OF CORPUS CHRIS'l'I MINOR S'lO~ DMIMAGE ~S- GROUP "BH raO.,.CTS I I BASI BID I PARi' 'A' - RIVER CANYON D NAGB: ntPRO'VJ:MKN'l'S CATFISH D1UVJ: OZ"'SAC ! II tII QTY DBSCtU~tJ;ON PAVING, DRIVEWAY f , SIDBWALK I 1 LS Mobilization/Demobilizat Bonds, complete per L8 A2 460 LJi' Sawcut Existing Asphalt & Concrete surfaces, ~ 150 per LF A3 SY Remove existin9 asphalt I ment, complete in place A4 100 SY Remove Existing Concrete Driveway & Sidewalk, com per Sy A5 150 Sy Mi 11 & Reoonstruct Aapha t Surface to Curb Line, co plete per Sy - €/f A6 94 Sy Construct Reinforced oncrete Drivi!way, complete in pl~ce per I Sy I I - i I A7 56 SF Construct 5" Reinforced oncrete sidewalk, complete in pI ce per SF A8 lSO SY I 6n Caliche base inoludi~ :compaction, complete in lace SY A9 24 GAL Prime coat @ 0.16 qal/sy complete in place per GA AID I 150 SY 2" HMAC Pavement surface1 Type D. complete in place per,sy RKVI&ID PRO?OSAL tORM PliO. :) of 22 IIddondum No 1 IV mr:tT PlUCi: v 'I'O'l'AL ~.$~& ~$ 1U> $ _~c) $ fD~~ $ ,f) ''t,010.=--- 6'2> ( oc;'o. - . "0() eJ?- J. . ,,, "00 , r::n:O $~" 1.1D $ ~ z..4~ $ 460. ~. $ 4~.1? ADOENDUM NO.1 ATTACHMENT NO. " PAGE 3 011 22 . b "J:Jt '_ '''',,1 Nt.t:.R ~ ~~" PAGE 12130 CITY or CORPUS CBtUSTI MINOR STOlUI DRAINAGE IXPROVEMZlfTS- GROUP ":1/1' P1tO~CtS BAS!' BID I II I III ! IV v I I ONJ:'1' I'l'Ul Q'l'Y I DBSCRIPTJ:ON PRJ:CB TO'rAL All 1 LS /Hydromulch Seeding/Maintenance I qF.X:D~ ~ i I for Grass Restoration, complete I $ fif/t:iOO . lin place per LS A12 I 1 L5 iRestore Project Site including i Final Grading, complete in ?Ot)t).~ '~f>O'l> e i place per L8 $ I - I . I I A.13 , L5 ~$Cellaneoue Street Repair "- Allowance, complete in place I per 18 $3,000.00 $3,000.00 I I STORM lfATBR ITEMS A14 i 300 LF I Remove ~xisting Curb & Gutt\!r, \ 2.:- .tE?- I complete per LF $ ~lhGO. J A15 I 1 EA r Remove Existing Curb Inlet, C<<:>~ complete per ~ $ (Dt:)O .ee. A16 I 100 LF 15" RCP, Including Bedding 0; 8of!- s ~ Backfill, complete per g I $ I COO , I I A17 300 LF ' 6" Curb & Gutter, complete in I ~d 1$4<<> ~ I place per LF I t8:- $ - I I .11.18 2 EA 6' Curb Inlet, oomplete in I ~ $~&. pH.os per EA ) ~tvO_ A19 1 EA Type "Au Precast Concrete Storm I Manhole wi Cast~in-~lace Con- I crete Base, Ring & Cover, Back- ~t>oO~ 30D0.~ fill, complete in place per ~ $ i A20 I 2 VLF Extra Depth for Storm Manhole, U>O_tE ~~ I complete in place per VLF $ . -- PAR1' 'A' - RJ:VER CANYON O~ IlCPROVEImN'l"S CA'1'J'ISI D1UVI CUI,-DI:-SAC RlVt8IP PROPOSAL PORM P"~. .. of 22 Aeld.ndum No, : ADDeNDUM NO.1 ATTACHMENT NO. II PAGE.. OF 22 ~:3,e9,2eJ05 .7:51 3S182b350_ ENGlNEER::f'(; PAGE 1.3130 CITY OF CORPtJ'S CJm.IS'rI MINOR STORM DRAnlAGE IMPROVEME:&'l'S- GaOUp \'\8" PRO,DCTS BASi aID PAltI!' \14.' - RIVBR. CANYON I)!f.AIHAGB IMPROVBMJIN'1'S CATFISH OJlIVl C'D'L-DB-SAC I I : II III :IV V - : 'OBI T I'l'DI i QTY DESCRIPTION nICE 'l'O'1'AL ~21 ! 100 LF Trench Protection Syetem for I Storm Sewer In!itallation, j ~ 2D.d- complete ill place per LE" $ - A22 1 L$ Storm Water Pollution Prevention r-1easures, ::omplete in place per '4 l,O(X),e. L5 ~~O;=- $ - - A23 1 L3 i Storm Water Utility Allowance, complete in place per 18 $3,000.00 $3,000.00 - 'IDUITDADR I1'IHS A.24 30 LI' F<.emove Existing 10" Sanitary U>~ ~~ Sewer, complete in place per LF $ - , A25 I 30 LF 10" PVC SDR 26 Sanitary Sewer I Including Bedding & Backfill, J Bo.e!!- ~4co~ complete in place per b! $ : A2G I lEA 5' Dia. Fiberglass MH w/Concrete J. 'i:.b ~ ~ I Base. C::01'Ilplete in plac:e per !!. $~ , f · A27 (0 LF Trench ~rotection System for , Sanity Sswer installs.t1 on, , '3.~ Z-CO,et- complete in plaoe per LF $ I A28 1 LS Wastewater Utility Allowance, complete l.n place per 18 $2,000.00 $2,000.00 WA'.L'Ba ITIlMS 1.29 NONE NA NA ftU'J':IC :IDMS -- .....-- ._--~.._._--_._,-- A30 1 LS Traffic Control, complete in ~ ~ "? '70().~ place per L$ -z,.j?bO. ~ TOTAL PAR'!' 'A' - (Includ.s Base aid Iterll$ A1 throagh A30) $ ~a ~Z .~ P.lVtSlD PROPOSA.L FORM Pilill 5 af 22 M(i(.'lnc;hJ" ~o, 1 ADDENDUM NO. 1 ATTACHMENT NO. II PAGE 5 OF 22 '.,i l'l':L 2D05 .7, 51 3b18.b350 ENG INEER I r-..G PAGE 14/30 CI'1'Y OF CORWS CDISTI MINOR STORN llRAINAGIl IMi'ROVIDGltns- GROUP "B" >>ROJBC~S BASE BID PUT 'st - RIVE1\ CAlfYON Dl'UUHAGE nG1'tCJV:&lM:lNTs ROLLING IUDGB TRAIL I II III ~y D!SCR%~TION PAVIIlfG, DRIVEWAY, i 5mB1Q.IJt IrDCS 1 LS Mobilization/Demobilization! Bondst complete per LS B2 1 LS Site Clearing & Stripping, , complet~ per L8 63 450 LF Sawcut Existing Asphalt Pavement complete per L1' 84 115 BY Remove Exist1ng Asphalt pavementt complete per ~ as 115 SY 6" Caliche Ba8e Including Compaction, complete in place SY 86 18 GAL Prime Coat @ 0.16 gal/sy, comple~e in place per GAL 87 115 SY 2" HMAC Pavement Surface, Type D, complete in place per Sy B8 65 LF Remove & Replace 6-ft Wood Fence, complete in place per LF B9 40 IF Re~ove & Replace 4-ft Chain Link Fence, complete in pla.ce per g I B10 1 LS Protect & Restore Residential Properties including Excavation Shoring, Video Taping Properties, PE Inspections, & Landscaping, complete in place per LS 1&VtSID PlO~OSAL FORM 1'&;_ I; of 22 Adclllndum Nc 1 IV UNIT PRICI: v TO'1'AL 'rcx:o. A?- $ 'L;oV;, $ BcJ5. '345b. . ~!el -:;"'0. II '$ $ '3 Z.ZO ~€J2 eJZ.. L1Sb.~ 70. $ IJ ~11$~ , ~~. $ " ~ 000, ADDENDUM NO.1 ATTACHMeNT NO. II PAGE 6 OF 22 . , eo.... '..J::)t_~ U ;i , L r~t.t.R "r~1 PAGE 15/30 CITY OF CORPOS cmuS!t'I MINOR SroRM DRAIJlAGE lMPROYI:NBHTS- GRoUP "B" PROJECTS BASE BIt) I II III IV V tnrIT :t'l'BM I QTY tllSClUPTION PRICE TOTAL all I 1 L5 Hydromulch seeding/maintenance for grass restoration, complete If;,co~ (1;; ~~~ in pla.ce p~r L5 -$ B12 1 L5 Restore project site includin9 final grading, complete in place ty(XX)~ 'Zr()oO~ ! per LS $ i B13 1 LS Miscellaneous Street Repa.ir Allo.....ance, complete in place per LS ~3,OQO.OO $3,000.00 - i ftORl WATER IHM$ B14 26 LF Remove Existing Curb & Gutter r Section, complete in place per I I.. ~ ?f2.~ LF I $ - B15 12 VLF Remove Existing Storm Manhole I I i Top Secti::,n, complete in place I . I ~ ,. ; I I per VLF ?tx'.l $ ';a:o .. ~ I - 20 I BlE> LF Remove Existing 15" Rep, I I I ! includ~ng excavation and I i I i backfilling, complete ie', place 50,~ ~i>. 2!!.-- " $ I per g ~ , 817 IS LF Remove Existing 24" Rep, I including excavation ~nd I backfilling, complete in p:'ace I ~4?- ?J (). l!!!- I per LF $ i Ble I 100 LF I Grou t FUJ. Existing IS" RCP to I be Abandoned, complet~ in place l~ ()~ I pe r LF $ ~~.- fAIl!' 'B' - RIVER CANYON DRAIJ.QGB tMPROVDa:HTS ROLLING IlIDGa 'l'RAIL ~IaZD PROPOSAL ~ORH P\lqe 7 of 22 l'>ddendllll1 No. ADDENDUM NO.1 ATTACHMENT NO. U PAGE 7 OF 22 "';T'tJ: ~ j~. o~ 'o.:J:J1:: t.J '\:> lNl:.t:.k l NG PAGE 15/30 CITY OF CORPUS COIS!I HINOR STOJUI( DRAIHAGE IMPROvBMI:NTS- GROUP "J)" PRO.meTS BASE BID PARtt 'B' - Rlvma CANTO. DRAINAGE INPROVI:NEm.'S ROLLING RIDGE '!'RAIL I I II III IV V tnfIT I1'BM I Q'l'Y DBSCRIPTION PRICE '1'OTAL B19 I 150 LF Grout Fill Existing 24" ~CP to I be Abandoned, complete in plac~ ~ ~ &ri()~ per LF $ I - i B20 ! 14 Cy Grout Fill Existing Storm Structure to be Abandoned OT :mrerts tQ be raised complete in I ~~. place per Cy. $ A-:zoo, ~ S21 2 EA Plug End of Existing 15" Rep with Sol~d Brick Units Ii.: Mortar , and Pressure Grout Surfacel ~I complete ~n place per EA ~I$ f)cl:> ~ t!9. B22 1 EA Plug Er:d of Exi!;ting 24" ReF I with Solid Brick Units & Mortar I and Pressure Grout Surface, r:1;oe= 'iil>D. f!!!; complete in place per ~A $ . B23 20 LF' 6" Curb &- Gu t t.er Section, jgf3 t'/2. I complete in place per g I $ 3G.o. I B24 1 EA 6-ft Curb Inlet, complete ~n za;o;-' ~ i ! place per EA $ ~CO() , l I - B25 4 EA Type "A" Precast Concrete Storm Manhole wi Cast-in-place Con- I crete Ease, Ring & Cover, Back- ~&1t:X>~ .i!E..... ! fill, complete in Flace per Ell. $ /,2-,000. F~22 VLF : Extra Depth for Storm Manhole, ~ 4400, ~ j complete in place per ill 'l.tX> . $ i j , 827 140 LF' r 15" HOPE Profile W!.ll Pipe I including bedding & backfill, lfi2>eJ lP- complete in place per LF . $ ..., 1JttJO" RlV!aD PROPOSAL E'ORX hqe 9 o( 22 Ac:ldllndUTll NO. ADDENDUM NO.1 ATTACHMeNT NO. H PAGE 8 OF 22 ~i 09/ 20135 7: 51 3b18~S350 ENGINEERH-lG PAGE 1 713~ CITY OF COUUS CHRISTI MINOIt S'l'ODI DR.UNAtrm IKPIt.OVIH:IlrlS- GROUp \~B" ftO.JJ:C'l'S BASE -10 I II III IV V --_. r UNIT ITD gTY DBSCRIP'rION I nICE l'OTAL :B:28 t 142 LF 24" HDPE Profile Wall Pipe including bedding & backfill, t,(>. ~ s.~z,o,e i complete in place per LF $ , 829 140 L~ 24" Rep including bedding & backfill, complete in place per (jO.~ Il,z,oo.1!i2 I LF 1-$ I- i B30 1 tA Tie-in to Existing Storm Manhole "100~$ Str.lcture, complete in place per 700 .t!!2. 1 EA - El3:. 422 LF Trench Protection System for Storm Sewer Installation, ?'f!- ~ complelte in place per LF $ -z" 110 :='" - ! 832 : 1 L8 Storm Water I?ollution Prevention ~ e. tJI(J , complete in place per 15 J,ZOO. $ 1.2.00:- ! - I 533 1 r..s Storm Water Utility Allowance, complete in place per LS $3,OOO.O<J $3,000.00 PART 'B' - lUVIR CANYON DRA:tNAGB INPROV:IH!:N'l'S iWLLIIlG lUJ)GI TRAIL RlV'IDrl PROPOSAL F"ORM h;" 9 of 22 Add4:rdum tilo. : ADDENDUM NO.1 ATTActtM!NT NO. " PAGE I OF 22 '3! eJ9! 2B05 ..7: 51 30182t:.350~ ENl:;INEERIN3 PAGE 18/30 CITY or eouus C!RIS~! MINOR STORK DRAINAGI lMPROVBMII!rTs- GROUP "'B" PROJlct's , I i II III IV V IDK I UNIT QTY :OJ:SCR.~P'rION PRICE '1'OTAL 1IUDWATBR ITINS B34 r so LF Remove Existing 6-inch vep Sanitary Sewer, complete in I().~ ~..~ ! place per LF $ i B35 I 50 LF 6-inch PVC SDR 26 Sanitary Sewer, including backfill & I bedding, complete in place per I !ID..~ 4ax>..~~ ::"F $ 836 1 L8 Wastewater Utility Al1ow~ncer I I complete in place per LS 1$2,000.00 $2,000.00 ! BRa ITBMS - S:37 I NONE ! Nt\. NA , I i ftAJ'nc Itz'D($ B3S 1 LS Traffic Control, complete in I . .e& ~ 0tX>.~ place per LS ~.. $ BASK BID PART 'B' - lUVEa CANY01f DJUUNAG& INPROVI:N:ENTS ROLLIIIfG IUDCD TRAIL TO'!'AL >>ART '8' (Includes hee Bid It.ezu B1 through 83B) $ , I S; ~q z...~t>- RBVtS!lll PROP,)51\L FOPt,., I?llse 10 ,f 22 Flddenr.lum ~. 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 10 OF 22 J' \dO:!, 2li:);1tJ l" ':>1 ~!:,l82!:35~L EN", I NEER I ~,IG PAGE 19/3t:l CITY OF COItPO'S cmuSTI MINOR STOlUl DRAnrAGE ~NTS- GROuP "B"' PROJECTS BASI: BID PUT 'C' - GI.Elf(W(/A.OTJR BLt1iT DRIVE DRAINlda IHJ?aOV'J!ININTS I I i ! IT. 1 ftDJI!1' , Cl 1 I C2 I I C3 I l C4 i I C5 II III QTY DESCRI~IOH PAVING I DaI'IBWAr, , SIDnALK I'1'&MS 1 LS Mobili~at1on/DemobilizatiDnl Sonds, complete per LS 1 LS 1 LS , I Site Clearing & Stripping, complete per LS 205 LF Sawcut Existing A~phalt Pavement Surface~, complete per LF 170 SY Remove Existing Asphalt Pavement, complete per Sy c 6 21 GAL 1 LS 170 SY 6" caliohe B~$e Including ! Compaction, complete in place $Y , Prime Coat @ 0.16 gal/sy, I complete in place per GAL i - i 2" HMP.C Pavement Surface, Type i D, complete in place per Sy i I i Hyd,romulch seeding/maintenance for Grass Restoration, complete in place per 18 '. C C77 I 170 SY fca-t - 1 LS I Restore project site including i final qrading, complete in pla~~ i pe r LS I - i I Miscellaneous Street Repair 'Allowance, compl~te in place per L5 IlRVUI:D PROPOSAL fORM h94!1 t1 of 22 Ad.tlen;:lv", 1'It.>. 1 IV OHIT PaICE v TOTAL C9 C10 , ~t:a:>~f--$ 9,t:tXJ.B2. 'Z,COO~ $ "ha:o .!5!.. .A.~ q2.2~ 'T.. $ 1.e $ 1/10 & I ., ;o,,~ $ ?/OD.~f- f 1--l> .es $ t;;+t> ~ t.6- ~ $ 4:1bO~~ Z.~ZC9~ $ 1-~f -wo. g i i I ~o.~ $~ $5,000.00 $5,000.00 ADDENDUM NO.1 ATTACHMENT NO. II PAG~ 11 OF 22 _, "--c'o::. C12 Cl.3 , .")... ::.I:!... ,j:lt:' i:.N",lNI:.i:.R l~fj PAGE 2El/30 eI'rY OF CORJIIUS CHRIS'rI XIlfOR S'l'ORN DN\.IJtilAQE IN:PRO'VI:MIm'S- GROUP ~BN PR~CTS I It III BASE BID gTY DESCRIPTION tfA'1'BR ITJ:MS 420 LF Reconstruct Ditch wi Pilot Channel along Glenoak Drive, including oonnection to headwall and erosion control fabric complete in place per LF B30 LF Reconstruct Ditch along Flour Bluff Drive, and erosion conCrQl fabric, all sizes, complete ir. place per. LF 83 LF Remove eKisting pipe culverts under roadway, complete per LF C14 8 LF 12" ?VC Stubout at post inlet, complete in place per ~! P.A:M' 'C' - G1aINOAK/I'LOUR. BLUn' DlUVI DRAINAQB IMPRoVEMEH'l'S C1S 24 LF 24" Rep including Bedding & Backfill, complete in plaoe per LF C16 644 LF 36" Rep including Bedding & Backfill, complete in place per ! :'F Cli CtS 95 LF 42" RCP including Bedding & Backfill, complete in place per I LF I- i 57 LF 54" RCP including Bedding & Backfill, complete in place per I..F unut> PROPOSJ\t F'O~!'I Page 12 of" 22 Add"Nh)1!' 140. 1 IV V UNIT PAteK T<rl'AL . ,() I/().- $ I B .t..!!-I $ 5O.f!!!... $ /lo.(?fJ $ ~o, ~ 1.'0., I S $ ,4./~ . 3tJ4. ~~ zo. JSZf;a () . , ADDENDUM NO. 1 A lTACHMStT NO. II PAGE 12 OF 22 '- (1:, I IftlM C19 ,Co. 'cj~tl. t:.1"\:l INEER I /'.,IG PAGE 21130 CITY OF CORPOS CHlUSTI KINOa. STOJQI DRAINAGE DCPROV'BImHTS- GROUP "s" PROJEC'!'S C20 i :: EA Pu'T \C' .. GUNOJUVFLOUR BLl1i"i' DRIVE DM.IN'AGE Da'~S II Itt rv V UIIIIT Q'1'Y DESCRIPTION PRICE TOTAl. 24 LF 60" RCP :.nc 1 uding Bedding & Backfill, complete in place per LF . C21 C22 C23 C24 2 E:A 1 EP. 2 Ell. 1 EA I , ) ! I r-m+ 1 , I , I ~159 SY ~1257 , I C28 1 LS BASK BID Post Inlet Conorete Structure~1 complete in place per EA with concrete !3.prcns Safety End Treatment St~cture for 36" F{C~, complete in place pe2:' EA Safety !nd Treatment Structure for 60" RCP, Speoial, complete in pla:::e per EA I Type "E" Concrete ,Junction Box wi Ring & Cover, complete 10 place per EA Concrete Junction Box No- 1 : (9'x12') including MH Ring &: i Cover, complete in place per SA I EA -I Concrete Junction Box No. 2 (8.5'x20') including MH Ring & Cover, complete in place per EA 4" Reinforced Concrete Slope Paving, complete in place per SY LF Trench Protection System for Storm I Sewer Installation, complete in ,place per LF , Storm Water Pollution ~reventicn IMeasures, complete in place per LS MV;1;QlD E'ROPOSi\L !"O"RM fag_ 13 of ZZ Add~ndr.:m No. ; IO:JA:>, $ J D ~OO ~ # . /,peo . s-!8- $ 4;oc>>. $ () 674-~~ , I.". I I ADDENDUM NO.1 AlTACHMENT NO. II PAGE 13 OF 22 ,'-j .0;. ._il:'J:;. ~....i.. ,cj.-,j:J1j t"-N",iNEER1~ PAGE 22/30 CI'l'r OF CORPtfS CDI9TI MnfOR STOItM DMINACD: IMPRoVENBIft'S- GROUP "B" no.:rzCTS BASI BID PDT 'c' - ~/i'LOIJR BLOI'I' DR-IVI J)M!NAQI I~S I II III ITEM C29 Q'XY DBDWATBR C30 I DSSCRIPTION Storm Water Utility A~lowancG, I ccmplete ir. place per LS I I1'J:MS I NONE 1 L5 : 1fUID I'l'IKS C31 ! 10 LF Remov1e eXli'stilllg a" CI waterline, I comp ete n p ace per LF f-m-~. 10 tF I C33 1100 LF j C34 I 156 :Of' I Remove existing 12" AC water- line, complete in place per 1I I Inatall 8" AWM C151 ductile iron ! pipe, complete in place per tF I Install 12H ~WAA CI51 ductile lron pipe. complete in place per LF C35 4 EA 8"x 22.5 Degree Bend """" Fitting, UJ.. cOlT1plete in place per EA - C36 4 EA 12",)( 22.5 Degree Bend DI Fitting, i I complete in place per EA - I C37 2 EA , 8",< 45 Qegree Bend D1 Fitting, I , ir: place I . complete per EA - C38 4 EA 12"x45 j)agree Bend Dr Fitting, complete in place per EA I - I 8 " C39 I 1 EJ.l. GAte 'Is, 1 ve &nd Sox, complete i I I in place per EA 1 I ~rSZD P~OPOSAL rOR~ Page 14 of 22 Adde!\(;\"lTl No. ~ IV tmI!' PRICE v TO~AL $5,000.00 $5,000.00 NA NA 4o.t!Z $ da:> ,~ ~~ 400 ,t9-- 0" $ "1'5f2 .$ --r t;;U::>. es!.~ B5:~~ I~ u'O~~ , $ 315.~-$ ~S-OO~~ ~S-O~:'-$ ~o~2- 31 fi",!!J "'$ I~,~'r- Ioo,~ - $ ~ Z-OO. e.. - 1~ t:j S-o. g? -- $ ADDENDUM NO.1 A1T ACHMENT NO. /I PAQE 140F 22 I IT&M C40 C41 C42 ~ L. · C43 .<J: ,.t:l..o..J':JtJ,. E:NGINEERIN3 PAGE 23/3t:l CITY OF CORPUS CHlUSTI MINOa S:L'ONd: CRUIl'AGB IKPROVEMDr.rS- QROUp "8" PROJ.EC~S BASE BID II J?AkT 'c' - GLUJOAJt/I'LOOR BLtr&'F ORXVB DMINAGI: ~:R.O'VJ:IfEJr.I.'S QTY 1 EA. 1 EA III DESCRIP~ION 12"x 8" Tee: Dr Fitting, complete in place per EA 12" Tapping, Sleeve, & Valve wi Box. complete in place per ~ 1 LS R~mova, Salvage, & Rein5tall Existi~g Fire Ryd~ant Assembly, complete in place per LS 276 LF Trench Protection System for Waterline Installation, complete in place pe~ LF TltAPFIC lTBMS C44 1 LS Traffic Control, complete in place per LS TOTAL PART 'C': (Incl~8 Ba~o Bid Ibaaa Cl th~ough 044) ~8KC ~ROPO$~~ FORM F19. l!i of .l:2 ACldl!!nctu!n No. t IV UJlIT PRICE ~J. . $ TOTAL $ g2.S: $ /~. ~ lP'5"' b . v 1') ~15'to.. 1$ ,~OO. J 4-I1,?'''I. p ADDENDUM NO. 1 ATTACHMENT NO. II PAGE 18 OF 22 jl !Q::t" LtJ"'tI . I: t)l jbll::l':b.:l::lIL ENGINEER:I-fj PAGE 24/36 C:t:'1'Y OF CORPUS CHRISTI NItfOR S'l'OltN DMlNAQi: tKPRO'YI:MBm's- GROUP ~B" noJaC"J:'S BASI: BID I II rII IV V UHIT InK Qn DESCRIPTION PRICB 1"O'1'AL SSlZT, PAVING; , DRIVDfAl' , , SXD!1IALK Il'I:MS D1 I 1 LS /MObilization/DemObilizationl 1..<<;0: Z:.~,~ ~ Bonds, complete per LS $ ~ D2 1 L8 Site Clearing & Stripping, II"U>~ I- 1,'00, It!- complete per L3 $ i :)3 34 LF Sawcut Existing Asphalt Pavemen t &. 4J.ib $ I n.e!!-- ' Concrete Surfaces, compl~te per g h- 6 BY ! Remove Existing Asphalt Pa.ve-rnent, I 1.~ 4-.~ I I , complete in place per Sy ! $ '2-, --+ DS ' 5 Sy Remove Existing Concrete Sidewalk, J~,,~ ~S;~ complete per SY $ - D6 40 SF Construct 5" reinfOrced concrete 1. IJj -z.8o~dL sidewalk, complete in place per SF $ - D7 6 Sy 6" Caliche base including ~O~ J80.~ , compaction, complete in place $1" $ , i D8 I 1 GAL I Prime coat @ 0.16 gal/sy, ~omplete I J2.0! IZo.l!S? I $ i i in place per GAL , I- i D9 6 $Y I 2" HMAC Pavement Surface, Type 0, '~],/;;l> ~ ~ J~O,eJ.- , oomplete in place per _~ $ 010 , LS Hydrornulch seeding/maintenance for - grass restor!.tion, complete in tr . eJ ~ ~poo .~ I place per 15 $ t:r;)o. 011 1 18 ~e8tore project site including I final grading, complete in place ~~~ ~ ~ (J()O, MI...- I I I per LS . $ I -~. i , PAR"!' '0' - l'ANGLnOOD/BONND. DRAIHAta DlPROVl:Ml:NTs PJ!V!a~ E'ROI'O!!>.t. FORM I"&g" 16 of 22 Mdtmd.~rn No. . ADDENDUM NO.1 ATTACHMENT NO. II PAGE 18 OF 22 ,,;tJ3i2605 7:51 3~1826350: ENGINEERlt-G CITY or CORPUS eHlUS'lI MtMOR STORM DRAl:nGB IKPROVJUGi:RTS- GROUP "BN PROJECTS BASE BID PART 'D' - 'l'ANar.mwooo/BOllHD. DMIRAGB DlPROVIMBN'l'S I II III IV 0IfI'I' PRICE IT_ i QTY DESCRIPTION ''1'ORN WA"R ITDIS D12 184 t,E' 15Jf HDPE includ.ing bedding & backfill, complete in plac~ per LF I I!JC 10.::';" $ D13 I I I ~.~ $ 1 EA Tie-in to Existing Curb Inlet, complete in place per EA D14 26 Lf Remove Existing Curb & Gutter Section, complete in place per LF 11.. ~ $ D15 1 EA 6-tt Curb inlet structure, complete in place per EA Za:x>~~ D16 20 LF 6-i~ch Curb and Gutter Section, complete in place per LF t$,,~$ I D17 1.84 LF Trench Protection System for I Storm Sewer Installation, , complete in place per LF : ! Storm Water Pollution Prevention Measures, complete in p~ace per LS I.~~ $ s,~ $ Dle 1 LoS D19 !storm Water Utility Allowance, ,complete in place per L5 ) . - j $2,000.00 1 L8 I bVI8~ PROFOSAL roR."I hqll 17 of 22 Adden dl.llll No, 1 PAGE 25/3e:1 v TOTAL J t,esof~' '.. t;;oo. ~ 3 J ~ f!!2-- @.. -z.c.t;.O ; ..~t,() ~ q J,o.e- I.~. E!- $:2,000.00 ADDeNDUM NO.1 ATTACHMENT NO. II PAGE 17 OF 22 " 0::1/ ~e105 7: 51 361820350. 8~GINEERII'..G PAGE 25/30 CITY 01' CORPUS CHRIST! MINOR. STORM DRAIKAQE IMPROVJ:NJD1TS- GROUP " B " {lIROJZC'1'S BASI: BID , ! I I II III :tV V [ tmtT ITDlI QTY DESCRI PTIOH PRICI: ~ WAaftD'l'BR I'lBKS 020 ' I NONE , NA NA I i I I 'IIA'I'D. ITEMS D21 ! I NONE NA liIA I i j ~IC I'l'BMS [)22 I 1 L8 Tr~ffic Control, complete in ! ~~~ ~~o~ t ple,ce per 1& I 1-$ I . ! PAlU' '0' TAHGLI:WOOD/IOlODR DIUlIlIAGE DlPROVEMINTS ~O!AL PART '0': (IneluGes Base Bid I~ems Dj th~oUih D22) $ cP ~1~ ~4z. .RilVJ:1ll11D I?ROPOSAL !"QRM Peq. 16 of 22 i'\dden<:lurn No, 1 ADDENDUM NO, 1 A nACHMENT NO. " PAGE 11 OF 22 t., ::/ ~. Qt} :,,0'<' j:JtJ, ':.Nl:, ,Nl:.tJ.( ~ Ncl t-'A(;jl:. U 13t:1 CITY OF CORPUS CHRIST! MXtfOR S'1'OlW DIUUNAG& ~S- QROO, "BN PROJECTS Bid Snnqary TOTAL PAIlT 'AI - CATJ':tSB DRIVE CUL-DE-SAC $ /!t?, St;."Z . ~O.. (Includes Baae Bid Items A1 thrO\1qh A30) TO'l'AL PART 'B ' - ROLLING RIDGE 'rRAIL $ 1/5", 8"2" ~ (In~lud.8 Base Sid Items Sl throuqh B39) '.l'O'1'AL PART 'C 1 - GLElfOAK/FLOUR BLTJ!T DRIVE $ .4/1, '3/11. 6"~ (Includes Base Bid Items Cl throuqh C44) ~ PART 'D' - 'tANQLE1fOOD/BONND. DRAI1I1'.AQB $ 00 ~ ,';42. (Includes Base Bid I~~ D1 through D22) -- t::63 ~17.-5'"0 ::..t..-:!...~~_____ TOl'AL BASE BID $ Inoludes TOTAL (PART 'A' + PART'S' + PART 'c' + PART 'D') Note: See Speo.:i.al Provisions section A-4 for Method of Award. ~I'KD PROPO$~L FORK l'agQ 19 of n .lIdr::lol'l.dUlt. liIa. 1 ADDENDUM NO.1 AnACt-leNT NO. II PAQE 1D OF 22 The 'unt r ae:!, r '" ill c)mmence wor k 'wi thin ten (10) calendar days from (fate the~ receive wlitten work order and will complete same within 150 CALENDAR DAYS after:onstcuct Lon is begun. Should Contractor default, " ntractc ma 'j ()e 1 Labl e f r 1 iquida red damages as set forth in the tr,jC,- ")cuments. i'-y wil pa ontractar in current funds for performance of the c nt ract in acccra~nce with the Contract Documents as the work p r )gresse 5ignE~d Hl_~_ parts at Corpus Christi, Texas on the date shown b j\le" ATTEST: (;'y se~'- CITY OF CORPUS CHRISTI BY~~.tO~OS- Ronald F. Massey, Asst. C' Mgr. of Public Works and Utilities .' /{/~/L'~~ - By: 4fir~~ /e:~r' Ang~ . Escobar, P.E. Di~ctor of Engineering Services CONTRACTOR ATTE~T: (:;: f Corpora ti on) ~ / (-<. //' I . (Seal Below) I " ',(, ! ' Kinq-Isles, Inc. By;?f-r' ~ 7;/~ Ti tIe: ) ;-,?,j / cI~?1~ / (Note: If Person signing for corporation is not President, attach copy of authorization to sign) 1641 Goldston Road (Address) Corpus Christi, TX 78409 (City) (State) (Zip) 361/299-1426 * 361/299-1139 (Phone) (Fax) Agreement Page 2 of 2 ~)\~-<~_=-_2.1.2. AU i "Uk~tL, 10LI I / ~~ r,e;.h~lt ..._.._ ,'I 0 > . ,,- __,_M._.__......*-./:.r ~ 3f(~HP (rv ". ;)1: " .:t::lid -> il. J;tct:.R _ r;l~ PAGE 09/3i?J (0(\ by. \c:..t """" \ fRO P 0 S A L FOR M FOR MINOR STORM DRAINAGE IMPROVEMENTS .... GROUP "B" PROJECTS RIVER CANYON AR&A (12240) GLElfOAK/FLOOP.. BLurp' DRIVE ('2184) TAHGLBWOOD/BORHBR ('2255) DEFAR'1MENT OF ENGINEERING SERVICES ADDENDUM NO.1 ATTACHMENT NO, n PAGE., OF 22 C::?Y OF COJ:\l?1)$ GHRISTI, TEXAS ilEVI&ED FRO?OSAL FClU<l PDg-~ 1 of 22 Addt!'ldurr, 1'0. 1 fJ3,.l:llJ':, 7'. ~ ' , . _ J. 0:' 82t J50~ E}~h lNEER:'::~fj PAGE 121/321 PRO I? 0 S A L PlacE!!: Dete: i ?e-phc. ~ ~ \.4.,200r;) a Corporation orqanlzed State O!~X;:4S sting under the laws of the PropO;5a: of OR a Partnership or Individual do~ng business as '1'0: The C:i.t.y of Corpus Christi, Texas Gentlemen: Th~ undersigned hareby proposet to furnish all labor and materials, tools, and necessary eqUiPment, and to perform the work required for: MINOR STORM DRAINAGE ~V'DCI:HTS GROl1P "8" PROlmCTS , RIVD. CANYON ADA! ('2240) GLJI:NOAJC/FLOoa BLUIT D1UVI ("2184) TANQLEWOOtl/aORH:lRI ('2255) "', I at the locatian~ set out by the plans a~d specifications and in strict accordance WI th ':he contract documer:ts i for i:he follo~~ing prices, to- wit. ADDENDUM NO.1 ATTACHMENT NO. If PAGE 2 OF 22 u.."tUtl PRO<,O$]l.L *O!l.M U'Ie 2 0 r 2 G Addendum NQ 1 I I:rJI( S'l'RIft , Al A2 i" uo .!l.3 A4 ,5~ '.Jl_ ~:jl c'~t:t..,,', 'D CITY OF CORPUS emuS'!'I MINOR S':O* Dl\AIHAGE GROUP \\S" PaO~CTS , I I BASI BIOi II PART 'A' - RIVER CANYON D CATFISH D1UW PAGE 11/30 Dm'tO'VEMEN'I's- NAGB IMPROVJ:MB.N'l'S -OE....uc III Q~Y DESCRIPTION PAVING, DRIVEWAY, , SIDBlOaLK I 1 LS Mobilization/Demobilizat Bonds, complete per L5 LB' IV ORIT PRICE v 'I'OTAL ~.$~~ Sawcut Existing Asphalt & Concrete surfaces, per LF 150 SY Remove existin9 asphalt ave- ment, complete in place er SY ~oo Sy I A5 i 150 Sy l,61" 9~ A7 56 Sf I A8 1'0 SY ~ : ~24 GAL ~150 Sy Remove EXl!ting Concrete Driveway & Sidewalk, com~lete i per Sy . I Mill & Rec~nstruct Aspha t Surface to Curb Line, complete i per SY sy-!construct 6" Reinforced oncrete !Driv~way, complete in pl~ce per I Sy Construct ~/f Reinforced oncrete sidewalk, complete in Pl,ce per SF 6~ C&liche base includi~ compaction, complete in p>lace SY Prime coat @ 0.16 gal/sY4 complete in place per GA~ I 2" HMAC ?avement Surface~ Type 0. comp:ete in place per'sy RKVIS&D PRO~OSAl tORM Pll\ilt ::I <'Jf 22 7>ddQndul'l' No t ~$ 1"' $ _~c> $ O~ fo~ s ,,-0 ""l.,o10.=- ,,0 l O~O. - . J ~DO. ~ I ,# "00 I c::n:O $ ?; '10. fJ~ 1.1D $ ~zf!!:- $ ~. $ 480. $ ADDENDUM NO.1 ATTACHMENT NO. II PAGE 3 011 22 ~J:j.; "~:J~::~t 7:,:,~ 3::: 82~:,350w t::Nl, I NEER _ ~.jl:i PAGE 12/30 CITY OP CORPUS CsruSTI MINOR STOlUf DRAlHAGE IMPROVDI:ltNTS- GIlOUP "B" PrtO.n:CtS 1lAS~ BID I II III I IV V 1 ONIT ITEM I 2'l'y I DBSCRIPTION PRICH ~AL All ! 1 LS THy1rornul~h Seeding/Maintenance ql?l:O~ ~ I fo~ Grass Restoration, complate $ r;'/t:jOD . . in place per LS i A12 , 1 L5 Restore Project Site including I Final Grading, complete in ? ~ ~ ()O '1> .f!!!.. I place peT. 18 00c>. $ , . I I A13 , LS Misoellaneous Street Repair ! "- Allowance, complete in place per 18 $3,000.00 $3,000.00 , S'1'OlitM WATBP. ITEMS A14 I 300 LF TRernove Existin~ Curb & Gutt,;r, \C ,~ cOli'.ple:te per LF $ ~ I frJa:>. A15 i ~ EA T Rerr.ove Existing Curb Inlet, /r;(x:;>:r= .. ~"O.~ complete per EA $ ! 100 15" Rep, Including Bedding lU6 LF & ~~ ~ Backfill, complete per LF $ S,OOO. : A.l" 300 LF 6" Curb &: Gutte:::', complete in ~() ?~O~ place per LF LB~ $ - -- e,Q. JU8 2 EA. 6' Curb Inll!lt, cornp:'e<::.e in $~~ I place per EA 1,. tvO.. ~- A19 1 EA Type '''A'' Precast Concrete Stom, o Manho le wi Cast-i::-place Con- cr.ete Base, Ring s. Cover, Back- ~COO~ '3000 .e!2- fill, complete in place per EA $ i A20 ! .., VLP' Extra Depth for Stant'. Manhole, I /Ii) eE.-- ... complete in placa p~r VLF I 1bD..~ $~ -- i p~ 'A' - RIVER CANYON DRAIN.AGR ~S CATI"ISa D!UV& CUL-DE-SAC m1V181J:l PP.OE'OSAL O'OIlM Page 4 of 22 Actdotndum ~o. : A.ODeNDUM NO.1 ATTACHMENT NO. II PAGE 4 Of 22 , '33 ?em5 7: ::,1 36L82d5EL ENGINEER::I-Ki PAGE ::'3/3eJ CITY OF CORPUS ClmISTI MINOR STORM DRADlAGE IMPROVENEN'l'S- GROUP "a" PROtJBCTS BASE BID PAllT \ A' - RIVER CANYON DAAIHAGB IMPROVEMBN'l'S CATFISH DRIVJ: CUL-DB-$AC ! I i II I III IV V I -- URl:T I'l'Dt I QTY i DESCRIPTION PRICE TOTAL ~21 i 100 LF 1 Trench Protection Sy~tem for I j Storm Sewer In~tal1a~ior, I ~ li::O .4J. I completE i:1 place Der LF $ I An I . - 1 LS I Storm Water pollut:.on I?revention Lo- I Measures, ~omplete in place pe!' " I,OOO,~ i 15 4Ct>O~ $ I- I I :j A23 1 L8 ! Starn. Water Utility Allowance, , i complete place L8 $3,000.00 $3,000.00 ~ ::.rl per I 1fA8TBWAaa ITIlHS A2<:1 30 Ll'1p.emove Existing 10" Sanit.ary .... ~~ i Sewer, complete in place per LF W,- $ i - A25 ' 30 LF !IC;-;;-PVC SDR 26 Sanitary Sewer I I~cludl~g Bedding & Backfill, , Bo.~ 54<<>~ i complete lr~ plaoe per LF $ A26 1 EA is' Dia. Fibergl... ME! w/Concrete J. ex.o ~ $~~ I Base, cOI'Iplete in place per EA. j r · A27 I 40 LF jrrench Protection System for i Sani ty Sewer inst.allation, ?~ t.CD~ I complete .In place per LF $ - i i A28 i 1 L8 !waetewater Utility Allowance, I complete In place per L5 $2,000.00 $2,000.00 i I - DBa ITIlMS 1.29 I NONE I NA NF- I -_.._--_._~-~._._~ --- D.U'J':tc :tTI:MS A30 1 LS Tra:fic :ont:-ol, cCimphlte in !.J ~ -?- '7i:>O.E. .. place per LS 1-1~' $ 'l'O'1'AL PART 'A' - (Includes Base Bid Itetl\s A1 through A30) $ ~a ~Z.GJO ~~9ID PPOPOSAL FORM P_\l'" 5 of 22 J',ddc."QIi'" lIO. 1. ADDENDUM NO.1 ATTACHMENT NO. II PAGE 5 OF 22 '35 115 Sy-1 6" Caliche Base Including I / Com:oaction, ::ornplete in place SY ~-18 GAL I ?rime Coat @ 0.16 gal/sy, I comple~e in ~:ace per GAL I B'7 J'3 c:0l1:' 81 92 83 84 Be B9 SIC ....d, 3,:,8:',350. [Nt, HiEER ~ 1"'-::; Cln' OF CO:uus eDISTI MINOR S'rORK DRAINAGE IMPR.OWMEN'1'S- GROUP "8" fROJ1I:C1'S BASE BID PART'S' - RIVEl\ CANYON DRAINAGE IMPROVEMENTS ROLLIHG lUOGB TRAIL I II III IV UNI1' bJ:CJ: ~y DESCRIPTION T, PAVIlfG, DRIVEWAY, i 5mBD:LJC ITDIS 1 LS MObilization/Demobilization! Bonds, complete per LS 1 LS Stripping, 'r~. Site Clearing & I complete pe r L8 hs.;~cut Existing I complete per LF' 450 LF Asphalt Pavement ~$ 115 SY Remove Existing Asphalt Pav~ment, complete per EX 1./)10. $ 30~ . ,$ I 115 SY ! 2P HMAC Pavement Surface, Type D, complete in p:ace per Sy ....,_~I ~- '$ I I -J- i 65 LF I Remove &: Repl~ce 6-ft Wood 'Fence, complete in place per LF ~ ,?O. $ 40 LF Re~ove & Replace 4-ft Chain Link Fencer complete i~ place per LF PAGE 14/30 v 'l'O'1'AL $ $ --z..,ClX) . . -'L;O-V;. Bc$. ~45b. f -:;,"0. '3 z..W ~~ ~1Sb~ () ~, $~ - . 1 L5 1 Prot@ct & Restore Residentia: i Properties including Excavation Shoring, Video ~aping Properties, PE Inspeotjcns, & 0, Landscaping, complete in place I per LS ~ 'i"~.. $ atvlSEO P~O~O$AL FORM Page /; of. 22 Addendum NC 1 pt) ~ODO, ADDENDUM NO.1 ATTACHMENT NO. II PAGE 6 OF 22 ' '"1 ':!' ..:' (i~\ i-. e~ 35[1 :..r,' ,""IEEF .fiC, PAGE 15/30 CITY OE' CORPUS CmuS~I NINOR STONt! DRAINAGE IMPROVEMENTS- GROUP "8" PROJECTS BASE BIO I II III IV V I 0Jn'f IT>>! i QTY DBSCRI f''1' ION PRICE TOTAL 811 1 L5 Hydromulch seeding/maintenance ! for gra~s restoration, complete ~/~ '=?~~ i in place pE:?r L5 "'$ B12 1 15 Re~tore project site including final grading, complete in place "ttCl)D~ 'tr()oO~ per LS $ B13 1 LS Miscellaneous Street Repa.ir All:Jwance, complete in place per j L$ ~3,OOO.OO $3,000.00 - i --_. n'0RDI WATER ITEMS :814 I 26 L? Remove Existing Curb & Gutter I Sectioi., complete in place per IZ..~ ?rz.~ i LF I $ - B15 12 VLF Rem:J'18 !:xisting Storm Manholl! ! ! Top Sec-::i::Jn, complete in place I ';ax> ;~ ,- ; ~~ :Fer VLE' Ift:<).l $ 20 LF Remove Existing 15" R"""'" ----r 'v r' J I I i~ I inc ud:ing excavation and i backfilling, complete in place I ~~ (#,oD. !!!!.~ ~ ! per LF $ I B17 i I 15 LF Remo'te Existing 24" Rep, , I including excavation ~nd I I bac K fi l:...ing I complete in p:'ace ~~ ~(),,~ I per LF $ . ;1 I J 818 I 1.00 LF ; Grou t F:..J.l E;x.:.sting 15" RCP to I ; I be A.bandoned, complete in place l~ 0' j I per LF I $ ~t,OD.- I I?A!U' . B ' - RIVER CANYON DRAlNAGR :tMPROVJ:DII:H'l'S ROLLING R.IDGI: TRJUL UVIa&D rnOfOS;u. !:DRM P~qe 7 ,)f 22 lI.dd",nd'illl No. : ADDENDUM NO.1 ATTACHMENT NO. II PAGE 7 OF 22 ::i. .... rJd~: :'C ,8. 350 t.i ", i ~~E.ER _ '~G PAGE 15/30 CITY OF CORPUS CDISTI HINOEl STOlU!! DRAIHAGm IMP:ROVlDG:NTS- GROUP "]!" PROJECTS BAS:&: BID PART 'B' - RIWa CUlTON DRAINAGE IXPR.OVENENTS ROLLING RIDGE TRAIL I II III IV V UNIT 19M i QTY DBSCRIPTION PRIC:&: TOTAL B19 ! 150 LF 3rout Fill Existing 24" ~CP to I I be ,~ar,doned, complete in place ~ $_ ~t:?b~ I LF i per I :B20 I 14 Cy Grout F' . , Existing St(:irTTI 1._-'- Struch:.re to be Abando!":ed or ::..nverts t') be ralsed complete in I ~O:" . kzoo,~ ! pla~e per Cy $ I - 1321 I 2 EA Plug End of Existing 15" Rep I wit " Solid Brick Units & Mortar ! B22~ and Pressure Grout Surface; tPfJ i 8<:>l>, t:9. complete In place per EA ~I$ 1 E1\ Plug E~d of Exi~ting 24" ReF I I I I w~tn SeliG Brick Ur.its & Mortar I I I and Press~re Grout Surface, l~ 'iil>D. ~ I complete in place per EA r:1x>. $ I 623 20 LF 16" Curb & Gutt.er Section, I~~ 112- ~ I complete in place par 1! i $ 3G.o. ! B24 '-l~-j 6-f: Curb Inlet, complete In zao~ ~ !1 ! place per EA $ rz,COD" J i ! - ~ 4 EA , Type "1\" Pre.::ast Concrete Storm I i i Manhole wi Cast-in-place Ccn- ~ ' crete Ease, Ring & Cover, Back- J~~ le- I I , I ~i1J , complete in place per EA $ 12,000. i , I ~22 VLF' 'Extra Dept.h for Storm Manhole, j ~ 4400, u... . complete in place pel' VLF "UX> , $ I I - i r- B27 140 LF : 15" RDPE ?rofi.le W!.ll F>ipe I d ! . including bedding & backfill, if}t> eE (If) Ii !; J I complete pJ.ace per LF $ _'1 t:1eJO,,- ~ In " ~ I l I RrV!"~ VFOPOSAL FORX hqr.' a of 22 Addend'",'" NO, 1. ADDENDUM NO.1 ATTACHMENT NO." PAGE 8 OF 22 rJ3. .~~t:1E-1~i I T ITEM I B28 B29 ~Il ,~ 82, 35E.', Er+,I~jEER=!'j(.:i PAGE 17/32.1 CITY OF CORPUS CHRIS'!'I MIlroR STORM DRAntA.t;B: IXPROVIMEN'rS- GROUP "B" nOJBCTS BASE -II' PART 'B' - lUVEa CANYON DRAIHAGB INPROVIMENTS aOLLIIlG aIDGJ!: '!'RAIL III II QTY 142 LF . i DESCRIPTION ) 24~ HDPE Profile Wall Pipe I including bedding & backfill, i =onplete in pl~c8 per LF 1 I LJ [24" ReF lncluding bedding & ! backfill, complete in ~lace per I LF 1- :'40 ~--+ , B30 . 1 tA I 422 tF Trench Protection System for Sterm Sewer Installation, ~ complete in place per LF I B32" .1, 1 LS 1. Storm ~at~r Pollution Prevention , , co~ple~e in place per L8 I - I I.. E33 J 1 LS Storm Water Utility Allowance_ I I j complete in place per LS I 1:13: Tie-in to Existing Storm Manhole Str~ct~re, complete in place per EA RlVISEn PROPOSAL fORM Page 9 of 22 P,dd~l'dum No. ~ IV V I UNIT , I P:RlCE i'O'l'AL t,06~ $ ~,t.O,e . (JO p'-$ Il,z,oo. ~ /t'O~ $ 700.~ c:~ -~. $ ~ 7-.//0;:- ~~ J,2OO. $ t:I() I,ZCO.--- $J,ooo.O<i ~31000.00 ADDENDUM NO.1 ATTACHM!NT NO. " PAGE 9 OF 22 Uj;03/2~05 _ 7:51 351 82E:.350~ Et'iG I t'IEER li'Ki PAGE 18/30 CITY or CORPUS CHRIST! MDiOR. STONf DRAINAGE IMPROVBM:BNTS- GROUP "B" PROJECTS BASK BID ! I i tI III IV V I!l'I:M i UNIT QTY DESCRIPTION PRICE TOTAL D8TZWADR ITIHS B34 ! SO LF Remove Exi!iti:1g 6-inch VCP J Sanitary Sewer, complete in ~..~ place per LF /0. l $ i 535 I 50 LF 6-inch "ii'vr:; SDR 26 Sanit~ry i Sewsr, including b~ckfill & i bedding, complete in place per 8t> .~ 4<<;0.. ~ :"F I $ - [ 836 i 1 LS Wastewate~ Utility Allowance, complete in place per LS i $~,OOO.OO ~2,OOO.OO 1_ ;X!BMS -- '. ! 837 NONE NA NA I , i 'l'JtAITIC - IHM$ B38 1 LS Traffic Control, complete in I ~..~ j CJt)O.~ place per LS $ PART 'B' - lUVJ:R CANYON DRA,INAC;B IMPROVI:MElr.1'S ROLLIIfG IlID13 TRAIL 'l'O'l'AL "ART 'a' (Includes Base aid Item. 81 t:hrou;h 83B) $ II s: tjt:j z. f!JO_ RZVtSBD ?ROP?S~ FO~~ I?/lc;e :0 jf 22 "'dd~ndum ~. 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 10 OF 22 03i~'''0'S 7:'51 ~;:,- 82t 350_ ENG INEER:N(, PAGE 19131i:J CITY OF CORPUS CHlUSTI MINOR STORM DRAINAGE IMPROV!:HI:NTS- GROUP "B" PROJECTS BASK BID PUT 'C' - GLDOAK/n.olJR SLUiT DRIVE DRAINAC;B IMJ?P.O\l'ZICDlTS C2 C4 j-c-s- ; ~ " I ' M c:o II III QTY DESCRIPrIOH PAVING I DaIVBWAY I , SIOEWALK ITDIS 1 LS Mocili2at1on/~emobilizationl Bones, comp~ete per LS 1 LS 205 LF 170 SY 170 SY 1 LS Site Clearing & Stripping, i complete per ~s I Sawcut Existing A~ph~lt Pavement I Surface~, co~plete per ~F j "',. h 1 I Rerncve ~xlstlng Asp a t i Pavement, comple:e per Sy 5" caliche Base Including Compaction, :omplete in place 8Y i 12" HMAC Pavement Surface, Type : D, comple~e in ?lace per 5Y I iHydrornulch seeding/maintenance for Grass Restoration, complete J..D place per 15 Restore project ~ite including final gradi~gJ complete in pla~e per LS IV V 'OKI'! PRICE TO'l'AL $ $ q22~ 1.e $ I, /'10.& ~.0a $ ?loo. f $ ?+o~ t!) ~O. $ 1 LS Miscellaneous Street Repair iAllowance, complete in place per LS I $5,000.00 kEVISED PROPOGAL FORN P.~qe 1.1 of 22 "dr!en.jvTl\ 1>l~. : $ ~I 27 GAL! Prime Coat@ 0.16 gal/~y, ~-L i complete in place per GAt ,j C'7 +170 SY . I ~ i ~C8t . 1 r~s I $5,000.00 ADDENDUM NO.1 ATTACHMENT NO. " PAGE" OF 22 IV V UNIT PRICK T~AL :\ ~' ::'i~:-\ _ijt .l.-r-lt:.;::..~: _f..l..:~ CITY OF CORPUS CHRISTI KIN01\ S'l'OP.N Dl'VLIRAGB IMPaOVEMUlTS- GROUP "B'" PaOJ.EC'1'S BASE BID PAR1' 'c' - G1oDTO.AK/i'LOtJR JaLUF!' DRIVE DRAINAGE IMPROVEMEH'1'S I II III ITBH I QTY DESCRIPTION S~RM _DR I'l'JIlMS ell 420 LF Reconstr~ct Ditch wi Pilot Channel along Glenoak Drive, including connection to ,headwall and erosion control !fabric complete i~ place per LF , () I/o.!- $ PAGE 20/30 C12 830 LF Reconstruct Ditch along Flo'1r Bluff Drive, and erosion cont.rol fabric, all 151 zes, IB.~i $ I complete ir place per. LE' C13 83 LF Re~ove existing pipe culvert~ (i2e!- I 4-/Sl:> . ! under roadway, complete per LF (). $ C14 8 LF 12" ?VC Stubout at post inlet, 46.t:Jt) $ I complete in place pEr tf 3fJ4. I - C15 :24 LF 24" RCP ir:c::ll.lding Bedding & iBackfill, comp~ete in olace per I ' - !f.! 644 LF~ 36" RCP including Bedding & L~ I Backfill, ccmplete in place per! I~ C16 C1" 95 LF 42ft RCP including Bedding & Backfill, complete ~n place per Lr ~ I I ~ 2'0., I $ u,.o. $ C18 5'7 :"F , 54H Rep including Bedding & Backfi:l, complet~ In place per ILF ..VtSln PP,OPDS~l pOP~ Pag~ :12 of 22 Add"~d'!rr i'lo. 1 ~~ zo. tszeo () . , ADDENDUM NO. 1 ATTACHMENT NO. II PAOf 12 OF 22 ..., <H I I"'~ C19 I I C20--+ I i I C21 , ! : ': ::.it _':':tl-j ~ U 'l, I~ECR:. ~.j(:' CITY OF CORPUS CHRISTI MINOR STON( DRAINAGE IMJIR.OV:&:MENTS- Gl\OUP "B" PROJECTS QTY 24 LF 3 EA 2 EA C22 1 Ef.\. iAilT 'C' - GLDOAK/FLOUR BLtrFi' DRIVE D:M.INAGB ~s II tt! IV UlrII'r PlUCK I 1~23k . ! :24 ~ C25 1 EA 1 EA BASB BID OE$CRrPTION 60" RCP including Bedding & I Sackf~ll, complete in place per LF ~I' Post :nlet Concrete Structure5/ ~omplete in 91ace per EA wi~h concrete aprons ~ety End ~reatment St~ucture for I 36" }'{Cp, complete ir: pla.ce pEr EA I Safety End Treatment Structure for 60" Rep. Special, complet.e in pla::e per EA : Type "8" Conc~ete ,Junction Box wi iRing & Cover, complete ~n place . per EA lConcrete Junction Box No- 1 (9'x12') including MH Ring & Cover, complete in p:ace per EA Concrete Junction Box No. 2 (8.5'x20'1 including MH Ring & Cover, complete in place per EA C26 159 SY 4" Reinforced Concrete Slope Paving, ::;omplete in place per SY C2i 1257 LF! Trench Protection System for Stor:n S~wer Installation, complete in i pl a.ce perLF C28 : L8 Storm Water Pol1utic~ Prevention Measur~~, complete in pl~ce per L2 REV~<<;D 2RO?09~ rOBM 1?~.9'e 13 of 22 Add~ndl~!11 No. .. t7€. $ ~$ 4;ocx>. PAGE 21/30 v TOTAl, I D ?"CO t . ~7~~.er- I. I I ,:z.es:f pe') ~~. ADDENDUM NO.1 ATTACHMENT NO. II PAGE 13 OF 22 .'..... ::';1.::1. ~l_ _ ;. ; -'It;. t..r:: _ ~ R.:. P.4GE 22/38 CITY OF CORPUS CHRISTI MtMOR STORM DRAINAGJ: IMPilOVEMEN'1S- GROUP ~BH PROJZCTS BASE BID PART 'C' - GLBlfOA1It/i'LC>tJR BLUFF DRIVB J)aAINAGB IMPROVEMKlf'!'S I II ITEM Q'rY C29 1 L8 1I:UTZWATBR C30 III DESCRIPTION Storm Water Utility Allowance, complete ir. place per LS I TEllIS I NONE i I ~D I1'BHS c3l I 10 LF Remove existing a" CI waterline, I somplete in place per LF i LF t~e1ilove existing 12" AC water- --i i .Lire, compl.ete i.n place oer LF ! I . _ I ilOOLF I Ins-taU 8" AWAA C151 ducti~e iron i pipe, complete in place per LF 1- 156 ~f Install 12H ~WAA C151 ductile J.ron piPE, completei::. place per i LF I C32 i-10 I I ::33 I " C34 C35 C3€ .j il ~ C37 I I H I (;39 I ! 4 EA 4 EA 2 EA. 4 Eli.. 1 EA 8Hx 22.5 Degree Bend Dr Fitting, complete _n place per EA 12"x 22.5 Degree Bend DI Fitting, ! complete n place per EA ~.. 45 C)egree Bend Dr Fitting, i complete ir. place pe~ EA i I i 12"x45 Jegree Bend Dr Fitting, : complete ir. place per ~A . 8" Gate Vel ve a.nd 80:<, comple:.e 1n place per EA ~t8ZD ~ROPOSAL ro~~ Pag" 14 of 22 "'dd~nQ'lm No. :. IV UNIT PlUCE $5,000.00 NA ~. -'1$?- $ +=~p I 31;: v TO~AL $5,000.00 NA $ d-r:;o 1---- 400. ADDENDUM NO.1 AiTACHMENT NO. II PAG~ f40F 22 )~~ ov.~,: ) : ... , 8,<'350~ ::_NI"l~jEER _ ~lG CITY OF CORPt1S CHRISTI Mnfoa S'1'ORM DMtlfAGi: INPROVEMINTS- GROUP "8'" PROJJ:C'1'S BASE BID I II PAkT 'c' - GLUlOAK/I'LOUR BLtJi'F DRXV'B DRAINAGB ~OVEMENTS ITIlM C40 Q'rY 1 EA. C 41 1 EA ~ If , C42 1 1,5 ! I I C43f276 LF I I I TllAPFIC ITEMS C44 1 LS III DEBClUPi'ION 12"x 8" Te€ Dr F'itting, cOIT'.plete in place per EA 12" Tapping, Sleeve, & Valve wi Sox. complete ~n place per ~ R~move, Salvage, & Reinstall Existi~g Fire Hyd~ant Assembly, ~ornplete ~n place per LS ~ Trer-ch Protection System for 'Wat~rline Installation, complete i in place per :..r Traffic Control, complete in place per 1& TOTAL PART 'C': (Includoc :aa~Cl Bid. It:ama Cl tJu;o\:lqh C4.c) ~8~ PRO~OS~~ FORN ugoe :"5 of 22 A<\dendu/TI No. 1. IV tmIT PRICE If?~ . PAGE 23/30 TOTAL v $ $ (P$'" b . $ 1) "'.5'"00.. $ ~ ~OO.. $ ~ 4-11 f~"/. ADDeNDUM NO.1 ATTACHMENT NO. II PAGE is OF 22 :Ii _. j-- 8~" jjl::.1~ d 4i .. L r~l:.l:.f.:'. '~.:1 PAGE 24/30 CI'l'Y OF CORPUS CHRISTI MINOR STORM DRAlHAGi: IKPROVENENTS- GROUP "B" PROJSC'1'S BASE BID I PAR'l 'D' - '1'ANGLnOOO/BONNJ:R. DRAINAQE III Dt:SCRIP'1'ION PAVINQ, DRIVEWAY I , SIDftAL1It ITJ:NS Mobilization/Demobilization! E ' - '.. LS ! ones, ~cmp~e_e per __ i D2 1 LS Site Clearing & Stripping, comF lete perL,S ':13 34 LF Sawcut Existing Agphal~ P~vement & Concrete Surfaces, co~p:ete per LF J ;:::';4 i t-DS--+ Ii 6 SY Remove Existing Asphalt Pave-rnent, complete in pIoce per Sy 5 SY Reffiove Existing Concrete Sidewalk, complete per SY D6 I 40 SF Construct 5N reinforced concrete Hi i sidewalk, complete 1" place per SF D7 6 SY-+ 6" Call.che base incL1ding I ' Ic~rnpaction, complete in place Sy .~ I . D8 ,. GAL I :rim~ coat @ 0.16 gal/SYr ~omplete : 1:'1 p~ace per GAL I D9 6 SY ! 2" HMAC Pavement Sur::ace. Type 0, j complete in place per SY I - 010 1 LS Hydrornulch seeding/maintenance for I : .grass restorac:.ion, complete in I I place per L5 Dl1 : LS Restere project site including I fina: grading, complete in place , pe r L S I -.--.-- I N1V!8E!> I?ROI'OS.l>..t. 1"OR!'I !>age '6 or 22 Md(;)nd'Jfl1 No. ' $ -z8o , $ J 8o.t!!!- f) 11,0. j2.0~ $ J~O, IMPROV1:Ml!:N'lS IV UHIT PRICm 1/~tO. $ ~ $ 1~ . $ 3e.>>. $ v TOTAL $ Z;CVO , I ,'00, 2!- I 5?>. e!!.- Let- -rz, . $ ~poo. ADDENDUM NO.1 ATTACHMENT NO. II PAGE 16 OF 22 '1, J,' 8;:'150 ,!", JiEER _,' K~, PAGE 25/321 CITY 01' CORPUS CHRIS'll ICHOR STORM DRAl:1QGS IKPROVEHi:N'l'S- GROUP "BN PROJECTS aASZ BID I II III IV V ! tmI'l' ITD i QTY DESCRIPTION PRICE TOTAL ImNC WAnR ITEMS D12 1 "-84 VE' 15" HDPE including bedding &- I backfill, cOMplete in placa per 1o.~ / t. 690.g ;.. , $ LF - . --- : D13 1 EA Tie-in to Existing (;urb Inlet, ! 'iibo. ~ , J:i'"oo,3- complete in place per EA $ D14 26 LF Rel'nove Existing Curb & Gut":er Section, complete in place per Il.~ 3J~~ " LF $ Fi - ""'.--. 1 EA 6-tt Curb inlet structure, Za::o~ ~ ,::omplete in place per EA ~ -z.~; ! is. !4-$ D16 20 LF 6-ir.ch Curb and Gutter Section, 3(,()fIA- complete in place per LF ! D17 184 LF.' Trench Prote::-cion System ,for i Stoz:m Sewer Installation, 5,~ q ).o.e- I complete in place LF $ ! per - r- { - Die i 1 LoS ' Storm Water E'oll ution Prevention I Measures, complete in p';'ace per L~B ' .t!!- ! , LS $ 1,(,,00. i - +- I - D19 1 L,S Storm Water Utility Allowance, complet.e in place per LS $2,000.00 $:2,000.00 i PARr 'Dr - TANQ:t.mWOOD/BOtDfD DRAIHAGB IMPROVIHBNTS RKVI~ PROFOSAL fQR~ hqe 1,7 of 2, }\dd~n Cllll1l No 1 ADDeNDUM NO.1 ATTACHMBNT NO. II PAGE 17 OF 22 ~:t ...:i~tJ:; J, $- 82' 350_ tJli_.lNEER: ~-(J PAGE 25/30 CITY OF CORPUS CHRISTI MIHOR STORM DRA.IHAGJI: DG'ROVDIDT'l'S- GROUP "8" ~CTS BASI: BID ~ i ! I i II I III IV V i I UMI'l' ITDI i Q'rY I OESeR! PTI:OlI PRICE 'rO'rAL WAt'RWA'1'BR I'RMS 020 NONE NA I NA I WA'1'E1l I'l'BMS D2: , i NONE NA I NA I i i i ftU'l"IC I'rBKS D22 ! 1 L8 Tr~ffic Centrol, c:)mpletl!l in ~~~ ~~ pIece per LS 1--$ ~ /;t,>O:=- I I PAJl1' '0' TAHGLBWOOD/BONDR DRAIHAGE DllPROVEMBNTS !OTAL PART '0': (Includes S.ae Bid I~~ Dj through D22) $ tP ~11' ~4z. RIIVIUD I?ROI?OS1>J. ~RM !>~q. 1; of n Addendum No 1 ADDENDUM NO.1 ATTACHMENT NO. II PAGE 18 OF 22 ? ?31200~ ':5, ;6. a2E: i50 ENC.LNEER:,*, PAGE 27/30 CITY OF CORPUS CHRIST! )ttNOR STOMC ORAINJU;& IMi'ROVEMEN'lS- GROUP "8" PROJECTS B-4d S . 1mnary TOTAL PART \ A.' - CATFISH DRIVE CUL-DE-SAC $ t!!o, S~Z . ",0 (Includes Baae IUd. Items A1 throuqh .&30) TOTAL PART 'B ' - ROLLING RIDGE 'lRAIL $ 115", 8'2.. ~~ (InQ~ud.. Saae Bid It8mG 21 throuqh B39) TOTAL PART ' C 1 - GLEHOAK/FLOUR BLt1n' DRIVE $ 4-/1, '3tJl. b~ (Includes Base Bid Items Cl through C44) TO'fAL PART 'D' - TUc;LEWOOD/SONNU. DRAINAGE $ 00 ~ I ?74 Z. · (Includes Bas. Bid Itam$ D1 through 022) TO!l'AL BASE BID $ C:63 ~17.?O _SA ~_.~.~~--=______ Includes TOTAL (PART 'A' + PART'S' + PART 'C' + PART '0') Note: See Spec:ial Provisions section A-4 for Method of Award.. ~VIS&D P~O~OSA~ FORM f'sgQ 19 of :2 "dchll'lOurr. No. J ADDENDUM NO.1 ATTACHMI!NT NO. II PAGE 1B OF 22 PERFORMANCE BON D STATE OF TEXAS ~ BOND NO. PRF08393465 COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT King-Isles, Inc. of NUECES County, Texas, hereinafter called "Principal", and FIDELITY & DEPOSIT COMPANY OF MARYLAND~ a c rporatim organi zeJ under the laws of the State of MARYLAND an::! duly authorized to do buslness in the State of Texas, hereinafter Cd lled "Surety", are held and firmly bound unto the City of Corpus C1- r i st i, a munic ipaJ corpClra t ion 0 f Nueces County, Texas, hereinafter ca led "Cl ty", in the penal sum of SIX HUNDRED FIFTY-THREE THOUSAND, THREE HUNDRED NINETY-SEVEN AND 50/100 ($653,397.50) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment 01 whi ch sum well aId t CJ 1 Y t be made we bind ourselves, our heirs, executors, adminis~rators and successors, jointly and severally, firmly b~ these presents: THE CONDITION OF pr ncipal entered into Christi, dated the 11TH attached and made a part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract wi th the City of Corpus of OCTOBER , 20~, a copy of which is hereto hereof, for the construction of: I MINOR STORM DRAINAGE IMPROVEMENTS GROUP "B" PROJECTS RIVER CANYON AREA (#2240), GLENOAK/FLOUR BLUFF DRIVE (#2184) TANGLEWOOD/BONNER (#2255) (TOTAL BASE BID: $653,397.50) NOW, THEREFORE, If the principal shall faithfully perform said work in accordance wi th the plans, speci f ications 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 obllgation shall be v~id; 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. *'e.LONIAL ,AMERICAN CASUl,LTY & SURETY CO. Performance Bond Page 1 of ;; Thl S bond Ve nonts Civil St3te of Texas 1 S glver, tc meet Statutes of Texas, the requirements of Article 5160, and other applicable statutes of the The undersigned agent is tlereby designated by the Surety herein as tn0 Agent Resiaent in Nueces County to whom any requisite notices may be de lvered and on whon service of process may be had in matters arising ou of su~h suretys ip, as provided by Art. 7.19-1, Vernon's Texas In:=urance ode. IN WITNESS WHEREOF, this instrument is executed in ~ copies, each one of whi h sha 11 be deemed an origina 1, thi s the 17TH day of ()('WlRF.R 2 ~ PRINCIPAL KING ISLES, INC. ;7 ~ ~~? By: ~ FRANCIS L. YOUNGBLOpD,/ !?rlnt Name & Tltl~}/ I" ATT~ ~ Secretary F;- f' '1 ( / 7 (Prlnt Name\ ..~~....A. 01. / "l. . . ..~"'~r )/cP cI I SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO. Sy: 4;;~.~./ /~.?-\ ~C"-2< Attorne~ln-fact MARY ELL6 MOORE (Prlnt Name) The Resident Agent or the Surety in Nueces County, 'l'exas, ror deli very or notice and service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: AARY ELLEN MOORE Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Performance Bend rrust not be prior to date of contract) (Revised 9/02\ Performance Bond Page 2 of ? PAY MEN T BON D BOND NO. PRF08393465 STATE OF TEXAS ~ COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT Kinq-Isles, Inc. of NUECES County, Texas, hereinafter called "Principal", and FTnF'TTTY "t DEPOSIT COMPANY OF MARYLAN~* a corporat ion organi zec under the laws of the State of MARYLAND ana duly authorized :0 do business in the State of Texas, hereinafter ca led "Surety", are held and firmly bound unto the City of Corpus Ch 1st1, a municipal corporation of Nueces County, Texas, hereinafter ca ed "{:::J ty", and u to all persons, firms and corporations supplying lat' r and materia} s in prosecution or the work referred to in the attached contract, in the penal sum of SIX HUNDRED FIFTY-THREE THOUSAND, THREE HUNDRED NINETY-SEVEN AND 50/100 ($653,397.50) DOLLARS, lawful money of~he United States, '::0 be paid in Nueces County, Texas, for the payment of which sum wel~ and truly to be made we bind ourselves, our heirs, executors, administra~ors and successors, jointly and severally, firmly b~ -hese presents: I THE CONDITION OF prlncipal entered into Christi, dated the 11TH attached and made a part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract with the City of Corpus day OCTOBER , 20~, a copy of which is hereto hereof, for the construction of: MINOR STORM DRAINAGE IMPROVEMENTS GROUP "B" PROJECTS RIVER CANYON AREA (#2240), GLENOAK/FLOUR BLUFF DRIVE (#2184) TANGLEWOOD/BONNER (#2255) (TOTAL BASE BID: $653,397.50) NOW, THEREFORE, if the prulcipal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all dulv authorized modification of said contract that may hereinafter be made, notice of which modification 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 cont ract, 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. "CC'L;)NIAL AME~ICAN CASUALTY & SURETY co. Payment Bond Page 1 of 2 Thls bond l S CJi ven 1::0 meet the requirements of Article 5160, Vernon's ~ivil Statutes of Texas, and other applicable statutes of the St at.e of [exaE. The terms "e laimant", "Labor" and "Material", as used herein ar~ in accordance ~ith and as defined in said Article. The nderslgned agent is hereby designated by the Surety herein as tLe Agent Resident ir, Nueces County to whom any requisite notices may be de ivered and on whom ser~lce of process may be had in matters arising aU' of such E:uretys~lip, 3S provided by Art. 7.19-1, Vernon's Texas Ir,~:uranc'e-'ode . IN WITNESS WHEREOF, this instrumer:t is executed ore of which shall be deemed an original, this the XTOBER _____, 20~ in ~ copies, each 17TH day of PRINCIPAL i- ATT~7 .7<'~ & Secretary h ,,' /I"q)(c,; IPrlnt Name) 7" ~/,-, J;~ / ./ /. - '~~lrl )#pJ SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO. By:~ ")/ (~'l!~Y1 ~;7-?--<:" At t orne;r-i'h - fact MARY ELLEN MOORE !Prlnt Name' The Resident Agent or the Surety in Nueces County, Texas, ror de~ivery or notice and service or process is: Agency: Contact Person: Address: SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P .0. BOX 870 Phone Number: CORPUS CHRISTI, TEXAS 78403 361-883-1711 (NOTE, Date 0' Payment Bo,',d Tiust rH)' b' pr ior to date of contract) !Rev sed 9/02) Payment Bond Page 2 of 2 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~the S aryland, byPAULC. R. OGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of u ~ Article VI, Section 2, If the By- Laws of said Companies. which are set forth on the reverse' ~ er 0 . led to be in fullforce md effect on the date hereof, does hereby nominate, consti 0 ~ en MOORE, R. M. LEE, Diann EISENHAUER. Michael A. W~I ~ . 0 us Christi, Texas, EACH its lrue and lawful agent and Attom~Y-in-F t> D , te , r, and on its behalf as surety, and as its act md deed: any and all bo s s ehalf of Independent Executors, Community "iurvivors and co~~~a~ans of such bonds or undertakings in pursuance of these presents, ,hall be as binding a:~' and amply, to all intents and purposes, as if they had been duly executed md acknowledged b I cted officers of the Company at its office in Baltimore, Md., in their own proper persons. This power mey revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R. M. LEE, Diann EISENHAUER, Michael A. WHITNEY. Irene BLUEMEL, dated July 22, 2003. The 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 force. IN WITNESS WHEREOF. the said Vice-President and Assistant Secretary have hereunto subscribed their names and Jffixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL \MERICAN (~ASUALTY AND SURETY COMPANY, this 13th day of October, A.D. 2003. '\TTEST FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY V:YJ~ By: Assistant Secretary Paul C. Rogers ~ T E Smith Vice President State of Maryland "} ss: City of Baltimore On this 13th day of October, A.D. 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 irl and who executed the precedirlg instrument. and they each acknowledged the execution of the same, and being by me duly sworn, severally and ..~ach for himself deposeth and salth, 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 :lfficers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above wntten. g;; }~Jj- 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 VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior " 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 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." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY .. Article VI, Section 2. The Chairman of the Board, or the President, or any Executive V ice- President, or any of the Senior Vice-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 authonze 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 ofmortgages,...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 facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMP ANY at a meeting duly called and held on the 5th day of May, 1994. RESOL VED: "That the facsmule or mechamcally 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. [ have hereunto subscribed my name and affixed the corporate seals of the said Companies, thiS _ 1 7TH_ day of OC'rOBE~___n 2005 Gfd~ Assistant Secretary Cl@ ~ 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 You 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 TmS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S8543f(TX) (08/011 o 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 of loss 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 A vailabilitv 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 ofthe Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: to be an act of terrorism; -I to be a violent act or an act that is dangerous to human life, property or infrastructure; :~ 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 title 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 c.J'I\..l.I'It:.t:.~ l. f\kI PAGE 28/321 Ihe unders1gneq hereby deolares that he haa visited the site and has carefully examined the plans, specifications anQ contract documents relating to the work covered by his .bid or bid~1 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 nob.fication of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) tor the faithful performance of this contract and a Payment Bond (a! required) to ineure payment for all labor and materials. The bid bond .!ttached to this proposal, in the amount of 5% at the highest amount bid, is to become the property of the City of Corpus Chri~ti in the event the contract and bonds are not execut~d within the time above set forth as liquidated da~ages for the delay and additional work c~u~ed thereby. Minorieyt.Hinority Business Enterprise Par~icipation: The apparent low bidder shall, within f1~~ days of receipt of bids, submit to the City Engineer, in writing, the names .!nd addresses of MBE f1rms participating in the contract and a description of the work to be performed and its dollar value for b~d evaluation purpo~e. NWDber of S.:I.gned Sets oE Doouments: The contr.!.ct and all bonds will b@ prepared in not less than four oountel'part (original signed) sets. I' 'l'iaIe of Ccapletion; The undersigned agrees to complete the work within 150 caleDdar dayS from the date designated by a Work Order. 7he undersigned further' deelare.s that he will provide all necessary tools and ~pparatus, do all the work and furnish all materi~ls and do everything required to carry out the above mentioned work covered .by thi~ proposal, in strict accordance with the contract documents and the requirem~nt$ pertaining thereto, for the sum or sums abOve .set forth. number> : is acknowledged (addend.a R.,pectfully submitted: i / r SEAL - IF SIODER IS a Corporation) By: Addres.!!l: NO~: Do r.ot detach bid from oth~r pepers. ~tll in with ink 'nd Submit CO~pl~Ce with attach@c p~p~r!. ~S&D ~~OPOSAL FORM PaQ"e <0 of 2:1 Jl.ddcndllm No. 1 CR~V~~ea Au~u~t 2003) ADDI!NDUM NO. 1 ATTACHMENT NO. II PAGE 20 OF 22 ~::, Ij,,~ :I::Jt1 ENG INEER: I-lG PAGE 29/30 R CITY OF CORPUS CHRISTl DISCL.OSURE OF INTERESTS City of Corpus Christi Ordbwnce 17112, .. amended, requlm .,lpenlOn, or firms seeking to do busIness wIIh h CIty ia provide the following InformMlon. !!wry qa,octJon rnuK be anSWOmd. If the question" not appl'-ble, _newer with I'NA". FIRM NAME _l<, ~ L~l€. ~ , '1\.(' STREET: ~\ c:::toL.t2~(1)J R'::) CITY:CQlt.~ ~n ZIP: -'40., FIRM Is: 1. Corpol'lltlon ~ 2. Plrtnerlhlp 3. 801e Owner 4. Assoclation..- $, Othor DISCL.OSURE QUESTIONS If acklltlonal spac;e is necesaary, please use the ...VI,.. aldo of thl. page or Ittach separate lS.....t. S" the names of elch "employee" of thE' City of Corpus Christi having en .ownership interesr constluting 3% or more of the ownership In the above named -rlrm". Name Job TlUe and City DePlrtment (if known) \-J j A- 2. State the names of eactt .offlofal. of tile City Of Corpus ChrIsti having an 'ownel'ihlp Int.resr constituting 3% or more of the ownership In the Ibove named "tirm" Nama Title f'J J nr i' 3. State the nam. Of .ach "boElr'd member" of the City of Corpus Chri8ti havfng an "ownership interest" constituting 3% or more of the ownership In the above namecl "firm", Nlme Boai'd. Cornl1ll..lon or C/)mmiltee ...,. / I>r " 4 St8te the names of elIeh empl~ or o1'l'lcer of a "consultanr for tM City of Corpus Christi Who worked on 8ny matter rel81ed to the subjeot of this contraot end has en .ownershlp Interest" constituting 3% or more of the ownership in the above n&mf!d "firm", Herne Consulblnt rJ)A- CERTIFICATE I certify that all Informaaon provicled 'e true Ind correct .. of the dtrIie of '&hI. atatement. that I have not knowInlli withheld dlsalOlure of any infonnatfon raqu.....; and that sUppl8IMntal atItItrIe,* wfll be pro...." aultmlletd to the City of Corpus Christi, Texa. _ Chang_ oocur. Certifyfng Pereon:.LrN\C(S f.... y /)~ b I ~ _ntlo: Jr~ S' J cl E.l'\ i (Type t) Slgnatun of Certifying P....on: ~ 10 "'14-"bC; ----'" ADDENDUM NO.1 ATTACHMENT NO. II PAGE! 21 OF 2~ ""....<< o..Ja;.\.--J;,JU.. t.NlllNl:.E:.R I ~ PAGE 3El/3a DEFINITIONS I. "8oIiftl Member". A member of an1 board, commission or committee appointed by the City Council of tho City of CorpUI Chrtltl, Toxas. b. "Employee". Any pttl'lOn employed by the City of Corpus Chrfstl, Tex.., lither on a full or part time batla, but not...1'I Indepenclent contractor. . c. '.Flrm"'. An1 .n_ operllt8d for ICOnomlc gain, wh<<hw pt'OtHsional, Indu.tri81 Dr commercial and whither .ltIIblllhld to produce or deal with . product or aeMotIf, Including but not limited to, entItl.. operated in the form of 801e praprietorwhlp, as HI -employed P",.on, ~rtn...h/p, carpol"ltlOn, 'oint stock company, JOint Venture, recelWl'8h/p or trust and entltl.. which, for pUrpMec of IJqtlon, are trHted 88 non-profit organ/ZIItlons. d. "OffIcial". The Mayor, members of the City Council, City ManaR"'" 09puty City Man.ger, Assl"'nt City _Mgo", Dep.rtment and D/vicion H..de and MunICipal Court Judges of the City Of COrpul Christi, Texas, .. "OWnership InteMr'. Logar or fquitable Interest, whether .ctuall)' or constructively held. in a finn, Including when .ucT; Intereet Is held through an agent, trust, ....te or holding entity. '.eonwucilvely held" IlIfwrs to holding or control .stabllshed thl'Ough votfng tRl8t8, proxies Of specJal"nne of ventu re Or pIIrt"~hlp .grMmOnt8. f. "Consultant", Any p.~on or ftrm, such .. engi...l'S and arohltect8, hired by the City of Corpu. Chrleti for the purpose of profesSional consultation and recommend.tlon. I' ItIVtUl:l l'1l0POSAL rOAM PilQC 2~ of 2:;; Jl,~ndum ~o, l ADOf!NDUM NO, 1 A'1"tACHMENT NO. II PAGe 22 OF 22 ACORD~ CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) KINGI-5 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 L ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PRODUCEP Swantner & Gordon Ins. Agency P. 0 Box 870 Icorpus Christi rx 78403-0870 ~hone 361-883-1711 Fax: 361--844-0101 I INSURED I I Kinq- Isles L Inc '" 1641 Golds"t.on Corpus Christi TX 78409-2800 INSURERS AFFORDING COVERAGE INSURER A: Am. Cas. Co. of Reading INSURER BU. S. Fire Insurance Co. --_.- ..----...----- . I~SU~~"'_c~ Valley For e Insurance CO. INSURER D Texas Mu tual Insurance Co. NAlC# 20508 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY 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. i-- ~~_. POL;CY~UMBE~--- I ~ATE MM/DDNY Plf'wETIMM/OOiYYi' I L TR .NSRa TYPE OF INSURANCIT GENERAL LIABILITY V LIMITS X COMMERCIAL GENERAL LIABILITY C2070920801 OS/26/05 EACH OCCURRENCE OS/26/06 'PREMISEs (Ea occurence) MED EXP (Anyone person) v/ PERSONAL & ADV INJURY GENERAL AGGREGATE '\ PRODUCTS-COM~OPAGG $1,000,000 $ 100,000 $5,000 $/1,000,000 $2,000,000 $2,000,000 IA I I I '.:LAIMS MADE X OCCUR / v i ~i , .,EN'L AGGRE13~E ~~~~ AP[PlIE:, PER , , POLICY, . JECT ~J LOC ~'I AUTOMOBILE LIABILITYv' I C : X ANY AUTO C2070920894 I ALL OWNED AUTOS I I i I I X HIRED AUTO~ i j ~ I ! X . NON-OWNED AUTOS I f ..1 WX !MCS_~Q.. Inc!':1_d~d i- I : GARAGE LIABILITY ANY AUTO f OS/26/05 OS/26/06 COMBINED SINGLE LIMIT (Ea accident) ,~,ooo,OOO SCHEDULED AUTOS v y"" BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) I PROPERTY DAMAGE $ (Per accident) I EACH OCCURRENCE AUTO ONLY - EA ACCIDENT $ EA ACC $ AGG ~.- ~ $ 5,000,000 $ 5,000,000 $ $ $ -- B t~XCESSlUM8RELLA LIABILITY v'- IX OCCUR CLAIMS MADE OTHER THAN AUTO ONLY: 5530873923 V OS/26/05 OS/26/06 ,,/ AGGREGATE DEDUCTiBLE -- 'X ,RETENTION $nil WORKERS COMPENSATION AND EMPLOYERS' LIABILITY o ANY PROPRIETORlPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ~P~tl~tS~~~~S~crNS be' ow OTHER ./ SBP0001037428 OS/26/05 OS/26/06 ITORYLlMm31 IUJ~- EL EACH ACCIDENT EL DISEASE - EA EMPLOYEE EL DISEASE - POLICY LIMIT $ 1000000 $1000000 $ 1000000 CI..A.SSES 5606. 8809 8810 ! /' v' I I I DESCRIPTION OF OPERATIONS J LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: Minor Storm Drainage Improvements Group "B" Projects - River /' Canyon Area (#2240), Glenoak/Flour Bluff Drive (#2184), Tanglewood/Bonner (#2255 ) CERnFICA TE HOLDER City of Corpus Christi Engineering Services Attn: Angel R. Escobar Po Box 9277 Corpus Christi TX 78469 (/ CANCELLATION C I CO-C1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO~HE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS 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, AU 0 REPRES 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 (2001108) CERTIFICATE HOLDER: City of Corpus Christi The CLty of Corpus Christi LS named as Additional Insured on General Liability and Auto Liability policies. Waiver of Subroqation as required by written insured contract in favor of the Certificate Holder applicable to Workers Compensation, General Liability and Auto Liability. v/ Project: Minor Storm Drainaqe Improvements Group "B" Projects - River Canyon Area (#2240), Glenoak/Flour Bluff Drive (#2184) I TanqlewoOd/Bonner (#2255) COMMERCIAL GENERAL LIABILITY CG20l0100l THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY V/ ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZA TION ThIS endorsement modifies insurance provided under the following: (' COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: v City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P. O. Sox 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 \vith respect to liability arising out of your ongoing operations performed for that insured. S With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2 Exclusions rhis insurance does not apply to "bodily injury" or property damage" occurring after: I ]) 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 ofthe additional insured(s) at the site of the covered operations has been completed; or 12) 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 as pan of the same project Insured: Effective CG 20 10 10 01 King-Isles, Ine /' :::::~~ . Pol# C207092Q801 v Managing Partner Title: Authorized Representative TE 99 OlB -/ ADDITIONAL INSURED ThIS endorsement modifies insurance provided under the following: \,/ BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM Tills endorsement chan Endorsement Effective olicy effective on the ince tion date of the olic unless another date is indicated below: Policy Numbel 5/26/05 / V C2070920894 'r. / King-Isles. Ine Countersigned by Named Insured The provIsions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Chrisl1 Dept. Of Engineering Services \,./ Attn: Contract Administrator P. O. 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 OlB - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 ATTACHMENT 2 20F2 COMMERCIAL GENERAL LIABILITY CG02050196 rHIS END( JRSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY VTEXAS 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 Christl Dept. Of Engineering Services Attn: Contract Administrator P,O Box 9277 Corpus Christi, TX 78469-9277 "l'umber of days advance notice: THIRTY (30) / Named Insured: King-Isles, Inc 'I' Policy Number: C2070920801 V Effective Date of This Endorsement: 5/26/05 ~ ./ Authorized Representative: Name (Printed): R. M, Lee fitle (Printed): Managing Partner CG0205 (01/96) ATTACHMENT 3 10F3 TE 02 02A \(/ CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: v BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the oliey effective on the inception date of the olicy unless another date is indicated below: Endorsement Effective Policy Numbel I 5/26/05 I I Named Insured i I King-Isle~. Inc / / C2070920894 \,</ / .j Countersigned by THIRTY (30) days before tlus 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 .\ttn: Contract Administrator P O. Box 9277 Corpus Chnsti. TX 78469-9277 / Authorized Representative: '// Name (Pnnted): 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) ATT ACHMENT 3 20F3 WORKERS COMPENSA nON AND EMPIJOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7-85) nXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT nus endorsement applies onlY to the lllsurance 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 Number of days advance notice: 30 Notice will be mailed to City of Corpus Christi Department of Engineering Services Attn: Contract Administrator POBox 9277 Corpus Christl, TX 78409-9277 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.) SBPOOOI037428 / Endorsement No. Endorsement Effective: 5/26/05 '/ Policy No. Insurance Company fexas Mutual Countersigned By: ~/ Insured King-Isles. Ine '(' WC 42 06 \I] Name (Printed): R. M. Lee (Ed. 7-84) Title (Printed): Managing Partner A TT ACHMENT 3 30F3