Loading...
HomeMy WebLinkAboutC2005-586 - 10/25/2005 - Approved . 0)1## r l S PEe I A L 2005-586 10/25/05 M2005-374 Ramos Industries PRO V I S ION S r r r S PEe I FIe A T ION S AND FOR M S o F CON T RAe T S AND FOR r t BON 0 S RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT ,.. f ! ,... / r"' VOLUME 1 Prepared By: ,... HDR Engineering, Inc, 4401 West Gate Boulevard, Suite 300 Austin, Texas 78741 Telephone: (512) 912-5100 Fax: (512) 912-5158 ,,..- ... '::>151 Flynn Parkway, Suite 314 Corpus Christi., Texas 78411 Telephone : (361) 857 -2216 Fax: (361) 857-0509 "... FOR CITY OF CORPUS CHRISTI, TEXAS W~TER DEPARTMENT -- Phone Fax: (361) 826-1874 (361) 826 1889 .... , TH' co~'^'-, me",,'N'" M TH," ,"OJ'CT CONS,,,,," o~ l VOLlll'i1': DESCRIPTION 1 SPEC. PROV., Gt:N PROV., WAGE RATES, GEOTECH REPORTS, AGREEMENT, PERF. BOND, PAY. BOND 2 TECHNICAL SPECIFICATIONS FOR PUMP STA., PIPELINE, AND DISCHARGE STRUCTURE PLANS FOR PUMP STA., PIPELINE, AND DISCfLo.RGE STRUCTURE TECHNICAL SPBcr FICA1 IONS FOP HONDO CREEK .J BRIDGE PLANS FOR HONDO CREEK ,'RIDGE f FlZOJECT NO: 8416 l DKAW~~G NO: WTR339 :'0.,,'\\\\\\ mIll/II ~ ,f. Of' h 11.1 ~ s'\.t:. '*" , ". ~'~""J' (0/ ---, '*,% ~~ *.- . " ~ ~- *:' ".* ~. ....-" -.. ~ 4. .04..00 0 ~.. O' 04_ ~ ~ , , , .C:~~~. ~: . ~~Y~I~ . , .. ~ -:;; '. 46706 :::: 0-0' ,~__. ~ ~',1' ~<).'':::::- 0. 0", /~~s f.~," _-:?' II; ~s . , . . . '-' //;, ,s 10 L (r III /' 1/,7/0( 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: 880-350] To: ALL PLAN HOLDERS Date: October 10, 2005 From: (' Angel R. Escobar, P.E. /./~ ~/~ Director of Engineering rrl;,~{ Pages: 30 (including cover sheet) Subject: Rincon Bayou Diversion Project-Intake Pump Station, Diversion Pipeline and Discharge Structure, Hondo Creek Bridge Replacement Project No. 8146 Addendum No.4 Comments: This fax transmission contains the signed, sealed addendum from HDR Engineering, Inc. The addendum modifies the Table of Contents in Volume 1 and the Technical Specifications in Volume 2. 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 .. Corpu~ =:or = ChrIstl ADDENDUM NO.4 ~~ October 10, 2005 TO ALL PROSPECTIVE BIDDERS PROJECT RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE, HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8146 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 not specifically affected by this addendum shall remain unchanged. I. VOLUME 1. SPECIA&,. PROVISIONS. GENERAL PROVISIONS. WAGE RATES. GEOTECH REPORTS. AGREEMENT. PERFORMANCE BOND. PAYMENT BOND and VOLUME 2. TECHNICAL SPECIFICATIONS ADD: The attached sheets to the Table of Contents: Responsible Engineer Sealed Pages Nos. 3. 4. 5.6 (see Attachment No. 1A-1D). II. VOLUME 2. TECHNICAL SPECIFICATIONS A. DELETE: Section 11073 in its entirety. ADD: The REVISED attached Section 11073 (see Attachment No.2). B. DELETE: Section 13440 in its entirety. ADD: The REVISED attached Section 13440 (see Attachment No.3). C. DELETE: Section 13442 in its entirety. ADD: The REVISED attached Section 13442 (see Attachment No.4). D. DELETE: Section 15100 in its entirety, ADD: The REVISED attached Section 15100 (see Attachment No.5). E. DELETE: Section 15106 in its entirety, ADD: The REVISED attached Section 15106 (see Attachment No.6). Engineering Services P.O. Box 9277 . Corpus Christi, Texas 78469-9277 . (512) 880-3500 ADDENDUM NO.4 Page 1 of 2 RINCON BA YOU DIVERSION PROJECT INTAKE PUMP STA T/ON, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8146 ADDENDUM NO.4 OCTOBER 10,2005 Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO 4 Iii '?'\,~:~~~4J' *,' ~,* API. E CPLJ, I <~> --Q '. 46706 ,.'cc- _::;- /, .p. ,1>(, <,.",'","'~:::- :';',0",'" G I SH,\l.,' ',-.:- _..:;:-( "<>/~~,S,~'ONAl,', '~,t~---:S-10 '-li(! t\\l\\i'll{liJl ~ ATACHMENTS: No. 1A-1D. Additions to Table of Contents No.2. Revised Section 11073 No.3. Revised Section 13440 No.4. Revised Section 13442 No.5. Revised Section 15100 No.6. Revised Section 15106 L/P Carl E. Crull, P.E. Vice President HDR Engineering, Inc, ADDENDUM NO.4 Page 2 of 2 Engineering Services P,O, Box 9277. Corpus Christi, Texas 78469-9277. (512) 880-3500 Technical Specifications Sections 01060, 01062, 01340, 01560, 01600, 01601,01640,01650,01710,01800,02050,02110,02200,02221,02260, 02270,02271,02444,02515,08305,09905,10520,11005, 11060, 11065, 11073,15060,15061,15070, 15090,15100,15103, 15106, 15114, and 15115 have been prepared by HDR Engineering, Inc. /'9 c~~~~~\ ~ -...-.; OF.,. '\ ,::~~,~,""'..f-t- ". t'O - 1-0 '? - r:'-.' * ....., ~\ : --,/~.' .' 4.....\5" ~ *'''' f~ -. '* ? ~: ", 'It f"HENRY'H"BENjESJ~ .. -z..., -" ....... , ,. .~ \I.t\..p.... 28070 ~ .:;~:J , '" . ....." r.. ../..- '. -!' :'..-:iSTE. ~..; "..e;f IIS'S/ .......'t,'-G- \\\ ONAl f~....,_-- ""","'......, 090'79-014-036 City of Corpus Christl Rincon Bayou Diversions Project - November 2002 Table of Contents - 3 ADDENDUM NO.4 Attachment No. 1A Page 1 of 1 Technical Specifications Sections 02361, 02373, 03002, 05120,05410, 05505, 05522, 07412, 07600, and 07900 have been prepared by HDR Engineering, Inc. ""'''\.'''''''''' ........ 0 F 1. 't,. ....f. ~ ~"""''''!../'4>f. : ~"'..,. * ....oJ I, : * ..-- ,...* '., i*-/ \* \ : ....:................................ ~ ~ CARMEN 8. ABAD"flTTS ~ ~ .........................~.....-..:....: -:.::. - ;~: ~..~.....1l 61204 ~~...~f",f .... ~".f:.G 1ST t ~....~.: ~ ffj1!,~-j' ...........(_"'~ _- f,. IImiAV~-. "'~..~ IU5.c€. 090'79-014.036 City of Corpus Christi Rincon Bayou Diversions Project. November 2002 Table of Contents. 4 ADDENDUM NO. 4 Attachment No. 18 Page 1 of 1 ... Technical Specifications Sections 13440, 13441, 13442, 16010, 16060, 16120, 16130,16132,16135, 16140,16285,16441,16442,16443,16460, 16490,16491,16492,16493, and 16500 have been prepared by HDR Engineering, Inc. ""..~"'''-\\\i'~" .,;:-..:l" ~ 0 F r ~ "t ;;..( ~-<.,.,"~........ ..r~1f~ ."i;" r_"'.... ~ ....:'c.P "1, ,,, -",' ~r '.Jw~' :.: 1t ... ~ .... ~ ~;:.-. 't! *-:' , ~* ;! p>."........ ..... ................ ........1/, .~ DAVID F. GESINGER i ,,,"'" .........-....--.-...............-f! :i.., 52 2 ~ ~~...,;; a"~\:~<.:~~. T. ~\'.~~../ .,i/ r' '..-,~ .~.. , , ".'. ! /!'!. ..." ,. .' /.' 's c. '" "- r'- '.-,".:, -.:;;.:..'". / I-It ---02- 09079-G 14.036 City of Corpus Christi Rincon Bayou Diversions Project . November 2002 Table of Contents - 5 ADDENDUM NO.4 Attachment No. 1C Page 1 of 1 Technical Specifications Sections 02930 and 02931 have been prepared by Robert Gignac, Landscape Architect. 09079.014.[)36 City of Corpus Christi Rincon Bayou Diversions Project. November 2002 Table of Contents - 6 ADDENDUM NO.4 Attachment No. 10 Page 1 of 1 - - - - - - - - - - - - - - - - - - - - - - - - - -. - - - - - - - - - - - - - - - - - - - - - - - - - ~ 02AI4 SECTION 11073 PUMPING EQUIPMENT: MIXED FLOW, SUBMERSIBLE TYPE ~ PART 1 - GENERAL 1.1 SUMMARY " A This SectIOn includes custom engineered, heavy-duty raw water pumping units of the mixed flow, submersible type. Each pumping unit (3 total) consists of a vertical submersible non-clog I; pump directly coupled to a submersible electric motor complete with submersible power and control cabling, pump can and base plate, discharge header, and all other necessary '" appurtenances to provide a complete pumping system. B Related SectIOns mclude but are not necessarily limited to: I.:' 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. I : 2. Division 1 - General Requirements. 1 .. 3. Section 11005 - Equipment: Basic Requirements. ] .:. 4. Section 11060 - Pumping Equipment: Basic Requirements. j(, 1.2 QIJALITY ASSURANCE ]- 1 ~ ]9 20 21 ')) L~ 2~ 24 2' 26 2 2::< 2'1 30 3 3:1 3.' A Referenced Standards: 1. American Iron and Steel Institute (AISI): a. Steel Products Manual. 2. American National Standard Institute (ANSI): a. BI6.1, Cast-Iron Pipe Flanges and Flanged Fittings, Class 25, 125,250, and 800. 3. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A53, Standard Specification for Pipe, Steel, Black and Hot Dipped, Zinc-Coated Welded and Seamless. c A108, Standard Specification for Steel Bars, Carbon, Cold Finished, Standard Quality. d. A582, Standard Specification for Free-Machining Stainless Steel Bars. e. B505, Standard Specification for Copper-Base Alloy Continuous Castings. f B584, Standard Specification for Copper Alloy Sand Castings for General Applications. 4. Hydraulic Institute Standards for Centrifugal Rotary and Reciprocating Pumps (HI). B Qualifications 1. The pump manufacturer shall have, as a minimum, 10,000 heavy-duty submersible mixed flow pumps mstalled and operating for no less than five (5) years in the United States. 34 1.3 UNIT RESPONSffilLlTY AND COORDINATION 3~ A All equipment that constitutes the pumping unit, as specified or referred to under this Section, is 36 to be furnished by the pump manufacturer. Assign responsibility to the pump manufacturer for 3 -. the adequacy and compatibility of all pumping unit components, and design coordination of the 3x pumpmg unit components such that all equipment is capable of achieving the performance 3LJ requirements specified. 4( I B Coordinate the purchase, testing, installation, and startup of the pumping units. 41 1.4 SVBMITT ALS 4~' A Procedures: See Section 01340. 4'::, B Shop Drawings: 44 1. See Sections 11005 and 11060. City of Corpus Chnsti Rincon Bayou Diversions Project - June 2005 11073 - 1 ADDENDUM NO.4 Attachment No.2 Page 1 of 4 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ~ 2. -t ~ h 4. " s. ,) 6. 10 " ! ~/ 20 21 ~'1 -+ Submit detailed drawings showing complete installation of pumps, pump cans, and horizontal discharge pipe including anchorage of can to concrete deck, special required anti- vortex plates and cones or other features, and anchorage of horizontal discharge pipe. Submit calculations for the pump can design which include the natural frequency of the pump can and the pump rotative speed. Certificate stating the pump can natural frequency is 2.5 times the rotative speed of the pump. Submit wifing diagrams and detailed electrIcal data. Performance curves developed for the specific application. Indicate speed, capacity, suction and discharge pressure, efficiency and brake horsepower for specified conditions. The manufacturer shall indicate on the performance curve as to the limits recommended for stable operation. Plot NPSH required on the same performance curve. 7. Certified copies of all material and performance test reports. 8. Certificate stating that the pump, motor, and power and control cables are FM and/or UL approved, or are approved by an accepted testing laboratory approved by the State of Texas. 9. Certificate stating that the power and control cable shall have a TC rating for cable tray mstallation engraved on the cable jacket. 10. Printed warranty for the proposed equipment. II. Location and description of service centers and spare parts stock. 12. Typical installation guides. 13. Manufacturer's Start-Up report form. ( . Operation and Maintenance Manuals: I. See Section 01340 {, 24 1.5 SERVICE 2:' 26 r 2~ A The pump manufacturer shall have an authorized factory service center, capable of completely servicing the proposed pumps, located within Texas. B The pump manufacturer shall have the capability of providing a qualified factory trained repair person to the pump station site within six (6) hours of request by the City of Corpus Christi, TX. 29 1.6 WARRANTY 30 3! ....,-..., , . 3' 34 3 '. 3{l A The pump manufacturer shall guarantee in writing the units supplied to the City of Corpus Christi against defects in material and workmanship for a period of at least five (5) years or 10,000 operating hours for the pump and motor under the operating conditions specified. B Guaranteed performance: If equipment fails to meet the performance requirements specified herein, the City of Corpus Christi may, at their option and at no additional cost, require the equipment to be modified or replaced with equipment that does meet the specified requirements. All changes necessary to meet the specified performance requirements shall be made at no additional cost to the City of Corpus Christi. 3:-: 1.7 SHIPPING 39 40 4 42 4.: 44 A Ship pumping units to the site in enclosed containers in a manner designed to protect the pumping units against damaging stress caused by sudden acceleration or deceleration. The exposed ends of the submersible cables shall be wrapped to prevent water intrusion. B Fit each pump with an impact indicator prior to shipment. The impact indicator shall consist of two sets of spring-loaded steel balls nested within a clear plastic housing. Set the indicator to release at a force of 109's in any direction. 4' PART 2 - PRODUCTS 4(; 2.1 ACCEPTABLE MA~FACTURERS (, City of Corpus Christi Rincon Bayou Diversions Project - June 2005 ] 1073 - 2 ADDENDUM NO.4 Attachment No.2 Page 2 of 4 to, - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ~ A Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Heavy duty. mixed flow, electric submersible pumps. a. lTT Flygt. b KSB. B The pump, mechanical seals and motor shall be from the same manufacturer. Submit requests tor substitution in accordance with Specification Section 01640. " 2.2 MATERIALS q Ip I ] 2 I' 14 I ~ l(1 l~ I k II) 2(! "., ..:...1 .,-, A All Pumps, Submersible, close-coupled: 1. Pump shaft: ASTM A572 Grade 50, isolated from pumped liquid or 329 stainless ifnot isolated 2. Volute: Cast iron, ASTM A48, Class 35B. 3. Impeller: Cast iron, ASTM A48, Class 35B. 4. Exposed nuts, bolts, and studs: Stainless steel, Type 304. 5. Wear rings: a. Rotating: Stainless steel, ASTM A320 Type 316. b. Stationary: Leaded red brass or Nitrile rubber coated steel. 6. Lubricant plug: Stainless steel, Type 304. 7. Cable entry grommets: Nitrile rubber. 8. O-ring: NitrIle rubber. 9. Motor cable Chloroprene rubber. 10. Mechanical shaft seals: Corrosion resistant, Tungsten carbide. 2.~ B Pump cans and horizontal discharge pipe: 24 1. Minimum wall thickness: 3/8 IN. 2" 2. Hot-dip galvanize interior and exterior of suction can per ASTM A53. 26 3. Pump supplier shall coordinate pump/can connection details. r 4. Pump can natural frequency shall be 2.5 times the rotative speed of the pump. 2k ( Antivortex baffle plates and cone: 29 1. Designed and installed per manufacturers recommendations for pumping conditions and the 30 pumps provided. 3 1 2. Embedded anchors and hardware: stainless steel. 32 3. Baffle plate and cone: hot dipped galvanized steel. 31 2.3 EQUIPMENT 34 3<; 36 1" 38 39 40 41 42 43 44 45 46 4" 4K 49 50 51 A Performance and Design Requirements: 1. Submersible mixed flow pumps (total of three pumps required): a. Design condition: 22,600 gpm at 37FT TDH with minimum pump efficiency of 80 percent. b. Secondary condition: 26,400 gpm at 25.5 FT TDH with minimum pump efficiency of 72 percent. c. Minimum shutoff head: 44 feet. d. Pump configuration: Submersible, close-coupled. e Maximum pump speed: 710 rpm. f. Minimum ambient temperature rating of motor: 104 DegF. g Nameplate driver horsepower: 285 (maximum HP at 104 DegF). h. Drive type: Constant speed, but capable of use with VFD inverter. I. Minimum solids passage: 4 IN. J. Net positive suction head required (NPSHR): 23 FT at 39 FT TDH, 27 FT at 27.5 FT TDH. k Pump diameter: 48 IN. L Discharge head: Submerged. m. Pump can diameter: 48 IN. City of Corpus Christi Rincon Bayou Diversions Project - June 2005 11073 .3 ADDENDUM NO.4 Attachment NO.2 Page 3 of 4 -------------------------------------~ n. Horizontal discharge pipe diameter: 36 IN. 2. See Section 11005 for electric motor requirements for submersible pumps. 2.4 ACCESSORIES -I \ ~ K. /) ( .'\ '} :0 D. See Section 11 (J60. .f Pump cans and horizontal discharge pipes: Provide complete installation including can, base plate, horizontal pipe and anchorage of can to concrete deck. Power and Control Cables: Provide sufficient length of waterproof, UV resistant cable as indicated on the Drawings for each pump to extend beyond can cover to connect to splice panel. 1. Install Kellem stress relief sleeve over cable from can cover to disconnect. 2. Cables shall have a TC rating and be suitable for installation in cable tray. Antivortex baffle plate and cone: Designed and installed per manufacturers recommendations for pumping conditions and the pumps provided. Anchor bolts provided to secure the baffle plate and cone assemhly in place. Anchor bolts should permit replacement of the anti vortex assembly. /- Motor control equipment shall be furnished under Division 16. ~ 2.5 FABRICATION J h A Design pumps to operate without damage during reverse rotation due to return of water through column. ] X B Support weight of rotating assembly and thrust on motor bearings. ] 9 ( . FabrIcate discharge head with long sweep elbow with minimum of four welded segments. 2 (! D Support pump from baseplate sized to support entire operating pump assembly. 2 i F Fabncate pump cans to support entire pump and motor assembly and thrust loading. 2:2 F Balance impeller statically and dynamically in accordance with HI Standards. 2J (i Pump to be factory primed per manufacturer's recorrunendations. Apply additional coating per 24 section 09905. 2<' H Pump can and all other piping, fittings, etc. to be coated per section 09905. 26 No coating is required on stainless steel or hot-dipped galvanized assemblies. J Furnish wear ring system to provide sealing between the bowl and the impeller. n 2.6 MAINTENANCE MATERIALS 29 A Technical manuals for pumps. B Extra Materials: 1. Furnish Owner with one complete repair kit for each pump containing seals, bearings, 0- rings, cable, cable grommet, and oil needed for routine disassembly and reassembly. 30 31 32 33 PART 3. EXECUTION 34 3.1 INSTALLATION 3:; A. See Sections 11005 and 11060. 36 3.2 FIELD QUALITY CONTROL 3- A See Sections 11005 and 11060. 3S END OF SECTION City of Corpus Christi Rincon Bayou Diversions Project - June 2005 1]073 - 4 ADDENDUM NO.4 Atlachment No.2 Page 4 of 4 o 2A 14 SECTION 13440 INSTRUMENTATION FOR PROCESS CONTROL: BASIC REQUIREMENTS -1 PART 1 - GENERAL (, " u ]i! Ii ] 2 J ~ ]4 1.1 SUMMARY A Section Includes 1. Basic requirements for complete instrumentation system for process control. B Related Sections mclude but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 10400 - Identification, Stenciling, and Tagging Systems. 4. Section 11005 - Equipment: Basic Requirements. 5. Section 16010 - Electrical: Basic Requirements. 6. Section 16120 - Wire and Cable - 600 Volt and Below. ]" 1.2 QUALITY ASSURANCE ]I) ] 18 19 20 21 22 2 ' 24 2.~ 26 r 2:-1 29 30 31 32 3' A Referenced Standards: 1. The Instrumentation, Systems, and Automation Society (ISA): a. S5.1, Instrumentation Symbols and Identification. b. S5.2, Binary Logic Diagrams for Process Operations. c. S5.3, Graphic Symbols for Distributed ControVShared Display Instrumentation, Logic and Computer Systems. d. S5.4, Standard Instrument Loop Diagrams. e. S20, Standard Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves. f. RP7.l-56, Pneumatic Control Circuit Pressure Test. 2. National Institute of Standards and Technology (NIST). B. Miscellaneous: 1. Comply with electrical classifications and NEMA enclosure types shown on Drawings. C Qualifications: 1. InstrumentatIOn subcontractor: a. Experience. 1) Have satisfactorily provided a control system for a minimum of five projects of simIlar magnitude and function. 3:; 34 1.3 DEFINITIONS A Calibrate: To standardize a device so that it provides a specified response to known inputs. 36 1.4 SYSTEM DESCRIPTION 3^' 38 39 40 41 42 4~ 44 A Control System Requirements: 1. This Specification Section 13440 provides the general requirements for the instrument and control system. 2. The instrument and control system consists of all primary elements, transmitters, switches, controllers, computers, recorders, indicators, panels, signal converters, signal boosters, amplifiers, special power supplies, special or shielded cable, special grounding or isolation, auxiliaries, software, wiring, and other devices required to provide complete control of the plant as specified in the Contract Documents. City of Corpus Christi Rincon Bayou Diversions Project - June 2005 13440 - I ADDENDUM NO. 4 Attachment No.3 Page 1 of 5 B Unless otherwise required for instrument compatibility, electric control signals shall be 4 to 20 mA, 24 V DC. All signals shall be directly linearly proportional to measured variable unless specifically noted :t otherwise. l.t 1 :, D Single Instrumentation Subcontractor: I. Furnish and coordinate instrumentation system through a single instrumentation subcontractor. The instrumentation subcontractor shall be responsible for functional operations of all systems, performance of control system engineering, supervision of mstallation, fmal connections, calibrations, preparation of drawings and operation and maintenance manuals, startup, training, demonstration of substantial completion and all other aspects of the control system. 2. Ensure coordination of instrumentation with other work to ensure that necessary wiring, conduits, contacts, relays, converters, and incidentals are provided in order to transmit, receive, and control necessary signals to other control elements, to control panels, and to receIving stations. 1(, 1.5 S UBMITT ALS ] S ]9 )() , , ! 22 1.. i; 24 25 26 L' 2X 29 ~o ~ I J~ "!-j , , 34 3~, 36 ,"' 3i\ 39 40 41 42 4,' 44 4:-> 46 4-' 4S 49 50 5] 52 :; ; A Shop Drawings: 1. See Section 01340. 2. Submittals shall be original printed material or clear unblemished photocopies of original printed material. Facsimile information is not acceptable. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Equipment catalog cut sheets. c. Instrument data sheets: I) ISA S20 or approved equal. 2) Separate data sheet for each instrument. d. Materials of construction. e. Minimum and maximum flow ranges. f. Physical limits of components including temperature and pressure limits. g. Size and weight. h. Electrical power requirements and wiring diagrams. I. NEMA rating of housings. J. Submittals shall be marked with arrows to show exact features to be provided. 4. Loop diagrams per ISA S5.4. a. Each loop diagram on a separate sheet. b. Each sheet shall contain the following minimum information. I) All loop devices clearly identified. 2) Identification of the loop and each loop component, including connections to such things as recorders and computers. Numbering and tagging must agree with the P&1D. 3) All interconnections with identifying numbers for: a) Electrical cables. b) Conductor pairs. 4) Identification of connections including: a) Junction boxes. b) Terminals. c) Computer input/output connections. d) Grounding systems. 5) Signal levels and ranges. 6) Device location. 7) Energy sources designating voltage, pressure, and other applicable requirements. 8) Enough process lines and equipment to clearly show the process side of the loop and provide clarity of control action. This includes: City of Corpus Christi Rincon Bayou Diversions Project - June 2005 13440 - 2 ADDENDUM NO 4 Attachment No." 3 Page 2 of 5 .1 a) What is being measured. b) What is being controlled. c) Other information required to complete the process loop. 9) Reference to supplementary records and drawings to show inter-relation to other control loops. 5. Process connected instrument installation details containing the following minimum lllformation: a. Bill of matenals providing as a minimum the following information: I) Tube material and size. 2) COlmection size. 3) Fitting size, material, and rating. 4) Valve type and material. 5) Instrument description. 6) Pipe stand size and material. b. Tube slope requirements. c. Required elevations and dimensions. 6. Comprehensive set of point- to-point wiring diagrams showing all interconnections between packaged systems or equipment control panels, motor control centers, instrumentation and all other electrical equipment as required to depict a complete and functional plant-wide electrical control system. Instrumentation wiring already shown on loop diagrams need not be included on point-to-point wiring diagrams. a. Diagrams shall provide the following minimum information: I) Terminal block identification (includes tenninals on remote equipment furnished by Others). 2) Wire size. 3) Wire type. 4) Wire color. 5) Wire shielding and insulation type. 6) Conductor quantities and associated conduit size. 7) Ground points. 8) Interconnection requirements to existing systems or equipment furnished by Others. b. Diagrams shall be provided on Drawings of sufficient size so as to minimize the number of drawings. I) Maximum drawing size 22 x 34 IN 2) Minimum drawing size: 11 x 17 IN. 7. Electrical schematic control diagrams. Diagrams shall include: a. Terminal identification. b. Unique identification of all control devices and contacts. )) Utilize Owner's device identification numbers where applicable. c. Wire identification. d. Equipment identification. e. Indication of remote and local devices and wiring. f Overcurrent protection indication. g. Voltage h. All control logic. 8. Panel fabrication drawings. 9. Nameplate layout drawings. 10. Drawings, systems, and other elements are represented schematically in accordance with ISA S5.I and S5.3. The nomenclature, tag numbers, equipment numbers, panel numbers, and related series identification contained in the Contract Documents shall be employed exclusively throughout submittals. 11. Certifications. a. Documentation verifying that calibration equipment is certified with NIST traceability. ]il 12 ] ' 1-4 ] -; i 6 I" IX )ll 20 11 )1 r 2-4 2~ 2tl ')~ n 29 30 .-" .' I 32 3' 34 10:.: 36 3 38 39 40 41 42 43 44 45 46 4'" 48 49 SO 5 52 5:' 54 City of Corpus Chnsti Rincon Bayou Diversions Project - June 2005 13440 - 3 ADDENDUM NO.4 Attachment No. 3 Page 3 of 5 iO i 1 -l b. Approvals from independent testing laboratories or approval agencies, such as UL, FM or CSA. Certification documentation is required for all equipment for which the specifications require independent agency approval. 12. Testing reports: a. Source quality control reports. B. Operation and l'vlaintenance Manuals: 1. See Section 01340. 2. Warranties Provide copies of warranties and list of factory authorized service agents. r} " <) 1.6 DELIVERY. STORAGE, AND HANDLING A. Do not remove shipping blocks, plugs, caps, and desiccant dryers installed to protect the instrumentation during shipment until the instruments are installed and permanent connections are made. PART 2 - PRODUCTS 14 2.1 PERFORMANCE .L\.ND DESIGN REQUIREMENTS 15 16 J" A. System Operating Criteria: 1. Performance: All instruments shall perform in accordance with manufacturer's specifications. I X 2.2 ACCESSORIES 19 A ProVIde instruments with manufacturer's identification nameplate showing: 20 1. Manufacturer's model number. 21 2. Manufacturer's serial number. 22 3. Range. L; a. Utilize the same units of measurement as are utilized in the Contract Documents. 24 4. Power supply requirement. 2" PART 3 - EXECUTION 2-: 26 3.1 INSTALLATION 2X 29 30 31 32 3' 34 A Use bottom entry for all conduit entry to instruments and junction boxes. B Install electrical components per Division 16. C Panel-Mounted Instruments: 1. Mount and wire so removal or replacement may be accomplished without interruption of service to adjacent devices. 2. Locate all devices mounted inside enclosures so terminals and adjustment devices are readily accessible without use of special tools and with terminal markings clearly visible. D See Section 16120. 3" 3.2 FIELD QUALITY CONTROL A. See Section 01650. 36 r 3X 39 40 4 42 B Maintain accurate daily log of all startup activities, calibration functions, and [mal setpoint adjustments. I. Documentation requirements include the utilization of the forms located at the end of this section. a Loop Checkout Sheet. b Instrument Certification Sheet. City of Corpus Christi Rincon Bayou Diversions Project - June 2005 13440-4 ADDENDUM NO.4 Attachment No.3 Page 4 of 5 4 l_; ]ii \ I .; i.' I; 14 I Ih IS 19 20 ') "")') 2 2..i 2~: 26 r 2i'- 29 3r~ ..; I Instrumentation Calibration: I. Verify that all instruments and control devices are calibrated to provide the performance required by the Contract Documents. 2. Calibrate all field-mounted instruments, other than local pressure gages, after the device is mounted in place to assure proper installed operation. 3. Calibrate in accordance with the manufacturer's specifications. 4. Bench calibrate pressure gages. Field mount gage within I day of calibration. 5. Check the calibration of each transmitter and gage across its specified range at 0,25,50, 75, and 100 percent. Check for both increasing and decreasing input signals to detect hysteresis. 6. Replace any instrument that cannot be properly adjusted. i. Mark range. date, setpoint and calibrator's initials on each instrument by means of blue or black ink on a waterproof tag affixed to the Instrument. 8. Calibration equipment shall be certified by an independent agency with traceability to NIST. ('ertification shall be up-to-date. Use of equipment with expired certifications shall not be permitted. 9. Calibration equipment shall be at least three times more accurate as the device being calibrated. D Loop checkout requirements are as follows: I. Check control signal generation, transmission, reception and response for all control loops under simulated operating conditions by imposing a signal on the loop at the instrument connections Use actual signals where available. Closely observe controllers, recorders, alarm and trip units, remote setpoints, ratio systems, and other control components. Make corrections as required. Following any corrections, retest the loop as before. 2. Check all interlocks to the maximum extent possible. 3. In addition to any other as-recorded documents, record all setpoint and calibration changes on all affected Contract Documents and turn over to the Owner. F Provide verification of system assembly, power, ground, and VO tests. F Verify existence and measure adequacy of all grounds required for instrumentation and controls. END OF SECTION City of Corpus Christi Rincon Bayou Diversions Project - June 2005 13440 - 5 ADDENDUM NO.4 Attachment No.3 Page 5 of 5 02AI4 SECTION 13442 PRIMARY ELEMENTS AND TRANSMITTERS 4 PART 1 - GENERAL () :'. f) In I 12 l; 14 I" 1t> I ~ 1~ 1.1 SUMMARY A Section Includes: 1. Flow components. 2. Pressure components. 3. Pipe, tubing and fittings. 4. Instrument valves. B Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 3. Section 11005 - Equipment: General Requirements. 4. Section 13440 - Instrumentation for Process Control: Basic Requirements. 5. Section 13441 - Control Loop Descriptions. 6. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 7. Section 15061 - Pipe: Steel. 19 1.2 QUALITY ASSURANCE 20 21 22 2.1. 24 2~ 26 2'" 2~ 29 30 31 ......) ;,.... ~ 34 3' 36 '1- .:> 3x 39 41) 41 42 4' A Referenced Standards: 1. American Gas Association (AGA): a. Gas Measurement Committee Report #3. 2. American Iron and Steel Institute (AISI). 3. American National Standards Institute (ANSI): a. B 16.5, Pipe Flanges and Flanged Fittings. b. BI6.22, Wrought Copper and Bronze Solder-Joint Pressure Fittings. 4. American Society of Mechanical Engineers (ASME): a. B31.1, Power Piping. b. Fluid Meters, Sixth Edition. 5. ASTM International (ASTM): a. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. b. A276, Standard Specification for Stainless Steel Bars and Shapes. c. B16, Standard Specification for Free-Cutting Brass Rod, Bar and Shapes for Use in Screw Machines. d. B88, Standard Specification for Seamless Copper Water Tube e. B124, Standard Specification for Copper and Copper-Alloy Forging Rod, Bar, and Shapes. f B283, Standard Specification for Copper and Copper-Alloy Die Forgings (Hot- Pressed l. g. B453, Standard Specification for Copper-Zinc-Lead Alloy (Leaded-Brass) Rod. 6. National Electrical Manufacturers Association (NEMA): a ICS 6, Enclosures for Industrial Controls and Systems. 44 1.3 SYSTEM DESCRIPTION ('ity of Corpus Christi Rincon Bayou Diversions Project - June 2005 13442 - 1 ADDENDUM NO.4 Attachment NO.4 Page 1 of 6 J .\ The instruments specIfied in this Section are the primary element components for the control loops shown on the Drawmgs and specified in Section 13441. These instruments are integrated with other control system components specified under the 13440 specification series to produce the functional control defined in the Contract Documents. 1.4 SUBMITTALS (\ ,\ Shop Drawmgs. I. See Sections 01340 and 13440. .'\ 13 OperatIOn and Maintenance Manuals: i) 1. See Section 01340. ]0 PART 2 - PRODUCTS I! 2.1 ACCEPTABLE MANUFACTURERS 1:' I ~ 14 A Subject to compliance with the Contract Documents, the Manufacturers listed in the articles describing the elements are acceptable. II Submit requests for substitutions in accordance with Specification Section 01640. ] <: 2.2 FLOW COMPONENTS 16 1 ~ Ix 19 20 21 22 n 24 25 26 2- 28 29 30 31 " , :)L 3.' 34 3"' 36 3""' 3:-; 3<) A Transmissive Type Ultrasonic Flow Meters: I. Acceptable manufacturers: a. Panametrics. 2. Design and fabrication: a. Utilize frequency difference of upstream and downstream pulses to measure flow. h. Shall be unaffected by changes in temperature density, or viscosity. c. Strap-on type transducers. d. Dripproofand capable of temporary submersion for 48 HRS under 15 Ff of head. e. Accuracy::!:) percent of actual flow. 1. Repeatability: 0.3 percent of actual flow above 1 FPS. g. Output signal linearly proportional to flow. h. Integral totalizer Flow meter shall go to preselected fail safe condition upon empty pipe condition. J 4-20 mA isolated outputs into 575 ohms k. Outputs for instantaneous flow and totalized flow L Ambient temperature: 0 to 130 DegF. ill. Power Supply: 117 V AC :loIO percent, 47 to 63 HZ. n. LCD or LED rate of flow on transmitter face. I) Minimum of 2-112 significant digits. 2) Engineering units. o. Shall have MODBUS communications port 3. Schedule: FLOW TAG NUMBER FIT -I RANGE (GPM) 0-75,000 INTEGRAL OR REMOTE TRANSMITTER Remote Transmitter SERVICE Pump Station Discharge Flow SIZE (IN) 60 IN City of Corpus Chnsti Rincon Bayou Diversions Project - June 2005 13442-2 ADDENDUM NO.4 Attachment No. 4 Page 2 of 6 2.3 PRESSURE COMPONENTS A ,~ h " () 10 1 1 ., 14 I "- 1(\ ] JI-, J9 20 2] 22 '), ",--" 2.-+ 2' 26 2"' 28 29 30 31 32 33 34 3:\ 36 r 38 39 40 4) 4~' 43 44 4<; 46 ~ --; ( Pressure Switches: 1. Acceptable manufacturers: a. Mercoid. b Automatic Switch Company. c. United Electric. 2 Materials: a. Wetted switch eJements: 316 stainless steel. 3. Accessories: a. Provide ball valve to isolate pressure switch from source. b. On applications where a pressure switch and a pressure gage are used at the same location, it is permissible to utilize one diaphragm seal to isolate both elements from the process fluid. 4. Design and fabrication: a. Utilize hermetically sealed mercury contact switches. b. Two SPDT contacts rated: J) I amp inductive at 125 V DC. 2) 5 A inductive at 120 V AC. c. Switch set points: J) Below 1,000 psi: a) Set points between 30 and 70 percent of switch rated working range. b) Operating pressure not to exceed 75 percent of switch rated working range. d. Accuracy: Better than 1 percent of full scale. e. Process connection: Minimum of 1/4 IN. 5. Schedule: TAG NUMBER PSLL-2A: -2B; -2C TRIP SEITING 2.0 PSIG PROTECTOR REQUIREMENTS None SNUBBER REQ'D None SERVICE Pump Discharge RANGE o - 25 PSIG B. Pressure Gage: 1. Acceptable manufacturers: a. Ashcroft b. Ametek 2. Materials: a. Bourdon tube, socket, connecting tube: 316 stainless steel. b. Case: Phenolic. 3. Accessories: a. Provide valve at point of connection to equipment and at panel ifpanel mounted. 4. Design and fabrication: a. All components suitable for service at: 1) 250 DegF. 2) The maximum process temperature to which the gage is to be exposed. b Provide viewer protection from element rupture. c Calibrate gages at jobsite for pressure and temperature in accordance with manufacturer's instructions. d Unless otherwise required by codes, provide stem mounted or flush mounted, as required, with dial diameter as follows: PIPE SIZE 1-1/2 IN or less Larger than 1-1/2 IN DIAL SIZE 2-1/2 IN 4-1/2 IN GAGE CONNECTION 1/4 IN 1/2 IN City of Corpus Christi Rincon Bayou Diversions Project - June 2005 13442 - 3 ADDENDUM NO.4 Attachment NO.4 Page 3 of 6 -l e Equip with white faces, black numerals and black pointers. f Gage tapping position to be clear of equipment functions and movements, and protected from maintenance and operation of equipment. Gage to be readable from an accessible standing posItion. g Gage accuracy: 1 percent of full range. h. Select gage range so that: I) The normal operating value is in the middle third of the dial. 2) Maximum operating pressure does not exceed 75 percent of the full scale range. Schedule. '\ 'j 11\ TAU NUMBER PI-2A; -2B: -2C 2.4 PIPE, TUBING, AND FITTINGS DIAL SIZE (IN) 4YzIN SNUBBER REQ'D None PRESSURE RANGE o - 25 PSIG PROTECTOR REQUIREMENTS None APPLICA nON Pump Discharge I': [, 14 I ' Itl ! " A Acceptable Manufacturers: 1. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: a. Tube fittings: 1) Parker CPI. 2) Swagelok. B Submit requests for substitution in accordance with Specification Section 01640. C Instrument Tubing and Fittings: 1. Material: a. Tubing: ASTM A269, Grade TP 316 stainless steel. b. Straight fittings: 316 stainless steel per ASME SA-479 or ASTM A276. c. Shaped bodies: ASME SA-182 F316 stainless steel. 2. Design and fabrication: a. Tubing: I) Seamless. 2) Fully annealed. 3) Maximum hardness: 80 Rb. 4) Free from surface scratches and imperfections. 5) Diameter: 1/2 IN OD unless specified otherwise. 6) Wall thickness: a) Meet requirements of paragraph 122.3 of ASME B31.1. b) Minimum 0.049 IN for 1/2 IN OD tubing. b. Fittings: 1) Flareless. 2) Compression type. D. Instrument Piping 1. For applications where the instrument is supported solely by the sensing line, (e.g. pressure gauge directly mounted to process line) utilize piping as specified below. a, Diameter: 1/2 IN unless specified otherwise. b Schedule 80. c 316 stainless stee I. IS 19 20 21 22 2.~ 24 2~ 26 r 2:<: 29 30 3 32 33 34 3:' 3h r 3X 3<) 40 4] 4:' City of Corpus Chnsti Rincon Bayou Diversions Project - June 2005 ]3442 - 4 ADDENDUM NO.4 Attachment No.4 Page 40f 6 2.5 INSTRUMENT VALVES -l A Process instrument multi-valve manifolds, isolation, vent and blow-down valves: I. Acceptable manufacturers: a Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1) Whitey Co. 2) Anderson-Greenwood USA, Inc. h. Submit requests for substitution in accordance with Specification Section 01640. 2. Materials: a. Packing 1) 450 DegF and above: Graphite. 2) Below 450 DegF: Graphite or Teflon. h. Body: 316 stainless steel per ASTM A479. c. Stem: 316 stainless steel per ASTM A276. d. Ball: 3] 6 stainless steel per ASTM A276. e. Support rings: 316 stainless steel per ASTM A276. f Seats: 1) Metal: a) 316 stainless steel per ASTM A276. 2) Soft: a) Teflon, Delrin, or equivalent. b) Only utilized on applications where manufacturer's temperature and pressure ratings exceed process design conditions. 3. Design and fabrication: a. Either of the following: ]) Ball valve with 1/4 turn activation. 2) Free-swiveling ball stem. b. Provide body wall thickness sufficient for process design conditions per ASME B3] .1. e. Temperature: Manufacturer's temperature rating for all components shall exceed process design conditions. h x t) ]0 It 12 ]~ 14 I" 16 1 ~ !~ 19 2{i 21 22 'J' ..:....' 24 2~ 26 T 28 29 30 3 J j....!., 32 2.6 ACCESSORIES 34 ~" 36 38 39 40 41 42 4i 44 4~ 46 47 48 49 5f) ". - I 5~~ A Furnish all mounting brackets, hardware and appurtenances required for mounting primary elements and transmitters. 1. Materials, unless otherwise specified, shall be as follows: a. Bolts, nuts, washers, expansion anchors: 316 stainless steel. b. Mounting brackets: 1) Standard: 316 stainless steel. 2) Highly corrosive areas: Aluminum. c. Mounting plates, angles: ] ) Standard: Carbon steel. 2) Corrosive areas: Aluminum. d. Instrument pipe stands: I) Standard: Hot-dip galvanized 2 IN schedule 40, ASTM A106, Grade B carbon steel. 2) Corrosive areas: 316 stainless steel. B. Provide handheld communicator compatible with all intelligent transmitters furnished. Hand held communicator shall provide capability to check calibration, change transmitter range, and provide diagnostics. If these features are provided with the intelligent transmitter, the hand held communicator is not required. C Cable lengths between sensors and transmitters shall be continuous (without splices) and as required to accommodate locations as shown on Drawings. (; 1 City of Corpus Christi Rincon Bayou Diversions Project - June 2005 13442 - 5 ADDENDUM NO. 4 Attachment No. 4 Page 5 ot6 PART 3 - EXECUTION 3.1 INSTALLATION 4 A. Install products IU accordance with manufacturer's instructions. B Install instrument mounting pipe stands level and plumb. Instrument Valves: I. Orient stems for proper operation. 2. Install arrays orderly and neat in appearance with true horizontal and vertical lines. 3. Provide a minimum of 2 IN clearance between valve handle turning radii where there are multiple valve handles appearing in a straight line. 4. Valves shall have bonnets and any soft seals removed during welding or soldering into the line. When cool, reassemble the valves. 5. Support each valve individually. The tubing system does not qualify as support for the valve. ~ h ~ q U 14 i .; D Locate instrument piping and tubing so as to be free of vibration and interference with other piping, conduit. or equipment. F Keep foreign matter out of the system. F Remove all oil on piping and tubing with solvent before piping and tubing installation. G Plug all open ends and connections to keep out contaminants. H Threaded Connection Seals: I. Use Tite-Seal or acceptable alternate. 2. Use oflead base pipe dope or Teflon tape is not acceptable. 3. Do not apply Tite-Seal to tubing threads of compression fittings. Instrument Mounting: 1. Mount all instruments where they will be accessible from fixed ladders, platforms, or grade. 2. Mount all local indicating instruments with face forward toward the normal operating area, within reading distance, and in the line of sight. 3. Mount instruments level, plumb, and support rigidly. 4. Mount to provide: a. Protection from heat, shock, and vibrations. b. Accessibility for maintenance. c. Freedom from interference with piping, conduit and equipment. Jt) 1 ~ Ix 19 21) 2! 2..' 2_' 24 2" 26 1- ~ 28 29 30 31 32 3.2 TRAINING ^> -, ,:J,'" A Provide on-site training in accordance with Section 01650. B. Provide minimum 2 HRS training for flow meter. 34 3~ END OF SECTION !ib City of Corpus Christi Rincon Bayou Diversions Project - June 2005 13442 - 6 ADDENDUM NO.4 Attachment No.4 Page 6 of 6 OOL:29 :2 SECTION 15100 :I VALVES: VALVES: BASIC REQUIREMENTS 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 I. Valving, actuators, and valving appurtenances. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division I - General Requirements. 11 3. Section 09905 - Painting and Protective Coatings. 12 4. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 I. American National Standards Institute (ANSI): 16 a. B 1.20.1, Pipe Threads, General Purpose. 17 b. B 16.] , Cast Iron Pipe Flanges and Flanged Fittings. 18 c. B 16.18, Cast Copper Alloy Solder Joint Pressure Fittings. 19 d. 816.34, Valves-Flanged, Threaded and Welding End. 20 2. American Water Works Association (A WW A): 21 a. CII!. Rubber-Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. 22 b. C207. Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 23 c. C5OO. Gate Valves for Water and Sewerage Systems. 24 d. C504. Rubber-Seated Butterfly Valves. 25 e. C507. Ball Valves, 6 IN through 48 IN (150 MM through 1200 MM). 26 f C509. Resilient-Seated Gate Valves 3 through 12 NPS, for Water and Sewage Systems. 27 g. C550. Protective Epoxy Interior Coatings for Valves and Hydrants. 28 h. C606. Grooved and Shouldered Joints. 29 3. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc.(MSS). 30 1.3 DEFINITIONS 31 A. The following are definitions of abbreviations used in this section or one of the individual valve 32 sections. 33 I. CWP: Cold water working pressure. 34 2. SWP: Steam working pressure. 35 3. WaG: Water, oil, gas working pressure. 36 4. WWP: Water working pressure. 37 1.4 SUBMITTALS 38 A. Shop Drawings 39 1. See Section 01340. 40 2. Product technical data including: 41 a. Acknowledgement that products submitted meet requirements of standards referenced. 42 b. Manufacturer's installation instructions. 43 c. Valve pressure and temperature rating. 44 d. Valve materials of construction. 45 e. Special linings. 46 1'. Valve dimensions and weight. City of Corpus Chnsti Rmcon Bayou Diversions Project - June 2005 15100- I ADDBlUM NO.4 Attadllent NO.5 ~1ot6 2 g. Valve flow coefficient. h. Wiring and control diagrams for electric or cylinder actuators. 3. Test reports. 4 B. Operation and Maintenance Manuals: :; 1. See Section 01340. 6 PART 2 - PRODUCTS 7 2.1 ACCEPTABLE MANUFACTURERS 8 A. Refer to individual valve specification sections. 10 9 2.2 MA TERIALS A. Refer to individual valve specification sections. II 2.3 VALVE ACTUATORS 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Valve Actuators - General: I. Provide actuators as shown on Drawings or specified. 2. Counter clockwise opening as viewed from the top. 3. Direction of opening and the word OPEN to be cast in handwheel or valve bonnet. 4. Size actuator to produce required torque with a maximum pull of 80 LB at the maximum pressure rating of the valve provided and withstand without damage a pull of 200 LB on hand wheel or chainwheel or 300 foot-pounds torque on the operating nut. 5. Unless otherwise specified, actuators for valves to be buried, submerged or installed in vaults or manholes shall be sealed to withstand at least 20 Ff of submergence. 6. Extension Stem: a. Install where shown or specified. b. Solid steel with actuator key and nut, diameter not less than stem of valve actuator shaft. c. Pin all stem connections. d Center in valve box or grating opening band with guide bushing. B. Electric Actuators (480 V. 3 phase): 1. Provide electric valve actuators with integral control devices and a remote pushbutton station. 2. Furnish electric actuator integral with valve consisting of: a. Motor b. Gearing. c. Handwheel. d. Limit and torque switches. e. Lubricants. f. Heating elements. g. Wiring. h. Terminals for motor power and controls. I. Drive nut. 3. HousinglEnclosure: a. Provide cast iron gear housing and cast iron load bearing enclosure. b. Nonload bearing enclosure and housing: aluminum or cast iron. c. Rated for submergence. d. Provide O-ring seals for covers and entries. e. Terminal and limit switch compartment covers are to be fastened to gear housing by stainless steel fasteners with capture device to prevent loss. 4. Motors: 0;/ 71} ~-.\l \1 City of Corpus Christi Rincon Bayou Diversions Project - June 2005 15100 - 2 ADDENDUM NO.4 Attachment NO.5 Page 2 of 6 I 2 3 4 5 6 7 8 9 LO II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 5. a. Provide motors that are totally enclosed. high torque design made expressly for valve actuator service and capable of operating the valve under full differential pressure for complete open-close and reverse cycle of travel at least twice in immediate succession without overheating. b. Design motors in accordance with NEMA MG I standards, with Class B insulation, and to operate successfully at any voltage within 10 percent above or below rated voltage. c. ProVIde positive method to ensure motor bearings are permanently lubricated. d. ProVide three thermal switches imbedded in windings: ] ) ,20 degrees apart 2) Provide motor shutdown at high temperature. e. Motor housing: I ) Aluminum or cast iron. 2) Totally enclosed nonventilated with cooling fins. f. ProVide motor capable of operating in any position. g. Provide motor sealed from gearcase to allow any mounting position. h. Provide motors suitable for 480 V, 3 phase, 60 Hz. Gearing: a. ProVide power gearing consisting of heat treated steel helical gears, carburized and hardened alloy steel worm, and alloy bronze worm gear, all grease or oil bath lubricated, designed for 100 percent overload, and effectively sealed against entrance of foreign matter. b. Provide gearing mechanism constructed to permit field changes of reduction gear ratio. c. Design actuators so that motor comes up to speed before stem load is encountered in either opening or closing operation. d. Limit switch gearings and feedback device reduction gearing: I ) Steel or bronze. e. Support rotating shafts with anti-friction bearings. f. Provide separate drive nut/thrust bearing assembly: I) Mounted to base of actuator. 2) High tensile bronze. 3) Quarter turn actuator: Provide 90 degree mounting intervals. 4) Providc grease fitting on drive assembly. Handwhecl: a. Permanently attached for manual operation. b. Positive declutch mechanism to engage and disengage hand wheel. c. Handwheel shall not rotate during motor operation. d. Inoperable motor shall not prevent manual operation. Limit torque and thrust loads in both closing and opening directions by torque limit switches. a. Provide torque switches with micrometer adjustment and reference setting indicator. Assure adjustment variation of approximately 40 percent in torque setting. b. Provide switches having rating of not less than 6 A at 120 Vac and 2.2 A at 115 Vdc. c. Limit and torque switches shall have totally sealed contacts. Furnish electric actuator with two geared limit switch assemblies with each switch assembly having four separate limit switches: a. Assure each limit switch assembly is geared to driving mechanism and is independently adjustable to trip at any point at and between the fully open and fully closed valve position. b. Provide minimum of two normally open contacts and two normally closed contacts at each end of valve travel. c. Provide switches with inductive contact rating of not less than 6 A at 120 Vac, 3 A at 240 Vac, 1.5 A at 480 Vac, 2.2 A at 115 Vdc and 1.1 A at 230 Vdc. d. Limit switches shall be fully adjustable when power is applied to actuator. Provide space heating elements sized to prevent condensation in both motor and geared limit switch compartment(s). a. Furnish heating elements rated at 120 Vac with heaters continuously energized. City of Corpus Christi Rmcon Bayou Diversions Project - June 2005 15100 - 3 6. 7. 8. 9. ADDENDUM NO.4 Attachment NO.5 Page 3 of 6 2 10. Open-close actuator controls: a. Provide control assembly with necessary holding relays, reversing starter, control transformers of sufficient capacity to provide control power, space heating element power and valve position transmitter. b. Provide control assembly in an enclosure rated for the defined area classification. c. Controls for open/close actuator: I) Provide pre wired NEMA 4X stainless steel remote pushbutton station enclosure with: a I Open pushbutton. b I Close pushbutton. c 1 Stop pushbutton. d) Remotellocal switch. e) Full open light. fl Full close light. g) Open and close relays as required. 2) Provide control enclosure to accept: a) Remote open/close switches. 3) Provide contacts in control enclosure: a) Remotellocal contact. b) Full open contact. c) Full close contact. 4) Wire all components to an internal terminal strip and include mounted wiring diagram inside enclosure. II Additional requirements for modulating valve actuators: a. Proportional position servo-amplifier mounted integral with the actuator control compartment. b. Positioning of valve shall be proportional to a 4-20 mA signal input to the position servo-amplifier when remote control has been selected. c. Servo-amplifier adjustments shall include zero, span, gain, and dead-band. d. Provide 4-20 mA signal position control as shown on the drawings that interfaces with the position controUposition feedback instrumentation wiring to and from remote control device. 3 4 5 (1 -: 8 9 10 IJ 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 2.4 FABRICATION 34 A. End Connections: 35 I. Provide the type of end connections for valves as required in the Piping Schedules presented 36 in Section 15060 or as shown on the Drawings. 37 2. Comply with the following standards: 38 a. Threaded: ANSI B1.20.1. 39 b. Flanged: ANSI B 16.1 Class 125 unless otherwise noted or A WW A C207. 40 c. Bell and spigot or mechanical (gland) type: A WW A C 111 . 41 d. Soldered: ANSI BI6.18. 42 e. Grooved: Rigid joints per Table 5 of A WW A C606. 43 B. Refer to individual valve sections for specifications of each type of valve on Project. 44 C. Nuts, Bolts, and Washers: 45 I. Wetted or internal to be bronze or stainless steel. Exposed to be stainless steel. 46 D. Epoxy Interior Coating: 47 I. Provide epoxy interior coating for all ferrous surfaces in accordance with A WW A C550. 48 PART 3 - EXECUTION 49 3.1 INST ALLA TION City of Corpus Chnsti Rincon Bayou Diversions Project - June 2005 15100 - 4 QOENOUM NO.4 " "",ant No.5 ~ttaC Page 4 of 6 2 3 4 5 6 7 8 9 10 II A. Install products in accordance with manufacturer's instructions. B. Painting RequIrements: I Comply with Section 09905 for painting and protective coatings. C. Support exposed valves and piping adjacent to valves independently to eliminate pipe loads being transferred to valve and valve loads being transferred to the piping. D. For ground coupling val ves, install rigid type couplings or provide separate support to prevent rotation of val ve from installed position. E. For threaded\' alves. provide union on one side within 2 Ff of valve to allow valve removal. F. Install valves accessible for operation, inspection, and maintenance. G. Install electric or cylinder actuators above or horizontally adjacent to valve and gear box to optimize access to controls and external hand wheel. 12 3.2 ADJUSTING 13 14 16 A. Adjustment valves, actuators and appurtenant equipment to comply with Section 01650. Demonstrate operation of valve through full open and close cycle. END OF SECTION ;.(j City of Corpus Christi Rincon Bayou Diversions Project - June 2005 15100 - 5 ADDENDUM NO.4 Attachment No. 5 Page5of6 THIS PAGE INTENTIONALLY BLANK 2 lY)i )7\) J: ..( i City of Corpus Christi Rincon Bayou Diversions Project - June 2005 15100 - 6 ADDENDUM NO.4 Attachment No.5 Page 6 of 6 98C19 SECTION 15106 CHECK VALVES ~ PART 1. GENERAL n ~ 1.1 SUMMARY ;,; lj 10 11 A Section Includes 1. Duck-Billed check valve. B Related Sections include but are not necessarily limited to: 1. Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 3. Section 15100 - Valves: Basic Requirements. 12 1.2 QUALITY ASSURANCE 14 I c, 16 I~ Ix III 20 21 A Referenced Standards: 1. American National Standard Institute (ANSI): a. B 16.1, Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125,250 and 800. 2. American Water Works Association (A WW A): a. C508, Swing Check Valves for Waterworks Service, 2 through 24 IN NPS. 3. American Society for Testing and Materials (ASTM) a ASTM A126, GR.B. b. Bronze. ASTM B148. c. Ductile Iron, ASTM A536. n 1.3 SUBMITTALS 2.'~ 24 '"}.:; 26 r A Shop Drawings: 1. See Section 15100. B Operation and Maintenance Manuals: 1. See Section 01340. C Manufacturer Test Results 2R PART 2. PRODUCTS 29 2.1 ACCEPTABLE MANUFACTURERS 30 31 .::;. A Subject to compliance with the Contract Documents, manufacturers listed under the valve with types are acceptable. B Submit requests for substitution in accordance with Specification Section 01640. 3" 2.2 DUCK-BILLED CHECK VALVE 34 1.';;; 36 37 3,-: 39 40 A. Acceptable Manufacturers: 1. Red Valve Company, Inc.. Tideflex Series 37G in-line check valve. 2. Or approved equal. B Materials: 1. Sleeve: Neoprene. 2. Expansion clamp: Stainless steel. 3. Hardware: Stainless Steel. if C1 ty of Corpus Christi Rincon Bayou Diversions Project - June 2005 15106 - I ADDENDUM NO. 4 Attachment NO.6 Page 1 of 2 Design Requirments: I. Size 54 Th Nominal size (Pipe I.D.). 2. Internal working pressure: 100 PSI maximum. 3. Maximum back pressure: 10 PSI. 4. Reference Drawing No. 5PO I for location and additional requirements. h PART 3 - EXECUTION 3.1 INSTALLATION ."\ A See Section 15 JOO. l) B Install in accordance with manufacturer's instructions. 10 END OF SECTION it> City of Corpus Chnsti Rincon Bayou Diversions Project - June 2005 15106 - 2 ADDENDUM NO.4 Attachment NO.6 Page 2 of 2 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: t\LL PLAN Hal DERS Date: October 7, 2005 From: ~ Pages: I] 7 (including cover sheet)1 Angel R. Escobar, r.E. JA __ Director of Fngll1eering Servic s . Jilt 1, (' to1<- RINCON BAYOU DIVERSION ~ROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE Project No. 8146 Addendum No.3 Subject: C'omments This fax transmission contains the signed. sealed addendum from Carl Crull, P.E., Vice President for HDR Engineering. Inc. The addendum modifies the Technica] Specifications (Volume 2) and Plans (Volumes J). 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. // ~ 8~ip~ = == ChrIsti I ADDENDUM NO.3 I ~~...... ~~ October 6, 2005 fO ALL PROSPECTIVE BIDDERS PROJECT RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8146 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 not specifically affected by this addendum shall remain unchanged I VOLUME 2, TECHNICAL SPECIFICATIONS A. ADD: The attached NEW Section 11065 (see Attachment No.1). This section covers the sump pump to be installed in the valve vault. B. DELETE: Section 15060 in its entirety. ADD: The attached REVISED Section 15060 (see Attachment No.2). This modification specifies a factory-applied epoxy coating, per Section 09905. which remains unchanged. C. DELETE: Section 15114 in its entirety. ADD: The attached REVISED Section 15114 (see Attachment No.3). This modification adds air release valves to the specification, and requires valves to be designed for raw water service. r I. VOLUME 3 - INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE PLANS SHEET 8 OF 59 A. ADD: Specific Not~Structure Coordinates. a. Electrical BuildinQ Elevated Slab: SW Corner: N: 17112631.44 E: 2225504.96 SE Corner: N: 17112631.44 E: 2225520.96 Engineering Services po. Box 9277 . Corpus Christi, Texas 78469-9277 . (361) 826-3500 ADDENDUM NO.3 Page 1 of 2 b. Meter Vault Wall Inside At Pipe Cl: E Wall: N: 17112602.78 E: 2225530.96 W Wall: N: 17112602.78 E: 2225546.96 c. Pump Station Center of Pump Cans: N Pump Can: N: 17112610.78 E: 2225619.44 S Pump Can: N: 17112594.78 E: 2225619.44 III. VOLUME 3 -INTAKE PUMP STATION. DIVERSION PIPELINE AND DISCHARGE STRUCTURE PLANS SHEET 14 OF 59 A. ADD: Specific Note@)Coordinate ARV Tap Size. Placement. and Orientation With FittinQ Manufacturer. Provide Materials As Necessary To Install ARV In Accordance With ARV Manufacturer Recommendations. B. ADD: Air Release Valve (ARVl at the 36" 450 Elbow. label "4" Air Release Valve (ARVl With Threaded Tap And Isolation Valve". label with reference to Specific Note 7. label with reference to Specific Note 9. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO.3 ,,\\\\i i,ln ~~.,.~~t. Uf,Tof-j' ~~-:"~~"'~""<(~* ::: *. 'fJi.'f....* ~':::Ar<L L CRU: L :::. 46 06' 'r~ -"0". ,'Q:- -::::.: ./ 1'>. . l' 'v .... c:- '<)/,q...; .f'~ 1ST t.~~. '~~5~ il) ~ Ss ..... ~c,"," . . r!!) IONAL t '$7 r ,II lilt, \\'1)>/f1 m ~~ Carl E. Crull, P.E. Vice President HDR Engineering, Inc. ,1HACHMENTS: No.1. New Section 11065 No.2. Revised Section 15060 No.3. Revised Section 15114 Engineering Services po. Box 9277. Corpus Christi, Texas 78469-9277' (361) 826-3500 ADDENDUM NO.3 Page 2 of 2 011\31 SECTION 11065 PUMPING EQUIPMENT: SUMP PART 1 - GENERAL I.l SUMMARY " A Section Includes I. Sump pumps. B Related Sections mclude but are not necessarily lImited to: I. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 3. Section II OOS - Equipment: Basic Requirements. 4. Section II ObO - Pumping Equipment: Basic Requirements. j\1 ! . 1.2 QUALITY ASSURANCE t--+. A Referenced Standards: I American Iron and Steel Institute (AISD: a. Steel products Manual. J American National Standards Institute (ANSI): 3. American Society for Testing and materials (ASTM): a. A48, Standard Specification for Gray Iron Castings. 4. Factury Mutual (FM) 5. Hydraulic Institute Standards for Centrifugal. Rotary and Reciprocating Pumps (HI). 6. Underwriters Laboratories. Inc. (UL). I, I' Jq 7'1 :' i 1.3 SUBMITTALS ~:~ A Shop Drawings: I. Requirements in Section 11060. B Operation and Maintenance Manuals: 1. See Section () 1340 -'Z ::(i 2 " PART 2 - PRODUCTS 2') 2.1 ACCEPTABLE MANUFACTlIRERS 30 A Subject to compliance with the Contract Documents, the following manufacturers are acceptable: I. Submersible sump pumps: a Hydromatic b. Myers. c Peabody Barnes. B Submit requests for substitution 111 accordance with Specification Section 01640. 1. ..., .~ --' 3; 3..+ 3 '., 3h 3 2.2 MATERIALS ;k )l! :l(! ~ A Furnish and install ef1luent pumpmg system for meter vault. The ctl1uent pumping system shall include, but not necessarily be limited to the following: I. Submersible sump pump. 2. Valves. C it) of Corpus Christi Rin, (III Ilm llU Diversions Project - June 2005 11065 1 ADDENDUM NO.3 Attachment No.1 Page 1 of3 3. Discharge pIping. 4 Diaphragm pressure switch with piggyback style plug. 2.3 MINIMUM DESIGN CRITERIA 1\ Operating CondItIOns: I. Design condition: 45 GPM at 13 FT TDH. 2. Minimum dnver horsepower: ] d. 3. ShutolThead 25 FT. 4. Single phase. 120 volt. 1750 RPM. 2.4 PUMP CONSTRUCTION !Ii A Materials of construction: I. Pump and motor case: Cast Iron. 2. Impeller: Bronze. 3. Motor and Pump: Shaft Stainless Steel ANSI Series 300 or 400. 4. O-rings: Buna-N or Nitrile Rubber or Neoprene. .5 Bolts and Nuts: 3 I 6 Stainless Steel. B Pump design: I. Provide pump capable of handling sump discharge. 2. Provide a 2" corrosion resistant swing check valve. and 2" gate valve with extension handle downstream ,)funion. -" ih l' fq ~: i i ( ShaH seal: Seal 'haft with carbon-ceramic mechanical seal. 2.+ D Power cable: I. Provide pm' er piggyback style plug from receptacle to pump suitable for submersible application and indicate same by a code or legend permanently embossed on cable. 2. Piggyback style plug and cable for pump shall be of sufficient length to reach receptacle within 110w meter vault. 3. Provide cabk with adequate protection to prevent moisture from entering motor junction chamber. 4. Provide keeper for cable to hold plug at maximum height when not plugged in to receptacle. r Motors: I. Totally submersible design with dielectric oil-till. 2. Rated for continuous duty operation. 3. Adequate horsepower to operate pump at any point on its curve without overload. 4. Capable of running dry for extended periods without damage to motor or seal. ~f,; :?:, 2q _,1,1 ,. ."' ! 3 ~ 3..+ 2.5 CONTROLS 3" A Diaphragm pressure switch controls pump start and stop operations. \. Pump starts when liquid level in sump exceeds 9.25 IN. 2. Pump stops when liquid level in sump is less than 2.75 IN. 3h r 3S PART 3 - EXECUTION Vi 3.1 INSTALLATION 40 ~ .t:' 4 ~j ~' 4(, A Site PreparatIon. I. Prepare site for installation in accordance with the Drawings, Section 02200, and the manufacturer's recommendations. B Cleaning. I. Remove debriS and thoroughly clean sump, pump, and cable Jor substantial completion. lit) ol'Corpus Chrisll Rincon Bayou Diversions Project. .June ~005 I lOll'; - 2 ADDENDUM NO.3 Attachment No.1 Page 2 of3 :U FIELD QUALITY CONTROL f\ Coordinate and pay for the services of a factory trained representative for the minimum period of I hours, to perform the initial startup of the sump pump and instruct personnel who will be operatmg the pump in the required maintenance and service procedures, B Provide owner \\ Ith a written statement that manufacturer's equipment has been installed properly, slIccess fully started up. and is ready for operation by Owner. END OF SECTION lity of Corpus Christi Rincon Bayou Diversions Project. June 2005 11065., ADDENDUM NO.3 Attachment No.1 Page 3 of3 U()L'9 SECTION 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS PART 1 - GENERAL Ll SUMMARV , A Section Includes I. Utility piping systems B Related SectIOns melude but are not necessarily limited to: I. Bidding Requirements. Contract Forms, and Conditions of the Contract. 2. Division I - (feneral Requirements. 3. Section 022::' I - Trenching, Backfilling, and Compacting for Utilities. 4. Section 09905 - Painting and Protective Coatings. 5. Section 15061 - Pipe: Steel. 6. Section 15070 - Pipe: Reinforced Concrete Cylinder. 7. Section 15090 - Pipe Support Systems. 8. Section 15 I (10 - Valves: Basic Requirements I I L I. ] .~ I' II, 1.2 QUALlTV ASSURANCE I s A I 'I 2( I 2 ) - ) 2~ ), - 21> r' 2~ 2(' ifi ; , )4 \ - i(. ; - {~ ~) '-./ 'W '--' i 4. 4 44 4) 4(1 .q Referenced Standards: I. American National Standards Institute (ANSI): a B I 6.3, Malleable Iron Threaded Fittings. b 13 16.5, PIpe Flanges and Flanged Fittings. c 1316.9, factory-Made Wrought Steel Butt-Welding Fittings. d B I 6.22, Wrought Copper and Bronze Solder - Joint Pressure Fittings. e 816.26, ('ast Copper Alloy Fittings for Flared Copper Tubes. r 840. I, Gauges - Pressure Indicating Dial Type - Elastic Element. 2. American National Standards Institute (ANS/)/American Water Works Association (AWWA): a. ANSI/A WW A C II 0/A21.1 0, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN fix Water and Other Liquids. b ANSI/A WW A CI 15/A21.15, Flanged Ductile Iron Pipe with Threaded Flanges. c. ANSI/A WWA CIS I, Ductile-Iron Pipe, Centrifugally Cast In Metal Molds or Sand- Lined Molds for Water or Other Liquids. 3. American Society for Testing and Materials (ASTM): a. A 126, Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings. b. A234, Standard Specification for Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures. c. A536, Standard Specification for Ductile Iron Castings. d. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. -t. American Water Works Association (A WWA): a. (' I 0\ P\dyethylenc Encasement/or DuctIle Iron Pipe Systems. b. C III . Rubber-Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. c. ('200. Steel Water Pipe 6 IN and Larger. d. ('207, Standard for Steel Pipe Flanges tilr Waterworks Service - Sizes 4 IN through 144 Ii\. c. C20S. Dimensions tllr Fabricated Steel Water Pipe Fittings. Clt) of Corpus (Jlfi,li Rin(']fl Bayou Diversions Project - Junc 2005 15060 - I ADDENDUM NO.3 Attachment No.2 Page 1 of9 it) 2 2\ 2t) 30 3 3, 3 ,-4 3~ it, ~- ~~ 1U ,-II! 41 4. 4 .~...J .F ...Jh ,'- ~... ! C216, I leat-Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Section" Connections. and Fittings for Steel Water Pipelines. ;! C303, (oncrete Pressure Pipe, Bar- Wrapped, Steel Cylinder Type. II \19, Manual of Water Supply Practices, Concrete Pressure Pipe. Mil, rvlanual of Water Supply Practices. Steel Pipe A Guide for Design and Installation. S Underwriters Laboratory, Inc (UL). H Coordinate flange dimensions and drillings between piping, valves, and equipment. 1.3 SYSTEM DESCRIPTION Ju A Piping Systems Organization and Definition: I . Piping services arc grouped into designated systems according to the chemical and physical properties of the fluid conveyed. system pressure, piping size and system materials of construction, 2. Table A belnw defines each service classification, its symbol. and the designated system dassification number of each service. I... :,. "YMBOL TABLE A. PIPING SERVICES SER VICE SYSTEM RW Raw Water I' 3. See PIPING SPECIFICATION SCHEDULES in PART 3. 1" 1.4 SlfBMITT ALS 21i A Shop Drawings: I. See Section U1340. 2. Fabrication and/or layout drawings: a Piping drawings (minimum scale I IN equals 50 FT) With information including: I) Dimensions of piping lengths. 2) Invert or centerline elevations of piping crossings. 3) Acknowledgement of bury depth requirements. 4) Details of fittings, tapping locations, thrust blocks, restrained joint segments, hamessed joint segments, hydrants, and related appurtenances. :;) Acknowledge designated valve or gate tag numbers, manhole numbers, instrument tag numbers, pipe and line numbers. 6) Line slopes and invert elevations at grade breaks. 7) Air release / Vacuum reliefvalves. X I Blowoffvalves. 3. Hydrostatic pressure testing plan for installed pipe including location of temporary plugs, inlets, outlets. and pressure gage connection. 4. Product technical data IIlcluding: a. Acknowledgement that products submitted meet requirements of pertinent standards referenced. b Copies of manufacturer's written directions regarding material handling, delivery, storage and installation. c. Master schedule showing piping appurtenances. pipe size, schedule of pipe, type linings and coatmgs. d. Technical product data on gaskets, pipe, fittings, and other components. ~ T cst reports: a. NotificatIOn of time and date of piping pressure tests. h Submit results of hydrostatic pressure tests, identifying the specific length of pipe tested, th~' test pressure. the duration of test. and the amount ofleakagc. 2.~ -, City of Corpus Christi Rincon Bavou Diversions Projecl - June 2005 15060 - :' ADDENDUM NO.3 Attachment No.2 Page 2 of9 I, ,; Report~ defining results of dielectnc testing and correctIve action taken, d. Manul~lcturcr's ljuality control reports from piping fabrications for every 20th joint of pipe supplied. " Report~ on electrIcal continuity between bonded joints. Ii Operation and Maintenance Manuals: ] . See Section () 1340. 1.5 DELIVERY, STORAGE, AND HANDLING !i ;\ Leave any manufacturer-installed pipe stulls in place until after pipe installation and backfilling. Ii Protect pipe coat1l1g during handling using methods recommended by manufacturer. Use of bare cables. chains, huoks, metal bars or narrow skids in contact with coated pipe is not permitted. Prevent damage to pipe during transit. Repair abrasions, scars, scrapes, punctures, and blemishes in accurdance With pipe manufacturer's recommended procedures. If repair of satisfactory ljualny cannot be achieved in the opinion of the Engineer, replace damaged pipe immediately at n\ I additional cost to the Owner. PART 2 - PRODUCTS 2.1 ACCEPTABLE MA~UFACTURERS I" A Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 2tl Insulating ul1lons: a. "Dielectnc" by Epco. Dielectric l1ange kit: a. PSI b 1\1aloney c Central Plastics. Harnessed Mechanical Couplings: a Dresser. b. Smith Blair. c Baker. d. Rockwell. Restrained Jumt Mechanical Couplings: a Brico. Pipe saddles (for gage installation): a Dresser Style 91 (steel and ductile iron systems). b Dresser Style 194 (non-metallic systems). B Heat shrmkable protective skew: I. Cross-linked polyolefin wrap or sleeve with a mastic sealant. -, Comply with A WW A C216 and manufacturer's recommendations. 3, Minimum thickness: 60 mils. 4. Overlap coatmg on pipe by a minimum of 3 IN on each side of joint. Width of heat shrink sleeve shall take into consideration shrinkage of sleeve due to installation and coupling or joint prolile. Overlapping oft\\lO or more heat shrink sleeves to achieve the necessary width will not be permitted. 5. Acceptable manufacturers: a. Canusa. b. Raychem c. Or appro\ ed equal. 1. -, -, 24 1 3. 2tl 2 2:-< 2li 3() 3 L 4. 5. ~4 3 ~, 3(. ~ . ~s ;9 .1(; 41 .r.' .F 44 4~ 4(' .r' C Reinforced Concrl'le Pipe (RCP): Clly of Corpus Chrisli R. inUlI1 Bay ou Diversions Project . June 2005 15060. .1 ADDENDUM NO.3 Attachment No.2 Page 3 of9 I. fo b~ used ,is shown on Contract Drawings fill' miscellaneous valve vaults and other access structur~s. Provide ASTM C76 in diameter, thickness and length as shown on Contract Drawings. [)etenlllne acceptability or Rep in all diameters and classes by appropriate ASTM plant tests. induding such tests to indicate specified strengths have heen met prior to shipment. I fjoints are required, provide scaled joints using continuous rubber gaskets conforming to requiremenb of ASTM C361. Type of joint shall be spigot groove type with o-ring gasket equivalent hi US Bureau of Reclamation type R/4. No specialllllings arc required. , 3. 4 s. [) Suhmit requests lor suhstitutioll in accordance WIth Specification Section 01640. 2.2 PIPING SPECIFICATION SCHEDULES 1\ Piping system materials, fittings and appurtenances are subject to requirements of specific piping specification schedules located at the end of PART 3 of this Section. [+ 2.3 COMPONENTS AND ACCESSORIES ,.\ Insulating Components: Dielectric flange kits: a. Flat faced. h. ] /8 IN thick dielectric gasket, phenolic, non-asbestos. c. Suitable for test pressure of system in which they are installed. d. 1/32 IN wall thickness bolt sleeves. c. 1/8 IN thick phenolic insulating washers I >ieleetnc ulllons: a. Screwed end connections. =>~ h. Rated for test pressure of system in which they are installed. c. Provide dielectric gaskets suitable for continuous operation at union rated temperature /, and pressure. " 2q 311 3 ~ 1.+ 'l 1h IX lq +() + 4. -l -l-i -l~ -1(. r 4." ~I , B Harnessed Mechanical Couplings: I. Gask~ted, sl~eve-style flanged mechanical coupling, sized according to nominal pipe size for specific Class, section and material. Each coupling shall consist of one steel middle rmg, two steel followers, or anchor studs as required, compounded-wedge section gaskets, complete with trackhead bolts designed for adequate compression of the gaskets. Dresser style 38 (steel pipe), or approved equal. 2. Provide mechanical couplings at locations shown on Drawings or specified. 3. Provide harnesses and restraining bolts on all flexible couplings within restrained section of pipeline a DeSIgned in accordance with A WW A M I I. 4. Provide couplings with following or equal coating: a Primer Tnemec Series 69-1211 Epoxoline Primer II (I coat, 5 mils). b. Second Layer Tnemec Series 69 High-Build Epoxoline II (I coat,S mils). c Top Coal - Tnemec Series 73 Endura-Shield III (I coat, 2.5 mils). The primer coat shall be shop applied to the thickness specified. 5. Provide Dre~serloy or equal bolts and nuts. 6. For buried st'fVice, provide heat shrinkable protective sleeve around each coupling. a Provide and install in accordance with A WW A C216. C Restrained Joint Mechanical Couplings: I. Provide restrained joint mechanical couplings at locations shown on Drawings or specified. 2. Elastomeric gasket assembly comprises two a-ring gaskets and an elastomer sealing pad bonded to a sealing plate. Gasket may be Isoprene, EPDM, or Buna-N conforming to i\STl\f D2000 for water service within the temperature range of -200 to 1800 F. tit) of Corpus Christl Rincon Ba)oll Diversions Project. June 2005 15060.4 ADDENDUM NO.3 Attachment No.2 Page 40f9 c'oupling shall be manufactured from ASTM A36 steel and of the split-sleeve type with a dllllble arch lTOSS section that doses around pipe ends with steel end rings affixed for pipe end restraint Steel end rings shall conform to ASTM A I OR and 10 I R. One end ring is welded to each pipe end, fitting beneath the coupling. Holts and nuts shall conform to ASTM A325, minimum tensile strength equal to 105,000 pSI ProvIde coupling~ with follO\ving or equal interior and extenor coating: a, Primer Tnemec Series 69-1211 Epoxoline Primer II (] coat, 5 mils). h, Second Layer- Tnemec Series 69 High-Build Epoxoline 11 (I coat, 5 mils). c. Top Coat ~ Tnemec Series 73 Endura-Shield III (I coat, 2.5 mils). The primer coat shall be shop applied to the thickness specified. Installation of Restrained Joint Couplings a Inspect each coupling to ensure that there are no damaged portions of the coupling. Particular attention should be paid to the sealing pad/sealing plate area. h. Before installation of the couplings, each coupling shall be thoroughly cleaned of any toreign substance l,'. In no case shall the deflection in the joint between pipe ends exceed the maximum deflection recommended by the coupling manufacturer. No joint shall be misfit by any amount that will he detrimental to the strength and water tightness of the finished joint. The couplings shall be assembled and installed in conformity with the recommendation and instruction of the coupling manufacturer. d. Wrenches used shall he of a type and size recommended by the manufacturer. Bolts shall be tightened so as to secure uniform gasket compression between the coupling and the hodv of the pipe with all bolts tightened approximately the same amount. Final tightening shall be by hand wrenches and is complete when the coupling is in uniform contact <lround the circumference of the pipe. Final tightening is not to be done using air Impact wrenches. 8. For buried service. pro\ ide heat shrinkable protective sleeve around each coupling. a. Provide and install in accordance with A WW A ('216. 1) Insulated Mechanical Couplings I. Gasketed, sleeve-style flanged mechanical coupling shall be Smith Blair No. 416 or No. 417 (harnessed type) or approved equal and sized according to nominal pipe size for specific Class, section and material. Each coupling shall consist of one steel middle ring, two or more steel anchor studs or two steel followers. compound wedge section gaskets, complete with trackhead bolts, designed for adequate compression of the gaskets, and with insulation hoot. 2. For buried service, provide heat shrinkable protective sleeve around each coupling. a. Provide and install in accordance with A WWA C216. 3. Provide where indicated on Drawings and include in unit price for pipe. Reducers, I. Furnish appropriate size reducers and reducing fittings to mate pipe to equipment connections llr wall penetrations. Connection size requirements may change from those ~hO\'n on Drawings depending on equipment furnished. ~. Protective Coating and Lining: I. Include pipe. fitting.s, and appurtenance~ where coatings, linings, paint, tests and other items arc specified ~ .' 4 5 6. if 7. .1 J I i u I I. ~ i ~h ~ >.: ~q 4(' 4 .L 4 ,+J 4~ 4'0 4 ,l~ 4") ~\ 1 (, Valves: I. See Section 15100 and individual Sections in Division 15 for valves. ,'Il> of Corpus Christi Rincon Ba\(lu Diversions Project. June 2005 15060.5 ADDENDUM NO.3 Attachment No.2 Page 5 of9 PART 3 - EXECUTION \.1 LOCATION OF Bl!RIED OBSTACLES 1\ Notity utility representatives prior to construction to obtain available information on location of existing utilities. Contractor shall verifY the location of all existing underground utilities by pot- holing prior to construction. Omission from, or the inclusion of utility locations on the plans is not tl I be considered as the nonexistence of or a definite location of existing underground utility. B Notify underground utility representatives at least 24 hours in advance of crossing. ( FurnIsh exact location and description of buried utilities encountered and thrust block placement [I Reference items to detinitive reference point locations such as found property comers, entrances to buildings. existing structure lines. fire hydrants and related fixed structures. Include such int~)rmation as location. elevation, separation, coverage, supports and additional pertinent inf(lrmation. I- Incorporate Illfonnation on "As-Recorded" Dra\vings. i..; :u EXTERIOR BURIED PIPING INSTALLATION ;\ , f, B I , ( : ~ ' Unless Lltherwisc shown on the Drawings, provide a minimum 01'4 FT and maximum of 10 FT earth cover llver exterior buried piping systems and appurtenances. ._~ .4 Install pipeline to the line and grade on the approved Shop Drawings. Pipeline shall be staked at a minimum 100 FT interval with depth of cuts monitored. Field verifY depth of utilities that will be crossed. I. Adjust pipeline elevation as required during construction. 2. No separate payment will be made for field verification or adjustment of pipeline depths as required. 3 Contractor shall restore all existing services damaged by Contractor's operations at no cost to Owner. :'h I) Install expansion devices as recommended by pipe manufacturer to allow expansion and contraction movement. ;{. Laying Pipe In 1 rench. I. Excavate and backfill trench in accordance with Section 02221. 2. Clean inside each pipe length thoroughly and inspect for compliance with Specifications. 3. Urade trench bottom and excavate for pipe bell and lay pipe on trench bottom. 4. Install gasket or joint material according to manufacturer's directions after joints have been thoroughly cleaned and examined. 5. Lay pipe in only suitable weather with good trench conditions. Never lay pipe in water except where approved by Engineer. 6. Seal open end of line with watertight plug when pipe laying is stopped. 7. Remove water in trench before removal of plug. ~2~ 2" 30 . ~ -+ .,' \ F- Lming Up Push-()n Joint Piping: I. Lay piping 1l!1 alignment and grade lines shown on Drawings. 2. Detleet from straight alignments or grades by vertical or horizontal curves or offsets. 3. Do not exceed 80 percent of maximum deflection values stated in manufacturer's written lIterature. 4. Provide speCial bends when specified or where required alignment exceeds allowable deflections. 5 Install shorter lengths of pipe III such length and number that angular detlection of any joint, as represented by XO percent of the specified maximum detlection, is not exceeded. (, Bond JOll1ts electrically as shown OIl the Contract Drawings: '1 tJ 4\! 4 4. 4 4..; "1 ..k <it\ of Corpus Christi R ITlcon Hav()u Diversions Project - June 2005 I "060 . A ADDENDUM NOo 3 Attachment No.2 Page 6 of9 II ! .4 \; J(; ,=L 2!.:' :2"1 ':1i Welds shall he made using the powder \velding process (self-heating, copper-depositing, mixture simllar to the Thermit process), and shall be made as recommended by the manufacturer of the welding equipment. The Cadweld process by Erico Products, Inc., or approvcd equal, shall hc uscd. All welds shall be cleaned by removing excess slag and tested with a hammer for good bond. Defective welds shall be remade and retested until a !:lood bond is obtained The !c)fJned terminal welds shall be protected using a prefabricated assembly specifically designed for protecting wire leads bonded to a pipe surface. The Koyston Handy Cap 2. or approved equal, shall be used and shall be installed as recommended by the manufacturer of the applied product. Any exposed pipe metal remaining aner application of the prefabricated assembly shall be coated with Royston Roskote Mastic, R28, \)r apprO\ed equal. II Corpmation Stop.''': I Acceptable fvlanufacturcrs a. Mueller ('0. r. Ford Cc> c. McDonald. d. Or approved equal 2. Provide ball type corporation stop in accordance \vith ANSI/ A WW A C300. 3. Provide 100 psig maximum working pressure. 4. Provide threaded inlet and copper flare straight connection for outlet. Anchorage and Blocking: ] . Provide reaction blocking, anchors, joint harnesses, or other acceptable means for preventing movement of piping caused by forces in or on buried piping tees, wye branches, plugs. or bends. ") Place concrete blocking so that it extends from fitting into solid undisturbed earth wall. Concrete blocks shall not cover pipe joints. 3. Provide bean ng area 0 r concrete in accordance with Drawing details. Provide polyethylene wrap for all concrete cylinder pressure pipe in accordance with A WW A C 1 05. Method A Provide all joints with double wrap unless designated otherwise on Drawings, in spel'ifications. or as directed by the Engineer. Provide heat shrinkable protective sleeves for steel pipe joints and for all couplings on steel pipe. K L Installmsulating components where dissimilar metals (pipe types) are joined together. ~-1 , 33 PIPE MONITORING SYSTEM FOR CORROSION DETECTION ~..- ,h _'\.'\ ~q 4\1 A Provide corrosion monitoring stations on pipeline where shown on the Drawings. B Make all connectIOns from wire or cable by Thermit weld accomplished by operators expenenced in this process. C Install all cables with a loop and overhead knot around each pipe and slack equal to at least 50 percent of the straight-line length. DAfter Cadwelding. coat all exposed metallic surfaces with Royston Roskote Mastic, R28, or approved equal. 4 3.4 CA THOme PROTECTION 4' 4, A Isolate, dielectrically, all piping from all other metals including reinforcing bars in concrete slabs, other pipe Imes, and miscellaneous metal. 4-\ 3.5 FIELD QUALITY CONTROL 4' 41> r ^ Hydrostatic Pressure Testing of Pipe: I. Utilize pressure, media and pressure test duration as specified herein under Piping Schedule, Paragraph 3XA.l.o \ III of Corpus Christi RillLC>1l lJa) ou I liversions Project - June 2005 15060 - 7 ADDENDUM NO.3 Attachment No.2 Page 7 of9 '"1 -, J 4. 5 6 7, i I 8 rest pressun: to he measured at lowest point of system being. tested. Test pressure at highest PUlI1t uf system being. tested shall not be less than 75 percent of test pressure required at lowest point Submit plan for pressure testing of transmission line to Engineer for review and approval prior to testmg, Pressure test buried piping systems upon completion of installation and backfill. Do not paint exposed piping until successful perfonnance of pressure testing. ProvIde temporary restraints lor expansion joints lor additional pressure load under test. Isolate equipment and pipe in system with rated pressure lower than pipe being tested. Perfonn pressure test using calibrated pressure gages and calibrated volumetric measuring l:quipment h I determine leakage rates. a, Select each gage so that the specified test pressure falls within the upper half of the gage's range, h. NotifY ( )wner and Engineer 48 HRS prior to each pressure test. ('umpletely ;lssemhle and test new piping systems prior to connection to existing piping systems, Acknowledge satisfactory perfonnanee of tests and inspections in writing to Engineer prior to final acceptance. All observed leaks shall be repaired regardless of leakage measurements. Bear the cost of all testing and inspecting, locating and remedying ofleaks and any necessary retesting and re-examination. Nueces Riwr water may he used for hydrostatic pressure testing. B Electrical Continuity Testing: I. Perform testmg to demonstrate electrical continuity across the pipe joints. a. Perfom1 testing between corrosion monitoring stations. ") Perfonn testing to demonstrate electrical discontinuity across isolation joints and insulated couplings. ( Dielectric Testing: I. Provide electrical check between metallic non-ferrous pipe or appurtenances and ferrous elements of l'onstruction tu assure discontinuity has been maintained. 2. Wherever electrical contact is demonstrated by such test, locate the point or points of continuity and correct the condition. I ,.... 9. !h I (). Is ] I. ]2, I., '1~ '"); ::<, =~, ~(1 " t ~ ~~ ,\.~ , 3.6 ('LEANING 1, 3(\ '")>.; :;\.f 4i 4 4 4 ~ 44 , -T 41, .+ - 4, 4~.) " " A Cleaning and Protection: I, Clean interior of pipe thoroughly before installing. 2. Before jointing pipe, thoroughly clean and wipe joint contact surfaces and then properly dress and make joint. 3. Maintain pipe in clean condition during installation. If: in the opinion of the Engineer, the pipe contains dirt that will not be removed by normal operations, the pipe interior shall be cleaned. 4.\t close of day's work or whenever workmen are absent from jobsite, plug, cap or otherwise provide \vatertight seal from open ends of pipe to prevent ingress of foreign material. If water is in trench, seal shall remain in place until trench is pumped dry. 5. Immediately prior to pressure testing, clean and remove grease, metal cuttings, dirt, or other filreign materials that may have entered the system. 6. AI completion of work and prior to Final Acceptance, thoroughly clean work installed under these Specifications. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal cuttings, and sludge that may have accumulated by operation of system, from testing, or from other causes, 3.7 TESTING SCHEDliLES ANI> ALLOWABLE LEAKAGE .; ~ /\ Buried piping (54 IN and 60 IN): lit> of Corpus Chnsti Rincon Bayou Diversions Projed - June 2005 15060 - X ADDENDUM NO.3 Attachment No.2 Page 8 of9 Material Sp~cification i Section Allowable Leakage (Gal/day/mi/inch dia.) Pressure Class Required (PSI) Per Drawin s Per Drawings Leakage Test Pressure* (PSI) Steel Pi e Concrete <:;:r!!!!!te! P!p_l' I + I i j 15061 ~ ..--- 15070 10 10 * To be measured at lowest pomt of system being tested. B Above-ground piping (J6 IN): Test pressure equal to 100 PSI for four (4) hours with zero leakage t, .~,8 PIPING SCHE[)ULE Jli I." i If. i:-- I" ~(> .....l ~(, 2~ .:0 ., (I ~ ! " , , ' , . . ,..I ;.:: ~() ,) ;x ;\1 -.IIi -.Ii -.1- -.I .+4 4" -.1(, -.I" ,\ Piping Speclticatlon Schedule - System I I . General: a Pipmg symbol and service' I) RW - Raw Water. h Testing requirements: I) Test medium: Water ...') Leakage test pressure: 1.0 x pressure class (measured at lowest point of system being tested) :;) Test duration: 4 hours. e. Gaskets and O-rings: I) O-nngs: Neoprene or rubber. 2) Flanged, push-on and mechanical joints (ductile iron): Rubber, A WW A C Ill. 3) Flangedjoints (steel): Rubber, ANSI C207. 2. System components: a. Pipe sin:: 54 IN through 60 IN. I) Buned service: a) Materials: Reinforced concrete cylinder or steel. b) Reference: A WW A C303 (reinforced concrete cylinder) or A WWA C200 (steel ). c) Lining: Cement, NSP certified. d) Coatings: (I) Reinforced concrete cylinder: Polyethylene encasement. (2) Steel: Polyurethane. e) Fittings: (1) Reinforced concrete cylinder: A WW A C303. (2) Steel: A WW A C208. t) Joints and fittings: Restrained lengths as required on the Drawings, h. Pipe Sill': 36 IN. j) Above-ground service: a) Materials: Steel. b) Reference: A WW A C200. c) Lining: Cement, NSP certitied. d) Coating: ( I) Factory-Applied. (2) Per Section 09905. e) Joints and tittings: (I) .\ WW A C208. (2) .\s required on the Drawings. END OF SECTION L it) of Corpus Christi Rincon Ha\'oLJ Diversions Project - June 2005 15060" 9 ADDENDUM NO.3 Attachment No.2 Page 90f9 'is( 19 SECTION 15114 MISCELLANEOUS VALVES -l PART 1 - GENERAL t; Ii Ii' I I. 1.1 SUMMARY ;\ Section Includes I Air release and vacuum relief valves. a. Combination i\ir/Yacuum Release Valves. H Related Sections mclude but are not necessarily limited to: I. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - Ueneral Requirements. 3 Section 150lJO - Pipe And Pipe Fittings: Basic Requirements. 4. Section 15 I 00 - Valve~: Basic Requirements. I ~ 1.2 QUALITY ASSURANCE i 1(. ] - I" III ~ll :' t., A Referenced Standards: I. American Gas Association (AGA). 2. American National Standards Institute (ANSI): a. B 16.1, Cast-Iron Pipe Flanges and Flanged Fittings, Class 25, 125,250, and 800. 3. American Water Works Association (A WW A): a. ('512, Air-Release, Air/Yacuum, and Combination Air Valves for Waterworks Service. b. C550, Protective Epoxy Interior Coatings for Valves and Hydrants. 1.3 SlIBMITT ALS A Shop Drawmgs: I . See Section 1 5100 H Operation and Maintenance Manuals: 1 . See Section I) 1340. PART 2 - PRODUCTS 2:"; 2.1 ACCEPTABLE MANUFACTURERS ,(, ^ Subject to comphance with the Contract Documents, the manufacturers listed under the specific ; i , valve types are acceptable. H Submit requests /(Ir substitution in accordance with Specification Section 01640. , 2.2 AIRRELEASEANDVACULMRELlEFVALVES , . !\ General: ;c! I. Cont()ml to\ WWA C~ 12. " B Air Release Valws (ARV) and Combination Air Vacuum Release Valves (CA/VRV): ,(, I. Acceptable manufacturers: a. APCO. ;\ h. CiA Industries. Inc. i') c. Val-Malic. 4i.' 2. Materials: ,l a. Body and CO\ er: Cast iron. Il I'll" rcv21105.1 n.l)} dOl I" 114 I ADDENDUM NO.3 Attachment No.3 Page 1 of2 10/4/2005 J! h. Float. linkage and hardware: Stainless steel. l Seat: Blma-N 3. Design reqUirements: a. Provide ~inglc housing fllr combined valves. h. Inlet and outlet sizes shall be equal and as indicated on the Contract Drawings. l Valves should be provided for pressure rating indicated for pipeline. d. Vahes should be provided with an anti-slamming or regulated closure mechanism. e. Valves larger than:: IN shall be provided with flanged connections.. Orifice ~Ize for air release shall be 1/, IN g. Valve designed f()! raw water service. 4 Unit may be c:ombined in one valve body or he duplex type. 5. Provide surge check unit. 6. Provide butlL'rfly isolation val\'<:. Ji i --' 2.3 ACCESSORIES i\ Furnish any accessories required to provide a completely operable valve. J" 2.4 FABRICATION I" i\ Completely shop assemble lillit including any interconnecting piping. B Provide coatings suitahle for potable water for all iron body valves in accordance with A WW A C550 and NSF 61 it; ~? \ ! 2.5 MAINTENANCE MATERIALS ;\ Provide one set of any specIal tools or \wenches required for operation or maintenance for each type valvc '~ PART 3 - EXECUTION 3.1 INSTALLATION 2h i\ General: I. See Section 15100. ''-l B Air Release, Vacuum Reliet: and Pressure Relief Valves: I. Pipe exhaust to a suitable disposal point. ~\ 'll 3.2 FIELD QUALITY CONTROL 1\ Clean, inspect, and operate valve to ensure all parts are operable and valve seats properly. I \ Check and adjust valvcs and accessories in accordance with manufacturer's instructions and place into operation. 'i END OF SECTION I J\ 1 c III rev2005 jO.()}.d<J' 15114 :' ADDENDUM NO.3 Attachment No.3 Page 2 of2 10/4/2005 I ADDENDUM NO.2 September 22,2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8416 Prt>tpective bidders are hereby notified of the following modifications to theoont documents. These modifications shall become a part of the contract dOoY~f:).. pm-.i$ions of the contract documents not specifically affected by the AddemJas remain unchanged. E. IIWtK~'I~~=~;':~~tiit..W~ A. liD DATE CHANGE Prospective Bidders are hereby advised that the $Chequl$(j Bj~9PenjnSjJ date has been postponed two weeks,fmm September 28, 2005 at 2:00 p.m~. to Wednesday. October 12. 201lLl12:oo D.m. Location and Time of Bidding shall remain unchange.d. =~ekDeWledge receipt of this addendum in the appropriate ,lace in yourPROIo$At., BNDQf ADDENDUM #2 , AREleo /.J~ ~ -"'-v h(e; R. Escobar,P.E. Director of Rllgineering Services ,IA:L/~ Eo-.._ I ~~.2 I P.O.Box9Z17. Corpus~.:rtw~. (360"~ 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 20, 2005 From: , Angel R. Escobar, P.E. ~ C ~e-i Director of Engineerin~li~~s- Pages: 8 (including cover sheet) Subject: Rincon Bayou Diversion Project Intake Pump Station, Diversion Pipeline and Discharge Structure Hondo Creek Bridge Replacement Addendum No.1 Comments: This fax transmission contains the signed, sealed addendum from HDR Engineering, Inc. The addendum modifies the geotechnical investigations section, technical specifications, and 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. City of Corpus :-' == ChrIsti ~ I ADDENDUM NO.1 I September 20, 2005 TO' ALL PROSPECTIVE BIDDERS PROJECT: RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8146 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 not specifically affected by this addendum shall remain unchanged. I. VOLUME 1 PART D - GEOTECHNICAL INVESTIGATIONS ClARIFICATION OF LOCATIONS OF BORINGS The boring locations in the geotechnical investigation dated April 12, 2002 in relation to the project are as follows: BORING NO. 1 ,----~ ~_. : 3 j i------- : 4 I I f-- 5 ~- i 6 1------- ! 7 r- - 8 L---_ I 9 t- - 10 LOCATION Approximately 100' E and 650' S of SW Comer of San Patricio Pump Station Site Approximately 100' E and 470' S of SW Comer of San Patricio Pump Station Site Approximately 100' E and 305' S of SW Comer of San Patricio Pump Station Site Approximately 100' E and 155' S of SW Comer of San Patricio Pump Station Site Approximately 215' E and 20' S of SW Comer of San Patricio Pump Station Site Approximately 100' E and 150' of NW Comer of San Patricio Pump Station Site Near ST A 40+00 Near ST A 60+00 Near ST A 78+00 Near STA 102+00 ---" The boring locations in the geotechnical investigation dated March 15, 2005 were taken at the edge of the roadway within 30' of each end of the bridge. Engineering Services P.O. Box 9277. Corpus Christi, Texas 78469-9277' (361) 880-3500 ADDENDUM No.1 Page 1 of 2 II. VOLUME 2. TECHNICAL SPECIFICATIONS DELETE: Section 15070 in its entirety ADD: The attached Section 15070. in lieu thereof This modification changes Section 2.2 Fabrication, A. Design Conditions, 4. Composite Modulus of Soil Reaction from E = 700 psi to E = 400 psi. III. VOLUME 3. SHEET 48 OF 59. BAR SCREEN DETAILS The bars screen details specify 20 -1"x1"x1/4""T' bars (1.93Ib.lft.) per panel. 1"x1"X1/4" angle shall be acceptable in lieu thereof. One leg of the angle shall be welded to the frame. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. ElfD OF ADDENDUM No. 1 ~\\\\\\\Hl/UII ~ \ ~~~. .Of. . r~.. _ {II!; ..:2! *,.,' * ':'!.r ~ '=;:::-*.' '.*~ ==... "*~ - . . ~ :::::;.......................~ ;:::. CARL E. CRULL ::::- :::::::. ........ ....... -.. ...----- ~, 46706 ,Z '% ' . - ~:\"..p ~.:~~ / ~q,.i.~~ISt{.<f:~..'~~1 ~ (III/ .r",_~, 't'" ~ {J Ill1HH\\\\\\"ff-- pp Carl E. Crull, P.E. Vice President HDR Engineering, Inc. A IT ACHMENT: No.1, Revised Section 15070 (6 pages) Engineering ServIces P.O. Box 92n. Corpus Christi, Texu78489-92n. (381) 880-3500 ADDENDUM No.1 Page 2 of 2 42 43 44 45 ')8(' 19 SECTION 15070 PIPE: PIPE: REINFORCED CONCRETE CYLINDER PIPE PART 1 - GENERAL .:.: 1.1 SlJMMARY ]I ] I 1.2 I( A Section Includes 1. Bar-wrapped concrete cylinder pipe (RCCP) and special coatings, beveled or mitered-end pipe and fittings for bar-wrapped concrete cylinder pipe. B Related Sections mcIude but are not necessarily limited to: 1. Division 0 - Contracts and Conditions. 2. Division 1 - General Requirements. 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 4. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 14 1.2 QUALITY ASSURANCE 1:' 16 17 IX 19 20 2 22 A Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. C35, Specifications for Inorganic Aggregates for Use in Gypsum Plaster. b. CI50, Specifications for Portland Cement. c. EI65, Practice for Liquid Penetrant Inspection Method. 2. American Water Works Association (A WW A): a C105, Polyethylene Encasement for Gray and Ductile Cast Iron Piping for Water and Other Liquids. b. Reinforced concrete cylinder pipe (RCCP): l) C303, Concrete Pressure Pipe, Bar- Wrapped, Steel-Cylinder Type. c. Installation, design and testing: 1) A WW A M9, Concrete Pressure Pipe. B Owner Testing and Inspection: 1. Pipe shall be inspected and tested at the manufacturing facility, which may be witnessed by the Owner and Engineer. 2. The Owner shall have the right to have any or all piping, fittings or specials inspected and tested by an independent testing agency at the manufacturing facility or elsewhere. Such inspection and testing will be at the Owner's expense. The pipe manufacturer shall notify the Owner in writing, a minimum of two weeks prior to the pipe fabrication so that the Owner may advise the pipe manufacturer as to the Owner's decision regarding tests to be performed by an independent testing agency. 3. Mark as rejected and immediately remove from the jobsite, or repair to the Owner's satisfaction, all pipe lengths and fittings exhibiting signs of damage to the lining, coating, joints or pipe wall. 4. Material, fabricated parts, and pipe that are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. C Qualifications: I. Contractor shall have demonstrated experience in the procurement and installation of bar- wrapped concrete cylinder pressure pipe (ASTM C303) of the size and class specified herein 2:< 24 25 26 'n ~, 2X 29 30 11 32 :p 34 35 36 "7 ,1 :~X 39 40 41 09079.() I 4.0:\6 City of Corpus Christi Rincon Bayou Diversions Project. June 2005 15070.1 Addendum No. 1 Att~t No. 1 Page 1 of 6 I' Ii 12 1 z H I:' 16 I~ 1~ )Ii 20 2 n 23 24 '1 <; c.., 26 'l~ P Manufacturers' Field Services During Construction: I The pipe manufacturer shall furnish the services of a field technician who is qualified to advise and instruct the Contractor as necessary in pipe handling, laying, and jointing applications The field techniCIan need not be on-site full time, but shall be on-site during lhe first two weeks of pipe laying and thereafter as requested by the Engineer or Contractor. 1.3 SUBMITTALS A Shop Drawings: See Sections 01340 and] 5060, I Report full results of the following test reports showing compliance with referenced A WW A Standard prior to shipment of pipe material: ii, Steel test reports, b, Concrete test cylinder reports, c. Rubber gasket test reports, 2, Provide design calculations based on design conditions specified. 3. Furnish full details of reinforcement, concrete, and joints for the straight pipe, specials, and connections. 4. Prior to manufacture of pipe, specials or fittings, submit a tabulated layout schedule with reference to stationing and grade line shown on Drawings. Inc1ude on schedule identification of pressure zones, point of change from one zone to another and pipe diameter. Include detailed shop drawings giving full information on amount, size, and nature of reinforcement for each classification and size of pipe. Show details of curves, fittings, specials, appurtenances, together with identification marks or numbers by which location of each pipe, special or accessory is determined in the pipeline. Indicate elevation of each joint in vertical curves, Indicate vertical and/or horizontal deflection of each joint where applicable. 5. Provide certification stating that the pipe to be furnished complies with A WW A C303, M9, and these specifications. 6. Provide certification of qualifications for welders with A WS and A WW A standards. 28 PART 2 - PRODUCTS 29 2.1 MATERIALS 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 30 31 32 :n A. Concrete pressure pipe. Subject to compliance with the Contract Documents the following manufacturers are acceptable: I. Hanson Concrete Pipe. 2. Or approved equal. B. Cement-mortar for interior joints and for patching shop-applied cement-mortar lining: I. One part ASTM C 150, Type I cement to no more than 2.5 parts sand. 2. Sand shall be silica base. 3. Sand shall be plaster sand meeting ASTM C35, 4. Cement and sand shall be dry mixed. C. Bonding agent for cement-mortar lining patching. Subject to compliance with the Contract Documents the following manufacturers are acceptable: 1. Acceptable products: a. Sikadur 32 Hi-Mod. b. Or approved equal. D. Polyethylene encasement. Subject to compliance with the Contract Documents the following manufacturers are acceptable: I. Chase (Chasekote 750). 2. Kendall (Poly ken 900). ~ 3 M (Scotchrap 50). 4. Or approved equal. 09079-0 14-0~6 City of Corpus Christi Rincon Bayou Diversions Project - June 2005 15070 - 2 Addendum No. 1 Attachment No. 1 Page 2 of 8 }. Submit requests lor substitution in accordance with Specification Section 01640. 2.2 FABRICA nON A Design Conditions: I. Nominal Size: Internal diameter, as indicated on the Bid Form and Drawings. 2 Working Pressure: 100 PSI. :I Surge Pressure: 50 PSI or SOCf<-. of working pressure specified, whichever is greater. 4. Composite Modulus of soil reaction: E = 100- 400 PSI. 5. Soil Specific Weight: Y = 120LB/Fr3 6. Depth of Cover: Minimum cover depth of 4 fT, and maximum cover depth as indicated on the Iii Drawings. I i 7. Live Load: Equal 10 HS-20 in accordance with AASHTO standards. I. 8. Internal Vacuum Pressure: Pv = 14.7 PSI ] " 9. Fluid Temperature: 50 C to 300C ] 4 B Design Requirements: ] " ]. Provide design of pipe and all fittings in accordance with A WW A M9 Manual of Water 16 Supply Practices for Concrete Pressure Pipe and A WW A C303 Standard for Concrete I Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. I x 2. Provide design calculations for review based upon the following criteria: III a. Internal working pressures combined with surge pressure allowance or 50% of working 2U pressure, whichever is greater. 21 b. Vertical loads to include loading due to soil and live loads specified. Vertical 22 deflection in inches shall not exceed the inside diameter in inches squared divided by 2:< 4,000. For 60 IN ID pipe the maximum vertical deflection is 0.90 IN. 24 I ) Where pipe requires additional external support to achieve the specified maximum 20; deflection, the Contractor and pipe supplier will be required to furnish alternate 26 methods for pipe embedment. 2'" 2) The Contractor shall verify pipe grades on the Drawings after existing utilities are 2/\ located. Vertical alignment changes required because of existing utility or other 211 contlicts shall be accommodated by an appropriate change in pipe design depth in 30 accordance with details shown on the Drawings. In no case shall pipe be installed 3 J deeper than its design allows. 3? c Buckling conditions due to internal vacuum pressure specified. 31, C Manufacturing: 34 1. Provide piping consisting of a welded steel cylinder with steel joint rings welded to its ends, 35 formed and tested in accordance with prescribed methods. Centrifugally cast a mortar or 36 concrete lining inside cylinder. Helically wind reinforcing rod under measured tension around 37 the cylinder and secure by welding to steel joint rings at each end. Apply outside coating of :;li dense mortar covering the cylinder and rods except for the necessarily exposed surfaces of the 39 spigot joint ring and a self-centering joint with a preformed gasket of rubber, so designed that 40 the joint will be watertight under all conditions of service. 41 2.3 COATINGS 42 43 44 4<; 46 47 48 49 50 51 A Exterior Pipe Coating: I. Supply cement mortar coating in accordance with A WW A C303. 2. Pipe shall be wrapped and installed with polyethylene film in accordance with A WW A C105, Method A. Polyethylene film shall be cross-laminated, high density, 4 mil thickness. B. Interior Pipe Coating: I. Supply cement mortar coating in accordance with A WW A C303. Lining shall be NSF certified. C. Other Protective Coatings: I. Surfaces of steel joint rings exposed in finished pipe and all other exposed metal surfaces shall be shop primed with manufacturer's standard rust inhibitive primer. 09079-0 14( n6 City of Corpus Christi Rincon Bayou Diversions Project - June 2005 15070 - 3 Addendum No. 1 ^*ohment No. 1 Page 3 of 6 2. Mortar coatlTlg shall be used to protect all exposed steel surfaces after installation. 2.4 PIPE JOINTING /\ Inside Joint I Interior joints shall be protected with mortar and the procedure for placement shall be as follows d. Prior to the placing of mortar, any dirt or trash that has collected in the joint shall be cleaned out and the surfaces of the joint space shall be moistened with water by " spraying or brushing with a wet brush. O. The inSIde joint recess at the bell end of the pipe shall be filled immediately prior to j! I placing the pipe together by buttering the bell recess with mortar. After the joint is I i engaged. the joint mortar of the pipe shall be finished off smooth by hand trowel. ] :: c. Careful inspection shall be made of each joint to ensure a smooth, continuous interior I ; surface. J 4 B Exterior Joint: ] ., ]. The exterior Joints shall be protected with mortar, with the procedure for placement as 16 follows: 1'7 a. A grout band shall be placed around the pipe and positioned to straddle the joint recess. I X The band shall be of sufficient length to essentially encircle the pipe and shall be 19 secured so that joint mortar will be contained with little or no leakage. 20 O. The band shall be completely filled with grout in one operation by filling from one side 2 i until the grout rises on the opposite side, and then the grout shall be rodded or agitated 22 on both sides of the pipe alternately to settle the grout and fill all the voids. 2' c After the grout band is filled and rodded or agitated, the grout should then be left 24 undisturbed for 15-min to allow it to mechanically stiffen. When permeable grout bands 25 are used to allow excess water to seep through the band, more grout shaIl be added if 2f1 necessary to refill the joint completely. r d The gap at the top of the grout band must be protected from penetration of backfill into 28 the grout by allowing the grout to stiffen, capping with a stiff mortar mix, or covering 2li with a structurally protective material. The grout band shall not be removed from the 30 joint. 3! e Additional bedding or backfill shall not be placed on either side of the pipe until after 32 the grout band has been filled and the grout has mechanically stiffened. 3::1 C The mortar used at joints shall consist of one part Portland cement, Type I, to no more than 2.5 34 parts clean sand mixed with clean water. Interior joint mortar shall be mixed with as little water 35 as possible so the mortar will be very stiff, yet workable. Exterior joint mortar shall be mixed 36 with water until it has the consistency of thick cream. During periods of cold weather, the joint r mortar shall be adequately protected from freezing. :18 D All joints shall be bonded, other than welded joints or insulated joints. Joint bonds shall be as 39 indicated on the Drawings and as specified in Section 15060. 40 E Restrained Joints. Provide restrained joints where indicated on the Drawings or as specified. 41 Restrained joints shall be as recommended by the pipe manufacturer and shall be designed to 42 withstand the internal and external design conditions. 43 F. Welded Joints: 44 I. Perform welding in accordance with A WW A C303. 45 2. For flange attachment, perform welding in accordance with A WW A M9. 46 3. Welding for utility piping above 125 PSI shall conform to ANSI B31.1. 47 4. Clearance between surfaces of lap joints shall not exceed 1/8 IN at any point around the 48 periphery. 49 5. Clean pipe ends thoroughly before welding. 50 6. Complete internal welding before application of grout band and mortar. 5] 7. Provide adequate ventilation for welders and for Owner's representative to observe welds. 09079-014-036 City of Corpus Christi Rincon Bayou Diversions Project - June 2005 15070 - 4 Addendum No. 1 Attachment No. 1 Page .. of 6 Ii I I. i1 8 Furnish each welder employed with a steel stencil for marking the welds, so that the work of each weidel may be identified. Have each welder stencil the pipe adjacent to the weld with Ihe stencil assigned to him/her In the event any welder leaves the job, his/her stencil shall hc voided and not duplicated if another welder is employed y Us~' Im]y competent, skilled and qualified welders. Each welder employed or retained by the Contractor shall be required to satisfactorily pass a welding test in accordance with A WW A C303 before being allowed to weld on the pipe. Any welder making defective welds shalI not be allowed to continue to weld. Dye penetrant tests in accordance with ASTM E16), or magnetic particle test may be performed by the Owner under the supervision and inspection of an independent testing laboratory on any welded joint. Welds 1hat are found to be defective will be repaired or replaced, whichever is deemed necessary by the testing laboratory, at the Contractor's expense. 10. Welds shalI be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. ! ... 2.5 SOURCE QUALITY CONTROL If. ! - ]:-, Jli 2U ". ot..! 22 2~ 24 2S 26 r' A Conduct shop testing to evaluate physical properties of pipe components in accordance with requirements of applicable section of A WW A standard(s). B Provide each pipe, fittings, special appurtenance with a plainly and permanently waterproofed, marked identification. Include but not necessarily limit markings to the following: I. Size and class of pipe, pressure rating in compliance with referenced standards. 2. Date of manufacturer. 3. Manufacturer's trademark or name. 4. On bends, the angle turned. 5. On beveled pipe, amount of bevel and point of maximum bevel, marked on the bevel end, pipe invert. 6. Special notations and tagging of special items with regard to line location and orientation for instalIation. 28 PART 3 - EXECUTION 29 3.1 INSTALLATION 30 31 32 33 34 3S 36 r 38 39 40 41 42 4' 44 4S 4f 47 A General: 1. Refer to Section 15060. 2. Install products in accordance with manufacturer's instructions. 3. Observe all recommendations in accord with A WW A M9 for installation, delivery and storage of pipe materials. B Coating or lining damage, as determined by the Engineer or Owner, shall be repaired in accordance with the applicable A WW A Standard and in accordance with the manufacturer's instructions prior to lowering the pipe into the trench. C See Section 02221 for excavation and backfilling of trenches for laying concrete pressure pipe, fittings, and specials. D Maximum alIowable vertical pipe deflection in inches is limited to the inside diameter in inches squared divided by 4,000. E Keep pipe clean during the laying operation and free of dirt, mud, vegetation, sticks, animals, trash, and debris. At the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. F. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. G Joints. Curves, and Fittings: 09079.014.016 CIty of Corpus Christi Rincon Bayou Diversions Project - June 2005 15070 - 5 Addendum No. 1 AttactwMnt No. 1 Page 5 of 6 1\; 1 : L J-l ] " ] h I Ii< ]cJ 20 2i 22 2; 24 2." 211 n 2x 2lJ 30 3] 32 33 34 .35 36 37 3li J. Joints: ..1 Install sealed joints using continuous steel end ring with spigot groove and O-ring gasket. equivalent to United States Bureau of Reclamation Type R-2. I) Ensure rubbn gasket serves as the sole element to make the joint watertight. 21 O-ilng to have a slIluoth surface. free from pitting, blisters, porosity and other imperfections. 'I) Cement mortar or plastic materials used to finish joints shall not be depended upon fOf watertightness. 2. Curves: a. Observe Drawings for details regarding changes in direction. h Where changes of direction by curvature is acceptable, perform curve by deflecting pipe at each joint not more than 80% of the maximum joint deflection allowance recommended by the manufacturer. ,. Employ the use of special radius (beveled or mitered) pipe where deflected straight pipe will not provide a short enough change in radius. 3 Fittings: a. In addition to straight pipe or radius pipe, furnish bends, tees, adapters, closures pieces, and other fittings or specials shown on Drawings or required to complete the work. \1. Provide specials and fittings in accordance with A WW A C303 and fabricate in accordance with specified design pressure equal to or greater than that of the adjacent pipe. t. Fittings may be smooth or mitered providing mitered angles do not exceed 22-1/2 degrees and fitting has an Rid greater or equal to I, where: I) R = radius of bend, IN. 2) d = diameter of pipe, IN. d. Ranges drilled and faced per ANSI B I 6. I . H Thrust and Anchor Blocking: 1. Refer to Section 15060 and Contract Drawings. 1. Install polyethylene encasement in full compliance to ANSI A21.5 (A WW A C105). I. Encasement shall include underground appurtenances required as part of installation. 2. Make sections 2 Ff longer than pipe section to be covered. 3. Slip tube over pipe while pipe is suspended immediately before placing in trench. 4. After installing in trench, pull tube ends over joint and overlap. 5. Fasten securely in-place on each side of each joint with joint tape or strapping. 6. Pull loose tube along pipe barrel up snugly around pipe and fasten in-place with joint tape at 3-FT intervals. 7. Completely cover fittings and connections with film held snugly in-place with joint tape or strapping. 39 3.2 FIELD QUALITY CONTROL 40 4] A Test buried piping in accordance with Section 15060. END OF SECTION 09079-014036 City of Corpus Christi Rincon Bayou Diversions Project - June 2005 15070 - 6 Mdendum No. 1 AttadIrr1Mt No. 1 Pqe lot 6 , f~~ I r ) ) ; ,J ~ I, P I~ (i V C' ~-.) FIe A T ION S AND r () R M S () F CON T RAe T S AND F 0 l~ RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT I VOLUME 11 o N S BON 0 S YOLUME 1 Prepared By: HDR Engineering, Inc. 440] West Gate Boulevard, Suite 300 Austin, Texas 78741 Telephone: (512) 912-5100 Fax: (';12) 912 5158 '15J Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Telephone: (361) 857-2216 Fax: (361) 857 0509 FOR CITY OF CORPUS CHRISTI, TEXAS WATER DEPARTMENT PhonE': (361) 826 1874 Fax' (361) 826-1889 :V-- ",-,\'\\\ \\ \ HIll III ~......,~..~~.!(--t II/!/ ~ c,....*...~,J' ~ ~*. '*0 ~. . . '/-': ::: * : '.* ~ . . /" ;:::::: 4.... ~.. ~'...."'..'. _ ~ ;:; CARL E. CRULL ::=: r......................~ ~. 46706 .;::: ~ -<)'. :~~ ;.-: "".-1' ~<:J.' ~ /?; O"'..~G/S E.~..' ,::::::- f/,I f'S .... . {(II S I . L lUll t PROJECT NO: 8416 I IJRAWING NO: WTR339 THE CONTRACT DOllMENTS FOR THIS PROJECT CONSISTS OF VOLUME DESCRIPTION 1 SPEC. PROV., GEN PROV.. WAGE RATES, GEOTECH REPORTS. AGREEMENT, PERF. BOND, PAY. BOND 2 TECHNICAL SPECIFICATIONS FOR PUMP STA.. PIPELINE, AND DISCHARGE STRUCTURE PLANS FOR PUMP STA_. PIPELINE. AND DISCHARGE STRUCTURE 4 TECHNICAL SPECIFICATIONS FOR HONDO CREEK fJRIDGE 5 PLANS FOR HONDO CREEK BRIDGE [R'~ sed is OO} RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT Table of Contents VOLUME 1 NOTICE TO BIDDERS (Pev sed I/'/O! NOTICE TO CONTRACTORS - A (Revi~3ed Sept. :'000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projerts For Government Entities PART A - SPECIAL PROVISIONS A - } 11.- = A- ~. A-4 A- ': A- E 1\ _ " A- e A-9 A-I0 A-I] A-12 A-13 A-]4 A-] ,:, A-]6 1~-17 A-IS A-19 A-20 A-21 A-22 A-23 A-24 A-25 A-26 A-27 ]'..-28 A-29 A-3D 1\-31 1\-32 A-33 A-34 ]\-35 ]\-36 1\- 37 Time and Place of Receiving Proposals/Pre-Bid Meeting Definit ions and Abbreviations Description of Project Method of Award Items to be Submitted with Proposal Time of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7 5/00) Cooperation with Public Agencie:; (Revised '7/5/00) Maintenance of Services ~rc~ Acccoo ~nd Tr~ffic Control (NOT USED) Construction Equipment Spillage and Tracking E}{c~v~tion ~nd Remov..lI::J (NOT USED) Disposal/Salvage of Materials Field Office (SEE TECHNICAL SPECIFICATION SECTION 01060) Schedule and Sequence of Construction Construction Staking Testing and Certification ProjcctSigno (NOT USED) Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Inopection Required {Rcviocd 7/S/00) (NOT USED) Surety Bonds 8~le::J T..lJ( Exemption NO LONGER APPLICABLE (6/11/98) Supplemental Insurance Requirements Respons~bilit.y for Damage Claims Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Cont.ract" Requirements Amended Policy on Extra Work and Change Orders Amended "Execution of ContractU Requirements Conditions of Work Precedence of Contract Documents City W~Eer F~cilitics 8peci~1 Requirement:J (NOT USED) Other Submittals (Revised 9/18/00) (SEE TECHNICAL SPECIFICATION SECTION 01340) Amended "Arrangement and Charge for Water Furnished by the City" City f'roJect No 8146 Section A - SP Page i A j\ i\ 1', A 1', A A .; 1 A 'f" A (''-. A-'f A 'I':i A 4) A' A'" A (l.: A I, l A -','I A " A Ljb A PART B PART C PART D l\mend, ,j ".I".r] clnclf'me"t dlld "h,njl' for IvaI (T Furnished by the City" Wenke, s COlTlp'~n~:at::Jn {'ove r-c!'J" for BUl ] ding or Construct ion proj ect_s for C;ov,"n:llIent EIlt it ie: E'-e-rt+ i i eat-e- H t - {;ee. I prtfl{'y--a-ntl--F iH-a-l-----Aeeep4c-an€-e ( NOT US ED) {'.mendll!i'nt to Sect ion B 8 6: Pen t ial Est i mat_es {+CBHe- ,l\,d-vi-sHP1 (NOT US ED) ('SHl\ lules & ReguL, t ions l\mend,'d IndellmifiCdtion & Hold Harmless (9/98) Chang, Orden; (4/2;, /991 As-BuI] t Dimension~; and Dl-awings (7/5/00) B-i--spesa-l---e-f--ffi-<Jfl-ly- ~a-tc-d - ~--{-'l-f-S-f-B-4+ (NOT USED) Pre Construct ion Exploratory Excavations (7/5/00) Overhead Electrical Wires (7/~/00) Amend "Maintenance GUru:anty" (8/24/00) Trench Safety Er-rorf: and Omissions Lack of Information Amended General Provisions B-2-7 Preparation of Proposal Measurement and Payment of Subsidiary Items of Work Prequdlification Requirements Technlcal Specification Clarification Property Owner Special Requirements GENERAL PROVISIONS FEDERAL WAGE RATES AND REQUIREMENTS GEOTECHNICAL INVESTIGATIONS REPORTS Geotechnical Investigation - Rincon Diversion Pipeline Project Geotechnical Investigation - Hondo Creek Replacement Bridge NOTE: NOTICE TECHNICAL SPECIFICATIONS ARE INCLUDED IN VOLUMES 2 AND 4. PLANS ARE IN VOLUMES 3 AND 5 AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND City Project No. 8146 Section A ~ SP Page ii VOLUME 2 -- TECHNICAL SPECIFICATIONS FOR INTAKE PUMP STATION, DIVERSION PIPELINE, Am) DISCHARGE STRUCTURE Dh/~sion ] - GENERAL REQUIREMENTS OJ, i) SPEC-Ii-, , CONDITIONS OJ I 2 Mll.JUR f<:QU I PI>1ENT ;UI ,'L I E!(~; O]i i) SlJB1>-lITTALS 0]",0 ENVIRCiNMENTAL PROTI<'TION fiND :;PECIAL CONTROLS 01 (,1)0 PEODUCT DELIVERY, ;-TORAGE AND HANDLING 01(, 1 JOB CONDITIONS 0] bel 0 PRODUCT SUBSTITUTICNS 0](,',1) FACILITY STARTUP 01'1 0 CLEANING 01800 OPENINGS AND PENETR1\TIONS IN CONSTRUCTION Division 2 - SITE WORK 02(!',(l CARE OF WATER 02]]0 SITE CLEARING 02200 EARTHWORK 022<,.1 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 022bO TOPSOILING AND FINISHED GRADING 022 0 SOIL EROSION AND SEDIMENT CONTROL 02 2 il STONE REVETMENT ( RIP RA P ) 02 E 1 DRIVEN STEEL SHEET ['ILING 02373 DRILLED PIERS 02444 CHAIN LINK FENCE AND GATES 0251'=' PRECAST CONCRETE MANHOLE STRUCTURES 029 lO HYDRAULIC SEEDING 029,1 LANDSCAPING Division 3 - CONCRETE 03002 CONCRETE Division 5 - METALS 05120 STRUCTURAL STEEL 05410 COLD-FORMED METAL FRAMING 0550') METAL FABRICATIONS 055~]2 ALUMINUM RAILINGS Division 7 - THERMAL AND MOISTURE PROTECTION 07412 METAL ROOFING 07600 FLASHING AND SHEET METAL 07900 JOINT SEALANTS Division 8 - DOORS AND WINDOWS 0830S ACCESS DOORS Division 9 - FINISHES 0990') PAINTING AND PROTECTIVE COATINGS Division 10 - SPECIALTIES 10520 FIRE EXTINGUISHER Division 11 - EQUIPMENT lIDO', EQUIPMENT: BASIC REQUIREMENTS 11060 PUMPING EQUIPMENT: BASIC REQUIREMENTS 1106'=' PUMPING EQUIPMENT: SUMP 11073 PUMPING EQUIPMENT: MIXED FLOW, SUBMERSIBLE TYPE Division 13 - SPECIAL CONSTRUCTION 13440 INSTRUMENTATION FOR PROCESS CONTROL: BASIC REQUIREMENTS 1344] CONTROL LOOP DESCRIPTIONS 13442 PRIMARY ELEMENTS AND TRANSMITTERS Division 15 - MECHANICAL 15060 PIPE AND PIPE FITTINGS, BASIC REQUIREMENTS 15061 PIPE: STEEL ]5070 PIPE: REINFORCED CONCRETE CYLINDER PIPE 15090 PIPE SUPPORT SYSTEMS 15100 VALVES: BASIC REQUIREMENTS 15103 BUTTERFLY VALVES ]5106 CHECK VALVES 15114 MISCELLANEOUS VALVES City ProJect No. 8146 Section A - SP Page iii l' ':' WATER ':ONTROL GATE::; Division 16 ELECTRICAL If 0 ELECTI![CJ'>.L BJ\:;IC REQUIREMENT,'; H 1,0 ;~ROUN!iING ]( .'.0 ]vIkE !\ND Cl\BLE filO V'.lLT fI.Nl' BELOW I( \0 !,:Al'r~W {S AND BOXE5 ] f i~ ('ABLE TRAY It; S !';LECT1'> I CAL EXTERl IR UNDERGfW1JND It 40 WIIUN'; DEVICES H dS POWER FACTOR CORRE,'TION EQUIPMENT 1 t 111 PANELBOARDS 1 t ; .12 MOTOR CONTROL E\..JUI PMENT I fj 4 3 (,00 Vf"~ CLASS SOLID-STATE STARTERS 1f;;,0 DRY TYPE TRANSFORMERS lCllO OVERCI JRRENT AND SHORT CIRCUIT PROTECTIVE DEVICES if HJ LOW VOLTAGE SURGE I"ROTECTIVE DEVICES (SPD) 16192 ELECTRICAL METERING DEVICES 161'!3 CONTRi lL EQUI PMENT l\CCESSORI ES lE >)0 LIGHT I NG City! "oject No 8146 Section A - SP pageiv VOLUME 3 - PLANS FOR INTAKE PUMP STATION I DIVERSION PIPELINE I AND DISCHARGE STRUCTURE StiEFI' NO. TITLE/DESCHIPI'ION PPC),JEC' CONCEPT, '1'1 I'LE'~HEET ANLJ PROJECT LOCATION HAPS P!~'O,l Ee: CONCEPT, pR, 'JEC r KEY MAP AND SHEET 1 NDEX PPO,IECi' CONCEPT, GENERAL LEGEND AND SYMBOLS pl.:O,JECT CONCEPT, GENERAL LIST OF ABBREVIATIONS PRO,lECT CONCEPT, ELI':CTR lCAL LEGEND AND SYMBOL:: INTA.KE :~ITE, CIV r L, SITE ACCESS ROAD LAYOUT INTAKE SITE, CIVIL, SITE CLEARING AND ENVIRONMENTAL CONTROL PLAN INTAKE SITE, CIVIL, SITE LAYOUT INTAKE SITE, METER VAULT, PIPING PLANS AND SECTIONS INTAKE SITE, METER 'fAULT, STRUCTURAL PLAN AND SECTION INTAKE SITE, ELECTRICAL, c;ITE l.AYOUT INTAKE SITE, METER VAULT, ELECTRICAL PLAN AND SECTION INTAKE PUMP STATION, PROCESS, PIPING PLANS INTAKE PUMP STATION, PROCESS, PIPING SECTION AND DETAIL INTAKE PUMP STATION, PROCESS, PIPING SECTIONS INTAKE PUMP STATION, PROCESS, PUMP MOUNTING DETAILS INTAKE PUMP STATION, STRUCTURAL, PLANS AND SECTIONS INTAKE PUMP STATION, STRUCTURAL, SECTION INTAKE PUMP STATION, STRUCTURAL, SECTION INTAKE PUMP STATION, ELECTRICAL, POWER PLAN AND SECTION UTILITY BUILDING, STRUCTURAL, PLANS AND SECTIONS ELECTRICAL BUILDING, STRUCTURAL, DETAILS AND SECTIONS ELECTRICAL BUILDING STRUCTURAL DETAILS AND SECTIONS ELECTRICAL BUILDING, ELECTRICAL PLAN AND DETAILS ELECTR1CAL BUILDING. MOTOR CONTROL CENTER, ONE-LINE DIAGRAM ELECTRICAL BUILDING ELECTRICAL, PUMP CONTROL SCHEMATIC INTAKE PUMP STATION, SCADA SYSTEM AND P & ID ELECTRICAL BUILDING, PANEL BOARD AND LIGHTING FIXTURE SCHEDULES AND DETAILS DIVERSION PIPELINE, PLAN AND PROFILE, BEGINNING TO STA. 12+00 DIVERSION PIPELINE, PLAN AND PROFILE, STA. 12+00 TO STA. 24+00 DIVERSION PIPELINE, PLAN AND PROFILE, STA. 24+00 TO STA. 36+00 DIVERSION PIPELINE, PLAN AND PROFILE, STA. 36+00 TO STA. 48+00 TEMPORARY CONSTRUCTION CROSSING - HONDO CREEK DIVERSION PIPELINE, PLAN AND PROFILE, STA. 48+00 TO STA. DIVERSION PIPELINE, PLAN AND PROFILE, STA. 60+00 TO STA. DIVERSION PIPELINE, PLAN AND PROFILE, STA. 72+00 TO STA. DIVERSION PIPELINE, PLAN AND PROFILE, STA. 84+00 TO STA. DIVERSION PIPELINE, PLAN AND PROFILE, STA. 96+00 TO END OUTLET STRUCTURE, CIVIL, SITE LAYOUT OUTLET STRUCTURE, PROCESS, PIPING PLAN AND SECTION OUTLET STRUCTURE, STRUCTURAL, PLANS AND SECTIONS STANDARD DETAILS, SCHEDULE OF OPENINGS AND PENETRATIONS STANDARD DETAILS, TREE PROTECTION AND EROSION CONTROL DETAILS STANDARD DETAILS, FENCING AND GATE DETAILS STANDARD DETAILS, PAVING, SIDEWALK, AND SIGN DETAILS STANDARD DETAILS, PIPING EMBEDMENT AND JOINT BONDING DETAILS STANDARD DETAILS, CROSSING, CONNECTION, AND AIR/VACUUM VALVE DETAILS STANDARD DETAILS, CORROSION PROTECTION AND THRUST AND JOINT RESTRAINT STANDARD DETAILS, PROCESS, PIPING DETAILS STANDARD DETAILS, STOP LOG AND BAR SCREEN DETAILS DETAILS, STRUCTURAL DETAILS DETAILS, STRUCTURAL DETAILS DETAILS, STRUCTURAL DETAILS STANDARD DETAILS, EIJECTRICAL DETAILS LANDSCAPE PLAN LANDSCAPE PLAN LANDSCA PE PLAN LANDSCAPE PLAN LANDSCAPE PLAN LANDSCAPE PLAN LANDSCAPE PLAN '\ .1 (j 'J 13 9. 10 11 12 13 14 15 16 17 18 19 20 21 22 221-, 23 24 25 26 27 28 29 30. 31. 311\ 32 33 34. 35. 36. 37 38. 39, 40. 41. 42. 43. 44. 45. 46. 47. 48. 49. 50. 51. 52. 53. 54. 55. 56. 57. 58. 59. 60+00 72+00 84+00 96+00 City Project No. 8146 Section A - SP Page v VOLUME 4 - TECHNICAL SPECIFICATIONS FOR HONDO CREEK BRIDGE ':AS DEPA,"I'MEN'J' ,JF TR/,NSE'URTATION STANDAHIJ SPECIFICATIONS FOR CONSTRUCTION OF HI ;11\'1.:' YS. ;TREETS ANI' 1m I DUES II\ Pi r F T C~.T1 jN L) I 4 GEOGFn DBASE RE I NFORCEMENT VOLUME 5 - PLANS FOR HONDO CREEK BRIDGE ,'OVEi. ,l',NU;HEET INDEX :;UMMld<'{ OF ESTIMATED OUANTITIES ;ENEI<Ll.L NOTES FR()JF' 'T PU\N AND IROFl LE POADWJW TYPICil.L SFCTIONS HRIDCE LAYOUT ,;0 I L 80R I NG LOG:; f BRIDGE TYPICAL SECTIONS BRIDGE DEMOLITION PLAN 11 ABUTMENT DETAILS I OF 3 J ABUTHENT DETAIL:, ~) OF 5 ]. J\BUTMENT DETAILS 3 OF 3 1 INTER lOR BENT DET]\,ILS I OF 2 1', INTER [OR BENT DETAILS 2 UF 2 }' WATER LINE SUPPORT DETAILS II PRESTRESSED SLAB BEAM UNIT NO 1 l' PRESTRESSED SLAB BEAM UNIT NO. 2 1 f, BEAM HOLD-DOWN DETAILS 1(. SLAB BEAM DESIGN DATA 2( PRESTRESSED CONCRETE SLAB BEAM DETAILS 2] ELASTOMERIC BEARING DETAILS 2~ RAIL ANCHORAGE DETAILS 2 TRAFFIC RAIL (TI0l! 24 METAL BEAM GUARD FENCE TRANSITION (1'101) 2" METAL BEAM GUARD FENCE 2f BRIDGE END DETAILS Ciiy I 'roject No Rl'Jti Section A - SP Page vi NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed IJrOposals addressed to the City of Corpus Christi, Texas for: RINCON BAYOU DIVERSION PROJECT-INTAKE PUMP STATION, DIVERSION PIPELINE, DISCHARGE STRUCTURE AND HONDO CREEK BRIDGE REPLACEMENT consists of four (4) Base Bids tIlC'ludinq approximately lO,200-LF of new, 60-inch and 54- inch pip.,] inl' wit h : teel pipe versus reInforced concrete cylinder pipe and typu'il qranuLn embedment velSUS cement stabilized embedment. Also incltde i are a n,'w ISO cfs pump station on the Nueces River upstream of the' ('11 ,11 en sa] t w,lter ban leI dam, a discharge structure into the upper Rincon t~d.You, 1 emov.!l of an EeX isting timber bridge and construction of a new 158 foot long bridge on Hondo Creek all in accordance with the plans spe(: 1 f i 'J.t iom; and :ont ract documents, will bE' received at the office of the City Secretary until 2:00 p.m., Wedne~ay, S~p~~er_28~~~9~ and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre b ld meet in<] is scheduled for !Q.:J)Q_.a.m...!-,!,uesday, August 30, 2005, at the Engineering Services Main Conference Room, Third floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conduct "d by t he City, and wi 11 include a brief description of the pro] e< 't Th{~ COllSU J tant Enginper wi 11 a Iso be present to address bidder's quest lOllS. A. bid ]"Hld In t he amount of 5% of the highest amount bid must accompany each proposal Pal lure to provide the bid bond will constitute a non- respoIls I ve proposal which wi 11 not be cons idered. Failure to provide requi red performance' and payment bonds for contracts over $25,000.00 will result In forfeiture of the 5% bid bond to the City as liquidated damages. Bidder';; plan deposit is subject to mandatory forfeiture to the City if bidding ciocuments a1 e not returned to the City within two weeks of receipt Jf hids Plan::::, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of One Hundred Dollars ($ 1.!>.9.00) dS a guarantee of their return in good condition within two weeks 'Jf bi d date. Documents can be obtained by mail upon receipt of an addit LOllal ($25...'OQ) which is a non-refundable postage/handling charge. The bLdder is herehy notified that the owner has ascertained the wage rates wllich prevail in the locality in which this work is to be done and that su( 'h wa':JE' se'ale is set out in the contract documents obtainable at the offlce of the City Engineer and the Contractor shall pay not less than the wag, ratt;s so shown for each craft or type of "laborer," "workman," or ~mechanlC" employed on this project. The ('i 1 Y reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous Ll the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Re'I i ,'ed 5/00 NOTICE TO CONTRACTORS - A N(YfI(:E '-f() (:()N'-rRA(~l'ORS - A INSUI{AN(:11: R}1~QUIREM~~NTS I{evised September, 2000 A ( 'ertificate of Insurann' indicating proof of coverage in the following amounts is required: . --......--...- -"-----'- ..~ -~._"--~.._~ TYPE OF INSURANCE ~. MINIMUM INSURANCE COVERAGE les Bodily Injury and Property Damage ~ ~ $2,000,000 COMBINED SINGLE LIMIT ) $1,000,000 COMBINED SINGLE LIMIT -~ WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 -- $1,000,000 COMBINED SINGLE LIMIT --..-- $2,000,000 COMBINED SINGLE LIMIT REQUIRED e -X NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements K-- REQUIRED _ NOT REQUIRED See Sedion B-6-11 and Supplemental Insurance Requirements REQUIRED X- NOT REQUIRED 30-Da} Notice of Cancellation re(luired on all n'rtilka --... ,.-- ,-~ ._~ -.-------..- ..._. _._----_.._._--,-----~_.- Commercial General Liability including: I ( 'ommercial Form l. Premises - Operations 3. Explosion and Collapse Hazard 4. Ilnderground lIazard 5. Products! Completed Operations Hazard 6. Contractual Insurance 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LlABILlTY--OWNED NON-OWNEI OR RENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABlLlTYI ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to includ long-tern environmental impact for the disposal of contaminant,; BUILDERS' RISK INSTALLATION FLOATER Page 1 of2 lily I'm/eel No 8146 o TtH' City of Corpus Chr-isti must he named as an additional insured on all <'ovenlges except worker's compensation liahility coveragl () rhe name of the proj<'ct must be listed lInd(~r "deseription of operations" on ('ach certificate of insurance. c) For each insurance coverage, the Contractor shall obtain an endorsem<'nt to the applicable insurance policy, signed by the insurer, p,-oviding th<' City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages whidl are specifit.d in section D-6-11 or Special Provisions section of the contract. A completed "Disdosun' of Interest" must be submitted with your proposal. Should you ha ~'e any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 Of;, f 'lOject No. 8141 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORKER'S CO:.'!PENSATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR C~VE~~NT ENTITIES 7exas law requi:::es that ::-.ost contractors, subcc::c~actors, and oth~~s ~roviding work or serv~ces for a City building c~ construction prc-e~~ ~ust be covered by worKe~'s compensation insura~ce, authorized self-~::surance, or an app~8ved worker's compensac~8~ coverage agree~ent. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) ~~ provide 1 of the 3 forms of worker's compensacion coverage, the C~~y will require such coverage for all individuals providing work or ser":ices on this projecc at any time, including during the ma~::::e~~ance guarancy period. :-iotor carriers which are required to regl.s::er with the Texas Depa~:::::ent: of Transportation unde~ Texas Civil Stac~ces Article 667Sc, and which provide accidenc~l insurance coverage under Texas Civil StaLutes Article 6675c, Seccion 4(j) need not ~~ovide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees t~ comply with all applicable provisions of Texas Administrative Code Litle 28, Section 110.110, a copy of whicr. is attached and deemed i~corporated into the project contract. Please note that under section 110.110: certain language ",ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; L. the Contra.ctor ::. s required to submit ::'0 the City certificates of C::lverage for its employees c..nd for all subcontractors and others providing services on the proj ect . The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and ~ t:he Contractor is required to post the requi~ed notice at t:he job site. By sig~ing this Contract, the Contractor certifies thac ~: will timely com;:;l:.; ....rith these Notice to Contractors liB" requirements. NOTI.Ct: ':0 CONTRACTORS - B (Revi.eo 1/13/98' paqe 1 of 7 8/7 /98 " 1,'\,I...- L ,\.J, l . ,_ r;ige ! <..'i. 0 Title 28. I~SlRA.~CE Part II. TEXAS V\-"ORKERS' CO~lPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COv"ERAGE Subchapter B. El\1PLOYER NOTICES ~ 110.110 Reponing Requirements (or Building or Construction Projects for Govemmenul Entities (a) The foUowing words and terms, when used in this ruie, shall have the following meanings, unless the context dearly indicates otherwise. T e:ms Dot defined in this rule shall have the meaning de:ined in the Te.'C3S Labor Code, if so denned. (1) Certiii~te of coverage (ce:-riii~te.)-/'_ C()py of a certificate or insurance, :!. certificate of aumorit)' to sell-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-8 I . lWCC-82. nVCC-83, or TWCC-S4), showing statutory workers' compensation insurance coverage for the pet son's or enuty's employees (induding those subject to a coverage agreement) providing services on a project. for the duration of the project. (2) Building or consuucJon-Has the me2.rllng defined in the Texas Labor Code, S 406.096(e)(1). (3) Conrrac~or-A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage-Workers' compensation insurance meeting LfJ.estatutory requirements of the Texas Labor Code, S 40 LO 11 (44). (5) Coverage agreement-A wntte::l agree::1ent on form TWCC-81, form lWCC-82, form TIVCC-S3, or form lWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act. pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration or the project--Includes the time from the beginning of work on the project until the work on the project has bee.~ completed 2..1d accepted by the governmental entity. (7) Persons Foviding ser.'lces on the projec:: ("subcontractor" h": 9 406.096 of me Act)-\\Tith the exception of persons excluded under subsections (h) and (i) ofthis section, includes all persons or entities perfonning all or part of the services the contractor has undertaken to perfolUl on the project, regardless or whether that person comrac:ed directly \Vim the contractor and regardless of whether that person has employees. n~s includes but is not limited to independent contractors, subcontractors. leasing companies, motor carners, owner-operators, employees of any such entity, or employees of wy entity furnishing persons to perfo~ se:-vices on the project. "Services" includes but is not limited http://wwwsos.state.tx.usltad23/I1/110fBll]0.Il O.html :IOTICE TO CONTRACTORS - :: Revi$ed 1/13/98) Paqe 2 of 1 817/98 S T.:',C Page 2 ct.s ~o pr::v-:c::::;. :::::iling, or de:,;':ering equipment or :::z:eri31s. or ;=ro\iding fabor, tra.~spcr::!.r:on. or oche:- "efYlce ;e:2:~::: to a pfOjec~. "Services~ does not i.;c:~~e activities ~r'.:-elated to the proje:;+.., s"..1ch as fooci/:Je"e;,;~ '1endors. o~~ supply deliveries, a;:~ delivery of ;::onable toilets. (8) Prcje~-includes the pI': goverrM':1e~:::i entity . of::' 2rvices re::.:.:ed to a building or construction CC::~act for a (b) PrO\oloir.5' or causing to be provided a certifica:e or coverage pursuant to this rule is a represer.t2:.icr: by the insured ::hat all employees cfme insured who are providing services en the project :l:"e c::;':ered by workers' compensation covei2ge, that the coverage is based on proper reponing of dassification codes and payroll amounts, and that all coverage agreements have been filed v.:ith the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insur2.:4ce Regulation. Providing false or misieading cerrii1cates of coverage. or raijing to provide or cc.inrall fC1:Juired coverage, or failing to report any c:-..znge that materially affects the provision of coverage may S''Joject the contractor or other person providing services on the project to adminiSuc.t \-e penalties, criminal penalties, civil pe:1aities, or other civil actions. (c) A gover.'~r::enraJ entity tl:c.t enters into a buildir:g or construc-...:on contract on a proje~ shall: ( I) indude iJc rbe bid specmC-1tions, all the provisions of paragT2.pn (7) of this subsecticn, esing the language re:JUired by paragraph (7) of this subsection: (2) as pan oi-L~e conrract, using the language required by paragraph (7) of this subsection., require the contractor to perform as required in subsection (d) of this section; (3) obtain :Yen the contractor a certificate of coverage for each person providing services on the project, prior to that person heginnj.ng work on the project; (4) obtain ITem the conL'4ctor a new certificate of coverage showing extension of coverage: (A) before tb~ end of the C'~ent coverage period, if the contra~ors current certificate of coverage shows thz! L':e coverage period ends during the duration of the project; and (B) no later t!'..aIl seven days after the expiration of the coverage for ~ch other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain ceniiicates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the cer..ificates of coverage to the commission upon request and to any person entitled :0 them by law; and (7) use the 12r;5"uage containe~ in tile following Figure I for bid specwcations and contracos, without any addition2i words or changes. except those required to accommodate the specific document in which they are contained or to impose stricter standards of docu::1entation: T2SSIIO.1IO(c)(7) tbJ http/!WWVI.sos.state.tx.usltac./:S/II1l1 OlE/II 0 II O.hUrJ NOTICE TO CONTRACTORS - 3 Revised 1/13/981 paqe J ot 1 8n/98 :.~ TAC 110.110 Page J of 6 :) A contractor shall: . 1) provide coverage fur its empioyees providing services on a project, fc:- ti:e duration of the project :ased on proper reponing of c1assiSc::.::on codes and payToil amounts ar.d ei::g of any coverage ?greemems; 12) provide a certificate of coverage showing workers' compensation coverage to the governmental ~ntity prior to beginnbg work on Li:le project; (j) provide the gove:nmental enut)", prior to the end of the coverage period. a new certificate of coverage showing extension of coverage, if the coverage period shown on the COntractor's current ;:ertificate of coverage ends during the duration of the project; . (4) obtain from each person providing services on a project. and provide to the govenunental entity: (A.) a certificate of coverage; prior to that person begi.nning work on the project., so the governmental ~_'ltity will have on file cenificates ot coverage showing coverage for all pe:-sons providing services on "':e project; and tE) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage. if the covef2.ge period shown on the current certificate of coverage ends during the duration oCthe project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notifY th.e governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have hown, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfY other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both Fnelish and Spanish and any other language common to the worker popuIation. The text for the notices shall be the following text provided by the commission on the sample notice, -without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERA.GE "The law requires that each person working on this .site or providing services related to this construction projea must be covered by workers' compensation 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 Status as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage. to verify whether your employer has provided the required coverage, or to repon an employer's failure to provide coverage. " hnp:l/www.sos.state.tx.usltad28/II/1101B1l}0.11 O.html NOTICE -:0 CONTRACTORS - 8 aevi.ed 1/13/98' l'aq.e .... ot 7 . 8n/98 2'&TAC ~,\.I1IO fJage 4 or 6 (8) cc~r=ac~aily require ~~h person with '''"nor.: :: comraC::; ::: ;::-o'\ide services 0:: ;l ~roject to: (A) provide coverage baseo 00 proper reporu..'1g of classification codes and payroil 2r.10Um d fili.... of any coverage agreeme:1IS for:ill ofb empioyees providing services cn the projeC"", for the durario; of the project; (B) pro\-ide a certificate or- coverage to the com.-actor prior to that person beg:inni.~g work on the proJe~; (C) include in all conu-aco:s w pro\;de services en the project L.~e 12.I1guage in subse'7.icn (e)(3) of chis section; (D) provide the contraco:c.-, prior to the end of the coverage period., a new cenifica:e of coverage showing extension of coverage, if the coverage period shown 00 the current certificate of coverage ends during the duratioo 01 the project; (E) obtain from each other person with whom i~ contracts, 2.I1d provide to the comrac~or: (I) a ceniiicate of coverage, prior to the other pe:-son beginning work on the project; ::....,d (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 ce:-tificate of coverage ends during the duratioo of the project; (F) reum all required cenificates of coverage on file for the duration of the project a.,d for one year thereafter, (G) notify the governmental entity in writing by certified mail or personal delivery, v.ithin ten days after- the person knew or should have known, of any change that materially affectS the provision of coverage of any person providing services 00 the project; and (II) conrractually require ~ch other person with whom it cootra~..s, to perform as required by subpangnphs (A)-(H) of this paragraph. 'with the certificate of coverage to be provided to the person for whom they are providing sei-vices. (e) A person providing services 00 a project, other than a contractor, shall: (I) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and paytoll amounts and filing of any coverage agreements , (2) provide a certificate or- coverage as required by its contract to provide services on the project, prior to beginning work on the project; (J) have the following language in its contract to provide services on the project: "Sy signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contrac: who will provide services on the project will be covered by workers' compensation coverage httpJlwv...w.sos.stale.tx.usltacl28/II1110fBlllO.110.html NOTICE TO CON1"lUl.CTOas - B lleY1.ed 1/13f98l l'aqe..5uoL.' Sn198 L,O &.^.... I .V. L lV ~age :> or 0 for ti:~ ct!ration of ti:e project, that the cc';erage will be based on proper reporting of classification codes and payroU a..-::ooots, and that all coverage agreeme.'1ts will be filed with the appropriate tflSurelCe ~er or, ~ the case of a self-insured, with the commission's Division of Self-Insurance Re2ciarion. Providing false or misleading i....rormatioo may subject the contractor to administrative pe~ries, criminal pe:1alties, civil penalties, or other civil ac::ons." (4) provide the person for whom it is providing services on the project, prior to the eltO of the CQvera'lC period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on me certificate of coverage ends during the duration of the pr~ea; . (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract; (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period. if the coverage period sho'Wll on the current certificate of coverage ends during the duration of the proj~ (6) retain ill required cerriiicates of coverage on file for the duration of the project and for one year thereafter; (7) notify the goverrunental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should bave known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agre~..nents for all of its e::1ployees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person be~nnine work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (0) pro\lide, prior to the eod of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown 00 the current certificate of coverage ends during the duration cfthe project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a ce~cate of coverage, prior to the other person beginning work: on the project; and (ii) prior to ~e ~d of the coverage period, a new certificate of coverage showing extension of the coverage penod, If the coverage period shown on the current certificate of coverage ends during the http://www.sos.state.tx.usltacl28/IJ/110/BIlIO.11O.html NOTIC& TO CONt'l'ACTOItS - e Reyued 1/1319" 'Pave- '-fl--7- 8nl98 :-,LAl.llVilV Page 60f6 duration oj :be contract: (F) retain ail required certiic.a:es of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental er:tity in writing by certified mail or personai delivery, within ten days after the person knew or should have known, of any change that Il12.teriaily affectS the provision of coverage of any person proviriing services on the project; and (II) contractually require ~ch person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-{G) of this paragraph. with the certificate of coverage to be provided to the person for whom they are providing services. (0 If any provision of this rule or its application to any person or circunlStance is held invalid. the invalidity does not affect other provisions or applications oftbis rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity 00 or after September I, 1994. This rule is also applicable for those building or construction contracts emered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insur211ce coverage pursuant to Texas Civil Statutes. Article 6675c, ~ 4(j). (i) The coverage requirement ufthis rule does not apply to sole proprietors. partners. and corporate officers who meet the requirements of the Act. S 406.097(c), and who are explicitly excluded from coverage in accordance with the Act. ~ 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, 9 1.20). TIlls subsection applies only to sole proprietors, partners. and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to s~insure that is delivered, issued for delivery, or renewed on or after January I, 1996. Source: The provisions ofthis 9 110.110 adopted to be effective September I, 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://www.S9s.state.tx.usltacl281IJ11101B/110.110.htm1 NOTJ:CC: ro CONTlU\CTORS - B Rev1.ed 1/13/'81 'aqe 1 ot 1 snl98 SECTION A - SPECIAL PROVISIONS RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT SECTION A - SPECIAL PROVISIONS A--l Time and Place of Receiving Proposals/Pre-Bid Meeting ~\ ,Led prO~'-)5a]s will b. re:eJved :[1 conformity with the official advertisement lli J,ting oi Ie. tor the pI< Jeet Propu;;als will be received in the office of the City ~,\, retarv, !-ocat:.C'd on Lie tIcl tloor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, September 28, 2005. Proposals mailed should be addressed in th, follc1wi'lq manner: :i' of CtJlpUo hrl ti i ['i Se ere t a I y . 0 t t i u 12"1 Leopard Street ~orpus Christ i, Texas /8401 ,'\TTtl: 81 I' PR( iPOAL RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT A fJ/::e-bid meetinq is scheduled for 10:00 a.m., Tuesday, August 30, 2005, at the Engineering Services Main Conference Room, Third floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conducted by the City, an'1 will In- 1ude a brief des,oriptIon of the project_ The Consultant Engineer will al be pre (-n! tu addle: s b rid,Jr':; 'juestions. N,_ iddltiun,l or sel)Cl1 dt:i SIte Vl~llations will be conducted by the City. A-2 Definitions and Abbreviations ~~.~ ion B 1 f the ,;e1",r,,! P10V ]()fl will <Jovern_ A-3 Description of ProJect The, project -:onsists 01 four (4) Base Bids including approximately lO,200-LF of new, 60 Lnch and ')4-- inch p] pe j ine wi th steel pipe versus reinforced concrete cylinder PL['" and typical granuLll- embedment versus cement-stabilized embedment. Also ill i uded <IrE 1 new l~)O cf pump ',tat Ion on the Nueces River upstream of the Calallen Sd t water L.i[lier dam, a discharge structure into the upper Rincon Bayou, removal oj In existing timber bridge cmd construction of a new 168--foot long bridge on Hondo Cj""k all ir 3cco,danc" hlth tll,' pld!l:i specifi,:ations and contract documents. A--4 Method of Award TI" bids wi I be evaluat.-d b,lsed on the following priority order, subject to the dv,::lability)f fundi: Total Base B1d 1 (Steel Pipe and Typical Granular Embedment) -0R- Total Base B1d 2 (Steel Pipe and Cement Stabilized Embedment) -oR- Total Base Bid 3 (RCCP Pipe and Typical Granular Embedment) -0R- Total Base B1d 4 (RCCP Pipe and Cement Stabilized Embedment) . ThE City u?s,'rves tlw I igi:t t rE'Ji'ct any or all bids, to waive irregularities and to lecept Lh. b~d which, j n the Cl ty' s opinion, is most advantageous to the City and in the best: ; flterest of tLe publ Le: - The Bidder shall provide a bid for all Base bid Items and all Alternate Bid item~; ill the proposal. Absence of a bid for any bid item wi]! result in th~ bid bel~cQrl.s~dl?~e_~Qfl.:-E~.sponsiye. ri. ProjectNc 8146 -- SectionA-SP (Revised 9/18/001 Page ] of 23 A-5 Items to be Submitted with Proposal i Ll JW!rlg itents d~:5.: reql~~~~c:I to be submitted with the proposal: 1 5% Bid Bond (Must reference Rincon Bayou Diversion Project, Intake Pump Station, Diversion Pipeline, Discharge Structure and Hondo Creek Bridge Replacement as identified in the Proposal) (A Cashier I sCheck, certified check, money order or bank draft from any State or National Bank will also be acceptable.) Disclosure of Intprests Statement A.-6 Time of Completion/Liquidated Damages Tf! workin'j tlme tor c.,mpletion of the litractor Shd 1 i commence war k wi thin '..., ,tten notice Jrom tl,e Uirector of Erllinc."r") to proceed. Project will be 180 calendar days. The ten (10) calendar days after receipt of Engineering Services or designee ("City .. each Cd 1 endar day that any work remains incomplete after the time speci fied in '~h,' Contrae't: for completion of the work or after such time period as extended pl1LSuant t" other provlsic)J)s of this Contract, $1,000 per calendar day will be <1: ';essed against the Contractor as 1 iquidated damages. Said liquidated damages are I)( I imposed as a penalty but as an estimate of the damages that the City will :;jJ5tain from delay in cempletion of the work, which damages by their nature are not ';'ipable of precise proal The Dir-ector of Engineering Services (City Engineer) may I.., I hhcld and deduct flom monles otherwise due the Contractor the amount of jUlcLlted damages due t he City, A-7 Workers Compensation Insurance Coverage thc' Cont.r-actor':3 war keL; I compensation insurance coverage for its employees w,>'kinc.j on 1 he ProJe,'t IS tc>rminated or canceled for any reason, and replacement VI! ker I C( lmpensat ion ir,urance coverage meet] ng the requirements of this Contract not iL f'ffect ()fl the'ffective date of cancellation of the workers' compensation urancE' (:overage to bE replaced, then any Contractor employee not covered by the IC'luirc'd w( 'r kers' compensati on insurance cove rage must not perform any work on the Pr'ject _ I-'u r thermort', for each alendar day including and after the effective date of t, rminat ] on or cance llat ion of the Contractor's workers' compensation insurance C(jeraqe tor its employees working on the Project until the date replacement \tJ( ker I cornpensat lon in.,urance coverage, meet lng the requirements of this Contract, i.n ..f fe! t fOl those 'ant rae-tor employees, liquidated damages will be assessed c,q" ins t and paid by the ant ractol at the highest daily rate else\tJhere specified in tl s Cuntra,,:t. Such llquJdated damages will accumulate without notice from the City FJ iine,~r te the Cont.rdct'r and will be assessed and paid even if the permitted time t< =ompletf' the proje:t ')as not expired. ] J; accurc:lan<,e wi th at he requi rements of this Contract, the Contractor shall not pl'lmit subcontractors or others to work on the Project unless all such individuals we r kini] on the PIoject ale covered by workers' compensation insurance and unless the r E"Juired documenta.t ion 0 t such coverage has been provided to the Contractor and the C.; Enginh'r. A-a Faxed Proposals FrlJposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Sf' tion R-2 of the Gener,ll Provisions. (1 Pn 'eLl: :'-' 814'; Section A - SP (Revised 9/18/00) Page 2 of 23 A 9 Acknowledgment of Addenda CCItt I dt '.)1 '" i ill, lck JOW I .-'dqe r e, -e ipt of a I 1 addenda f eco i ved in the appropI:.) tr. j,>d 1I 'lie pr"posaL Failure to do C,,) will be interpreted as non-receipt. lei cO', 11d':'- : 19n1 ii';dnl Impact on t he proposal, failure to acknowledge d c;ub"'-"IUE'lt Illt"rpret,3tion of lion-receil't could have an adverse ktF iTllllig -he 10\'-,C,;' fi'sponsibJ[ bidder. lee ~ir "v ce ld,je e I I'd ':'ct wlel A-10 Wage Rates IRevlsel 1/5 '001 ], r Pli'f"tence dlld waqe tdtes for Heavy Construction. ~ '+, n t-f-a-et+'f- ' ; !cta-ll- H 5'> -tt-itJh€-f---~e-- F-a-t-e-:- Hi ,:imurn Fn /.3j I ~rl<] Wc1'J_f.:__ :cales TI Corpus 'hn st 1 Ci t Y C nunc.ll hac; determined the general prevailing minimum hourly Iridle rdt,.s lor Nueces CCLlnty, Texas c1S set out in Part C. The Contractor and any cl J,cont ract)[ must notay lecls than the specified wage rates to all laborers, mechanics 'mploy,->i by them HI the execution of the Contract. The suhconttacror :3hall forfeit sixty dollars ($60.00) per calendar day, poc l' it here, 1, f ( r ,ach I ahur (,r, workman, or mechani c employed, if such person paid ["S than the ;PE .ified tate'3 for the classification of work performed. The l ( ra"t,-, Ir,d cad-, SuhCclitractc-r ITIIISt keep an H:curate record showing the names and 'iS1 t l'.lt )ll; f d \1 laborers, workmen, ,md mechanics employed by them in neC'!!'1 ,-Jith Ih,' PlOj,'ct .lnd :3l,owlng the actual wages paid to each worker. w( kme" d! { ( , ( , rd' r r 'IL, I'mi tI C(,ril:d tal wtll. mafe Li-\.Jeekly certified payroll submittals to the City Cont rd~t )r dill al so obtain copie; of such certified payrolls from all S dnd JI tIel work ine; erl the ProJect. These documents will also be th, '-ity f-:ngineer bi weekly. {See section for Minority/Minorit fl ,rI'1l-' hilt iPdti('ll !-'oll(:Y tOt additional requirements concerning the per It in, !nd ([>flter, f the ('dyr,)] I submit t.lIs T :ont [,j 't Er I; ne" r s ut B, \ n(~ pr On anej (Jne W' ked 1 n e h,- i i days H r s. ,I half ess I! .~) Lmes :Jt 40 hcurs Sect i on B- I the specified hourly wage must be paid for all hours In anyone week and for all hours worked on Sundays or 1, D,'finition of Terms, and Section 8-7-6, Working (See A-II Cooperation with Public Agencies (Revised 7/5/00) 'I'll, ConfIdcr r shall coopl~rate wi ih all publ i c and private agencies with facilities up' ratl ng w, thin the 1m}, s cf the Project. The Contract or shall provide a forty- e lilt i'18 ,,Ill n'l! j .:e tEe any af;pll cdble agency when work is anticipated to proceed 1 I he \fj, 1 Ity of dny fc:,~iliLy by u:;ing the Texas One-Call System 1-800-245-4545, th' Lotte St;r Not lficati m Company at 1-800-669-8344, and the Southwestern Bell L,,' ile IJI UUI at 1 -ROO 82'\-51.'7. Fed the Cont ractor I S convenience, the following t.(, "phone n\:rnbers an' 1 ic-t ed. Ci t Pro "7 f::'C N, 8] 46 Section A - SP (Revised 9/18/00) Page 3 of 23 CIty Engineer Pt-oject Engineer AlE Project Enginepc 880 -- 3 500 880-3500 Mr. Brandon M. Neal c/o HDR Engineering, Inc. 4401 West Gate Boulevard, Suite 300 Austin, Texas 78745 Phone: (512) 912-5106 Fax: ( 5 12 ) 912 - 5 15 8 or Mr. Carl E. Crull, P.E. c/o HDR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: (361) 857-2216 Fax: (361) 857 -0509 880-3540 882-1911 857-1880 857-1818 885-6900 857-1881 880-3461 857-1970 299-4833 Traffic Engineer Police Department Water Department Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department Solid Waste Services Department AEP/Central Power & Light Co. SBC/Southwestern Bell Telephone Co. City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) Corps of Engineers (880-3140 (880-3140 (885-6900 (880-3140 after after after after hours) hours} hours} hours) (693-9444 after hours) (1-800-824-4424, after hours) 881-2511 857-1946 857-5000 887-9200 813-1124 881-5767 512/935-0958 972-753-4355 814-5847 (attn: John Wong) 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mobile) A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, t;he accu!"~~Land compl~te~~~s_~such_~nformation is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at hi:- own expense. In r_he event of damage to underground utilities, whether shown in the drawings, the Contractor shall make thE' necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the uCliities Where existing sewers are encountered and are interfered with (i.e. broken, cut, et:( ), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a sat isfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and ConLractor must pay for all fines and remediation that may result if sewage or other I iquid contacts the streets or ground surface. It is also the Contractor 's elt PrOJect No 8146 Section A - SP (Revised 9/18/00) Page 4 of 23 re"[)onsibil ity tu make all necessary repairs, relocations and adjustments to the S6 r Lsfact. ion of the City Eng ineer at no increase in the Contract price. Materials fe- repalrs adjustments or lelucations of sewer service lines must be provided by tfw ContL~c or A-I.) .'\.rea l',eeesg -and n'I'raf-He-BoFi~~l- (NOT USED) bBf.f--i-e-ieFtE-lfo..a-EHe-€Bftt-i"ol----Il'lettSUFe& muot bc u:Jcd to aoourc a oafe condition and to PlovWe-a-mitH:mum-B-f--ifl€BHV€fl-ieR€e.-tB- motoriato .---Al+ '..'eather aceeoa muat be pro'.'idcd feE> a+l-Fes-4deH-E-&a.R4--ffiH; i-fle&5efr-at--a-ll timca~ing conatruction. Thc Contractor must-~~ie .+empBFary-- i:k4-vewa'fS.,~fer-'~s--ETE---apfH'Bved miltcrial during \let W€'a-~, 'Fl1" t'oHt-t-aetf'F-H~ maiHt-aiHa atockpile on the Project oite to meet thc eemaOOiJ --of- i nel€flH':"nt . wentioJe+ Tfle-BenHtt€tf}F--w:i++-Be~equi-Eee~ochcdule hia operationa 00 ao to cauoc minimum adv~~tE.~-BH--t-he- -a€{'cooibi H4:j'--B-f adjoining propcrtico. Thin may include, but is flOE. +:im:ited -te-; W<rFkiH<Ot-W-tveways in half-widtho, conntruction of temporary Famps-;- et f:, 'FA.." .c-e-ftH-a€f*>F---sfia-l--l- eomply-~fl the City of Corpun Chrinti '0 Uniform Barricading bEdndardo -attd--PTaet4-€es-as- -adopted .. by the-Bi ty. Copiea of thia document arc aVdi-l-abk -t:cffi~-Efle- Hty-'-S ~aU-ie- Engineering Department. The Contractor ahall se"H-Fe-.-t-he-~teeessa f'Y--peHlti-to---f-rem-+be -Ci ty I a Tr af f ic Enginecring Department. Ale +~-Es---t(H'-' t-f-af-f-ie--f'+7ftfe-Fo-l- -are. conoidcred. ouboidiary, therefore, no direct pavme-fit. w1+1 ee-made to-('OfiF-l-aef~,' A-14 Construction Equipment Spillage and Tracking Thl' ContI act or sha 11 keEp the adjoining streets free of tracked and/or spilled mat.erials guing to or from the construction area. Hand labor and/or mechanical equlpment must be used where necessary to keep these roadways clear of job-related mal eria Is ~:uch work must be completed without any increase in the Contract price. Sf r c"ets alld 'urb j i ne mus be cleaned at the end of the work day or more frequently, i j necessarr, to prevent mater ial f rom washing into the storm sewer system. No vJ:;ible material chat could be washed into storm sewer is allowed to remain on the Pr,,)ect site or adjoining streets. ~~ Bxea7ation aftd-~~ - NOT USED Tht. c)cca...ato+>d--a-re-as--beh-ind-Bu,Fbs--afl€l-adjacent ~- Dide'.Jallm and drivc~Jaya muot bc {'-3-] led ,...it-h "clcan" -d-i-rt-,--"Glcan" dirt io defined ao dirt that iD capablc of l*-'O'.'iding --a-geod~T-ewtlt-Bf gra30 -wflefrapplied ....ith GCed/Dod and fcrtilizer. The dirt mu{Tt~-f-Tee -~-defrFis,-- eaB-efle.-,--asph3lt, eoncrctc and any other material that det-!'~--4'-Fom--itcS--~nee-GF hampcro the grm..th of graDO. AJ-l. cxi 0 t i ~ --€Bfier-et-e---attB -aSj3-fltt-lt.--w4th-i-H--the 1 iffii.t.&- of thc proj ect mun t be remo'.'cd tin-) ('GO othcl~--noted Al-j ncccG:Jtt-ly rCfRovC1-l-s--ine-l-tldi-H~- not limitcd to pipc, e-t,',..--are+n -he--eBfiSide--l'ed-~rl:lOO-iGi-ary to --the-.bid itcm for the -/"efer-e, --Ho-f!Hee.t. .jftl ymc n t -w-i-'ll-be- made t &--GEHl t r.:1 c t O'F~ drive.Jayo, o idc....alkD , "Etrcet Excavation" , A~~6 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 Contractur - The cost of all hauling is considered subsidiary; therefore, nu direct payment will be made to Contractor. Ci n Project Ne. 8146 Section A - SP (Revised 9/18/00) Page 5 of 23 A--l7 Field Office (SEE TECHNICAL SPECIFICATION SECTION 01060) '!'-he ContFa€-t~--8Hon-i-s-h----4--he--G-i--tcl' EngiRee-r or hia rcprcacntativc .lith a ficld of l+ee --a-t~t Re----€efi-S-E-Fue-to--i Ofi----s-i--tce,-- -'!'fie -H-e-l-d-.B-ff.i-€e----~--c 0 n t a i n at lcaa t 12 0 Dqu3- rc -l~,t of Ufrea-b-l-e--~~lTe---ti€cl-d-~f--ice muat bc air conditioncd and hC3-tcd 3-nd muat bt- -8H---n-ished ',lith afi--HH~fled -tafrl-e------t-h-a-t mcaaurca 3-t lC3-Dt 30" )( 60" 3-nd t'.m (2) (~IH-i--rs-'f-fie€efltF-ae8:.Jr ~;hal:-1------ffiB-V-t:'-Ehc field---Dffice on thc aitc 3-D rcquircd by thc C'-] tel' Engi-Ree--r---B1-----hi-s------FcprcacnE-at.-i--vc. Thc field officc muot bc furniohcd '.lith a t:-e !--epOOHe----{w-4--E-h---2-4--R-eu-r-- pe-r---day-an::J'.lcring ocrvicc) and F}\X machine paid for by the C-UftE-Fa€--E-e-F- There is no separate pay item for the field office. A-iS Schedule and Sequence of Construction The- Contractor shall submit to the City Engineer a work plan based only on working da is. This plan must det_ail the schedule of work and must be submitted to the City F.nqineer at least three (3) working days prior to the pre-construction meeting. Trw plan must indicate t he schedule of the following work items: lnitial Schedule: Submit to the City Engineer three (3) days prior to the Pre- C'(;n:struction-Meeting an initial Construction Progress Schedule for review. 1 terns .~l_n_clude: Show complete sequence i dent i fying Work at separate stages and other Identify the first work day of each week. of construction by activity, logically grouped activities. Submittal Dates: rndicate submittal dates required for all submittals. 4 Re-Submission. Revise and resubmit as required by the City Engineer. ~ .!'_er iod~c Updat~: Submi t Updated Construction Progress Schedule to show actual progress of each st-age by percentage against initial Schedule. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements. bench marks, baselines, etc. that are normally required to construct a project of this nature. Ma Jor controls and two U) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If during construction, it is necessary to disturb or destroy a control point or be:h mark, the Contract,;!: shal fprovide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City "r Consultant Project Engineer at the expense of the C~ntractor. IE for whatever reason, it is necessary to deviate from proposed line and grade to properl y execute the WOJ k, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to tht" drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paVIng process. Also, the City or Consultant Project Engineer may require that the Conteract:or furnish a maXI mum of two (2) personnel for the purpose of assisting the Cl t \ Pro-,,-?cr N< 8146 Section A - SP (Revised 9/18/00) Page 6 of 23 measuri ng of the compl et,>d work. Tbe Contractor shall provide the fol lowing certification for documentation and ve t if icat ion of campI i an"e wi th the Contract Document s, plans and specifications. Said compliance certifiCdtioll shall be provided and prepared by a Third Party independent Registered p! ofe,;s iona 1 Land Survey (R. P. L. S ) licensed in the state of Texas retained and pa d by the Contractor T'he Third Party R.P.L.S. shall be approved by the City priDe- tu any work. Any discrepancies shall be noted by the Th I rd Party Surveyor and ceO ify compliance to any regulatory permits. Fo lowi ng i the minimum scheduLe of documentation required: Streets: · All curb returns at point of tangency/point of circumference · r:urb and gutter flow 1 ine both sides of street on a 200' interval; · Street crowns on a 200' interval dnd at all intersections. Wastewater: · All rim/invert elevations at manholes; · All intersecting lines in manholes; · -~asing elevations (tor: of pipe and flow line) (TXDOT and RR permits). Water · All top uf valves box; · Valves vaults rim; · i'asing elevations (tor of pipe and flow line) (TXDOT and RR permits). Stormwater: · All rim/invert elevations at manholes; · All intersecting lines in manholes; · Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer The cost of the laboratory testing will be borne by the City. In the event. that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Projcct~g (NOT USED) 1'be GeREFd-€-tor rnuot~oh .:md-i-H-s-E-al--l---+-+enel Project oign ao indicated on the fullmling -dIu'.lingo ..-fAt-t;achmcnt -I-t- The oigns flIuot be inotalled before conotruction ~ino and-will be m.:J.intat~throughout the Project period by the Contr.:J.ctor. The l--eea~--~-f-+fle-ojgno '.lill----be.4et-e-Fffi:ifiCd in the- field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1 - Po 1 i c }.f It is the policy of the CIty of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Citr Project No 8146 Section A -- SP (Revised 9/18/00) Page 7 of 23 Policy StaLement ot the Cjty dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for mlnority and female participation by trade and for Minority Business Enterprise. DefinItions d Prime _ Contractor: Any person, firm, partnership, corporation, >.ssociation or joint venture as herein provided which has been awarded a ,'i ty '~ontract b :C;ubcontractor ---.--..-- association, or labor, services, foregoing under Any named person, firm, partnership, corporation, joint venture as herein identified as providing work, supplies, equipment, materials or any combination of the contract with a prime contractor on a City contract. c Minor~tYJ~usines~_~!lterpr:,.i:se: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this sect ion, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter ,;et forth: Owned (a) For a sole proprietorship to be deemed a minority business Fnterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least ',1.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (e) For an enterprise doing business as a corporation, at least ~,1. 0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . Controlled The pr imary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . ~har:~lll Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterplise d r.-1inori9':: See definition under Minority Business Enterprise. e Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f Joint Venture. A j oint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member C. t \ PrOject No. 8146 Section A - SF (Revised 9/18/00) Page 8 of 23 (t the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, sball be deemed equivalent to having minority participation in .0% of the work Mtnority members of the joint venture must have fLther [inane aI, managerial, or technical skills in the work to be r-et-formed b't the joinlventure. Goals a The goals Enterprises work force f ' ) 11 ows for participation by minorities and Minority Business expressed ill percentage terms for the Contractor's aggregate on all const.ruction work for the Contract award are as Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45% 15% b These goals are appl icable to all the construction work (regardless of federal partie ipat ion) performed III 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 t r dnsfer of m] nor i ty employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's p.'rcentage JS prohibited. 4 <::9m'pji.dn~~ a. Upon completion of the Project, a substantiated by copies of paid Contractor to the City Engineer. final breakdown of MBE participation, invoices, shall be submitted by the b. Tile COlltracto1 shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor wi 11 indicate, in writ ing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final p"yments to the Contractor for failure to submit bi-weekly payrolls in a timely fashiOl 01 to submit overall participation information as ['<'qui red. A---2-3- InDpcction Required --{Re",-i-se4--+j""'!-f}{)--}-- (NOT USED) T-fie -contr;)e-t(H~--sfta-H---a-&SBf-e--t-he--~-e--building inapectiona by the Building I-fiSpee€-:i-€ffi --D:i -v-i-s-i-Bfl- -a-t=-- -Efle--v-a-I-'i eu&- i.n t e IV;:11 a ---BE- '..'0 I' ]( f or '..'hi ch ;:1 p ermi t i a requ ired and to ;)OOUle ;). f in;)l..--i-Hspee~;)fter the building io completed ;:1nd re;:1dy for ee-eup;:1ncy .--8+H-t-Fat'-Eer~t-eb-t:-a-i-fi-Eflem Certificate of Occupancy, '.:hen applicable. S-eet-lBfi-B-6-z'of the ---Gefie-ral---P-r-B'if--is-iona ia hereby amended in that the Contractor fllUS.t--pay---a-H feea and----ehar~ levied by the City' 0 Building Inopection Department, aOO-mall Ot-lK"F--t-l+y---f--ees, .-i--n~.,.-ater/w;:1Gte',,'ater meter feeD and tap feeD ;),0 Fequi-Fee--by--c i-Ey~- A-2~. Surety Bonds Paragraph tW( (2) of Sect on fl-] 4 of the General provisions is changed to read as fo.i oWS: "No surety WIll be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigatIon against the City All bonds must be issued by an approved '~i ty Project No 8~46 Section A _ SP (Revised 9/18/00) Page 9 of 23 Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provrde certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer{s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) c f the re insure r I s cap ita 1 and surp 1 us . For purposes of thi s sect ion, the amount of allm"ed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety_ For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the abo-~e requirements _ The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued.n A-25 Sales Tax Exemption (NOT USED) Se<:~--B-6~--'f-d*-~cRlption Pro"\:ioion, io deletcd in ito entircty ,:md thc fe+ lO',.ing oubntitutcd-i-H lieu t-fle.Fee-f-~ Cen~~-h)r imprGVemeftt.&--t-B--rea-l property ;:1'.:urded by the City of Corpuo Chrioti do RBF qu.:lli~-~e)(emptiono --Elf S;:11eoi Exeioe, ;:1nd Uoc T;:1XCO unleno thc Contr.:lctor €.J~uto opcr;:1te under u oep.:lr;:1ted contr;:1ct ;:10 dcfined by Eection 3.291 of Ch.:lpter 3, ~-Mm4niotr;:1tion e-f..Title 3-4, Public Fin.:lnce of the Te){.:lo l\dminiotr;:1tiyc Codc, er ~-Bt=her ruleD or ~!l-&;:10 m.:lY be promulg;:1ted by the Comptroller of P~b-t-i-e--Aeeeu~--eF- TCX;:1D -If ~~r;:1ctor eleetD-Ee---oper;:1te under ;:1 oep.:lr.:lted contr.:lct, he oh.:lll: 1~ ~-thc neccoo.:lry o.:lleo t;:1)( permito from the St;:1te Comptroller. ~-= Identi fy in the .:lppropri;:1te op.:lce on the nSt;:1tement of 11.:lteri;:110 .:lnd Other ChargeD" in the propoD;:11 form the coot of m.:ltcri;:1lo phyoic;:11ly incorpor;:1tcd into thc Proj~_ 3~ ---PT~---FeSale cert~Ee- ouppliero. 4~ ~-PFeV~~~-it~~th copi~ muteri~ invoiceD to oubotanti;:1te the propooal va-l-He-- of m;:1tcri;:11a. ~E t~~;:1ctor dace not elect to oper;:1te under ;:1 eepar;:1tcd contr;:1ct, he muot pu}' b:H ;:111 8;:1leD I Exeioe I .:lnd Voe T;:1xeo .:lpplicable to thio proj ect. Subeontraetorn .:lre eligible for a.:lleo t.:lX eJCemptiona if the oubcontr;:1ctor ;:1100 complieD '.:ith the ;:1bovc requiremento. The Contr;:1ctor muot iaoue a reo;:11c ~'~ific.:lte to the Dubcentraetor ;:1nd the Dubeontraetor, in turn, iDDueD .:l reo;:11e €€T t i f i CJ t e. .t&--h-i s---ffiiWl-ieF . A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract., the Contractor shall obtain an endorsement to the applicable insurance po] ICY, signed by the insurer, stating: Cit Pro7ect No. 8146 Section A ~ SP (Revised 9/18/00) Page 10 of 23 In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior writttfl notice of <:~_celJation or ma~~E:!:a_!__c~ang~ to: Name: City of Corpus Christi Engineering Services Department Altn Cuntract Administrator Addres P O. Box 9277 Corpus Christi, Texas 78469-9277 Number of days advance not ice: 30 The Contract or shall provide to t:he City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. wi l hin thl n i (JO) calendar days after the date the City Engineer requests that the Contractor :1 ign the Cant ract documents, the Contractor shall provide the City Enqineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. FOI each insurance coverage plovided In accordance with Section B-6-11 of the Contract, the Cant ractor sha 11 obta.i n an endorsement to the applicable insurance po; lCY, signed by the insurer, ~;tating that the City is an additional insured under tl1<' insurance policy. The City need not be named as additional insured on Worker's Compensation coverage For cont.ract ual 1 iabil i ty insurance coverage obtained in accordance with Section B- 6 ! i (a) 01 the Conteact, the Contractor shall obtain an endorsement to this cc~erage stating: Cant ra. tor agrees t,. indemnify, save harmless and defend the City, its agents servants, and employees, and each of them against and hold it and them harmless from my and all lawsuits, claims, demands, liabilities, losses dnd expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have ar i sen out of 01 in connection with the work covered by this Contract The foregoing indemnity shall apply except if such injury, deat h ..)r damage is caused directly by the negligence or othe r f aul t of t:he C j ty, its agents, servants, or employees or any person indemnl f ied hereundc r. A-27 Responsibility for D~ge Claims Pal agraph (a.1 General Liabi 1 i ty of Section B- 6-11 of the General Provisions is amended to include Contractor must provide builder's risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's risk coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such builder's risk insurance coverage, including any deduct ible. The City must be named additional insured on any policies providing such insurance coverage. A-28 Considerations for Contract Award and Execution To J llow the Ci ty Enginef~r to determine that the bidder is able to perform its obi gations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: f~i t'y Whether any liens have been filed against bidder for either Project No 8146 failure to pay for Section A - SP (Revised 9/18/00) Page II of 23 services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and tilt, date of the release of the lien. If any such lien has not been r ,> lea:;ed, the bi dder shall state why the claim has not been paid; and L Whet.hEel there are any outstanding unpaid claims against bidder for services or materials supplied whl.ch relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amounL of the claim, the basis for the claim, and an explanation why the claim has !lot been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer'S request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Enqineer The criteria upon which Lhe City Engineer makes this determination may include the following: 1 The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity wi th the submittal process, federal and state wage rate requirements, and C'ity contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2 Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-l3. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3 1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: C,t Project No 8146 Section A - SP (Revised 9/18/00) Page 12 of 23 A 11S1 of the major components of the work; / A 11st of the products to be incorporated into the Project; 3 A schpdule of \!,Jluc~s which specifies estimates of the cost for each major compoll":nt of t he Wi;" 'k; 4 A schedule ,)f lnticlpated monthly payments for the Project duration. 5 The names and addrpsses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiatlon, either through appropriate certifications by federal agencies or signed affidavi ts from the MBE firms, that such MBE firms meet the guidel lnes contained herein. Similar substantiation will be required if the Contractor 1S an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has n fact beei' made to meet said requirements but that meeting such requiremenu: i:: not rea130nably possible, 6 A 11 st ,If subcont ra, 'tors that wi 11 be working on the Project. This list may contai [1 more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project The Contractor shall obtain written approval by the Ci y Engineer 0: all of its subcontractors prior to beginning work on the Projec\ If the City Engineer does not approve all proposed subcontractors, it may rec:cind the Con! ract award, In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains ! he right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not he given if the ceplacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7- 13 ; 7 A prell minar y progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at thE pH' construction conference; 8. Documelltation requited pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administratior Staff 9 Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual{s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- ~~.. Policy on_ Extr~_V!<::>.~~nd_S:har~ Or_ders the present text is deleted and replaced with the following: Cit} Project No 8146 Section A - SP (Revised 9/18/00) Page 13 of 23 Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of EngIneering Servic!'s or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- ~ Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Crmtractor. A-33 Conditions of Work Each bidder must familiarize himself completion of the Project. Failure obl igat.ion to carry out the provisions attend the Pre-Bid Meeting referred to fully with the conditions relating to the to do so will not excuse a bidder of his of this Contract. Contractor is reminded to in Special Provision A-I. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Plnvisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) A .- V i ~~~LCQIlga ~F ...Q~ieIltg.t::.l2.Il PFior to performing weffi at any City ....ater facility, the Contractor, hio oubcontractors, and each of their employeeo must have on their pernon a v~ --e-a-rG---€ertifyiH<3- their prior attend~ncc ~t a vioitor/Contr~ctor r;afety Orient,at-iefl..--- Program conducted by the City Water Department Peroonnel.--A-VioitOF+Contractor Safety Orient.:ltion I'rogram '..-ill be offered by -cH:l-theFized City Water Department pcroonnel for thooe peroona '..ho do not have ouch a card, .:lnd ',.ho deoire to perform any ',JOrk ....ithin any City ~ f.:lcility.For .:lddition.:ll information refer to Attachment I~-o- B-, Operation of Gity ~mcd Equipment The Contrae~ ohall~-start, operate, or stop any pump, motor, valve, equipment, Dwiteh, breaker, control, or any other item related to City water facility at any time. All ouch item3 must be oper:lted by an eperator or o~o--a~-:i-Bed maintcn.:lllce employee of the City Welter Department. Ci r Pro.ject No 8146 Section A - SP (Revised 9/18/00) Page 14 of 23 C-c- ~~~ieft-~Watcr Quality 'j'~-&iEy--mu&E-Gcl-iver '..\:iter-ef drinking qU;:llity to ita cuotomero ;:It ;:lll {-lmes--o-n~-'Ffle~~ oh;:lll protect the qu;:llity of the \.';:lteF--cij then~ ~;-i4o-e---a~~~atc-e-- ito '.Jork -wi-Elr~ City W;:iter Dep;:H::,_\,,=~ P F& eetthe -~a--l-i+Y---O-E--Ehe--wa-l::-e-F 0 B. ---Contonni ty- wi-t-h ANSI/NSF Standard -6-10 A U-- -ma-l::-er-cta-l.+;-------aOO- - cquipmcnt---tlsed---in the rep;:lir, re;:loocmbly, {[,:mopoFl::-atciBR, reino t-al-!-at ion , ---aH4-Hwpection of pumpo, or ;:lny other -i tce-ms, \.'hich could-€Blfle- into cont;:lct ~"ith pot;:lblc w;:lter, muot conform to Americ..:in--~---Bt,:md;:lrdo Inotitute/U;:ition;:ll C;:lnit;:ltion Found;:ltion -+1,NCI/NCF)-SEaruia-ni-6-l-as--deDcribed -i-n--the Ct.-:md;:lrd Cpecific;:ltiono. Such materialoinelude all Dolvento, cleanerD, lubricants, gaokets, -threadcompoundo, coatingo, or hydraulic equipment. - These i tcmo mUDt not be uoed unleDo they conform with ANSI/NSF Standard 61 and unleoD ouch itcma are inDpected on t~ Dito~ authorized City perDonnel immediately prior to Uge-, The Contractor s-fial-l- provide thc EngfcfieeF-- '"ith COpiCD of \rrittcn proof of M1CI/NCF 8t;:lnd.:trd -6+-~~-l-1- m;:lteri;:llo \lhich could come into eBflt-ae-t---wi-t-fi--pol::--ab-!e-- wate-F. B-c--- Handling and Disposal~TralJh All--tro.oh-gcnero.ted--ey.---t::-he Contro.ctor or hiD cmployeeo, o.gentG, or Gubcont--F-a€-f::-e-rs ,--mus-tc- --ee--conto.ined ..:it 0.11 timeG ;:it thc ',Jo.tcr f;:lciIity St-Ee-o---Bl-ew4~tro.oh '.'Hl not bc o.llo'..'cd. The Contr;:ictor oh;:lll kcep '"ork aFeas---e-le-an-a-E -a-l--l+imes--aHd remove -a1+--t::r;:lGh d;:iily. CONTRACTOR'S ON-SITE PREPARATION F-c ---{;€Jntro.ctor I G peroonnel -muat '.lco.r colored uniform o'.rero.IID other tho.n e-Fo.nge, blue, or '..'hite. - Each employee uniform must pro.....ide company name and individual --employee- identitieati-ea-. ~-- --G::lntro.ctor--sfiall prov-Hie--tcelephoneo for Contr.:tctor peraonnel. Plant tclephoneD are not available for Contractor UDC, ~. --- -w.-}~--hBu-Fs--wi-l-lbe -=7-:w-A:-,-M-7'--t-B---S~-P-o-M-., ~1ondo.y thru Frido.y. ~--- ~-a-et-B-F----ifltlS--t not u-se-----aH)' City +-a-e-i-lity reatroomG. Contro.ctor muot p-Fovidc-BWfi.s-a-nito.ry facil-ci~ J-o.- - -AH---{;ontr;:le-t::-eF vehicles ffitl-SE be po.rke4---a-t- deaigno.ted oite, ;:iO deoign;:ited 9yH~ W;:iter Dep;:irtmcnt at;:iff. 1'.11 Contr.:lctor vehicleo FftUot be clc.:lrly l-'d-be-l€rl-wiffi-€Blllpan~---No private eFAployec vehiclc:] arc allm..'cd at o. N-_~~_~tcr Treatment I'1;:int. . hll perGonnel muot be in company vchiclcs-o During \,'orlcing- houro, eontr;:lctor employeeo mUGt not leo.ve the Gesigno.ted CBftS-~-iH"e;:l nor '.,';:lnder through o.ny buildingo other th;:ln -H>r requir-ea \lOrlc - -e'f'-aB---tiirected by City W;:lter Dep;:irtment peroonnel e-HjC-i-ng--eme-~eJl{;Y evo.euatc i-en-, ~---~nt.ro.ctor Quo.Iifica-t-ieRs-- CC'illA (GUPERVICORY CONTROL MID DATA A8Ql!!Q'!1Q!!l . _u___ ----~ -~---------- City Project No 8146 Section A - SP (Revised 9/18/00) Page 15 of 23 Any~-wer*-EB-the--€Bffi!*lt-e-F-base4- monitoring ;::md control systcm muot be pe-F-feI''fllefl---Bfrl y by qtial-i f i ed technico.l o.nd oupervioory peroonnel, 0.0 de-E~ --b-y--ffleetiflg--the quacl+f--i-co.tion:J 1 thru 9 belm... Thio '.:ork Includeo, -~-------i-s~----l-imited to, modifico.tiono, o.dditiono, cho.ngea, {;electiono, furnishing,-+Rsto.lling, connecting, progro.mming, customizing, debugging, co.libro.ting, --Br placing in operation all hard....are and/or ,wft'...are --speeiE-i-e4---er-----r-equ-i-Fe4- by these opecifications. Tfie- Contr.::lffBT---(H --lH~BF proposing to perform the CCAnA ..:ark ~-ab-l-e---to demonstr.::lte the follo'.ling. ,--------He----i-s-- regularly engaged in the computer baaed monitoring and control oyatem busineao, preferably as applied to the municipo.l ..,'ater and \Jaste....ater industry. /-.- He ha:J performed Hork on oyotemo of comparable oize, type, and comple)(i ty --a-s---Fequi red in this Contract on at leaot three prior ~ 3--,----- He hao. been actively engaged in the type of ..;orlc opecified herein for at leaots yearo. 4---- He employe a Registered Profeooional Engineer, a Control cystemo Engineer, ~an Electrical Engineer to oupervioe or perform the ..:ark required by -this opecificationo. ....-- He employe peroonnel on thio Project \Jho ho.ve succeoofully complered---a-manufacturer I 0 training couroe in configuring and implementifl9-Efie.- specific computers, RTU8' s, and soft',:are propooed ~- the Contract. f,-------He--ma-intaino a permanent, fully staffed and equipped oervice fo.cility ....ithin {CO roileo of-the Project oite to maintain, repair, efrl-~at-e.-aR-Ei--p-l.'Ogr;:lm the syotemo specified herein. i- -- ---He-- --sfiall--Ri-FH-ish equipment "/hich is the product of one manufacturer -te---t-he-. lflQ)(imum--practical extent. Where thio io not pr~-ea.l,---a-:ll equipment of a gi'.'en type ..Jill be the product of one manufact~ H. Prior performance at the O. U. Ctevens Water Treatment Plant ....ill ~--evaluat_ing './hich -Contr.::lctor or subcontractor progr;:}fRo the- ne'... woFk---for thio PFBj-~ " ---- ----'I'fle- -tEiHE-F-det-oF---sfiall produce all filled out programming blocko ~-t:~e programming 0.0 needed and required, to add theoe leWO oyotemo to the exioting City CC.'illl\ oyotem. Attached io an example of the required progralflffiing blocko ....hich the City requircD to be H-l-led in and given to the City Engineer ~.'ith all changeD made Buring the programming phaoe. The attached oheet io an cxample --afld--:i-s- not intended to ohm: all of the required oheeto. !ffle---8:mtractor ..:i-l 1 provide .:111 programming blocJw uoed. L --- -'r~:i..I1.:9...B~u.~m~I!E-s- All trenching for this project .:It ~-fie O. U. Cteveno W.:lter Tre.:ltment Pl.:lllt ahall be performed using a backhoe or hand digging due to the number of exioting underground -ebs-t:-ructiono. No trenching muchineo shall be allmiled oH-----Ehe --pr&jeet--7' A-36 Other Submittals (SEE TECHNICAL SPECIFICATION SECTION 01340) -=l~--- Chop Drawing Submittal. The Contractor shall follmJ the procedure outlined below '.:hen processing Chop Dra....ing oubmi ttalo. ~. Quantity: Contractor shall Gubmit number required by the City to the City Engineer Dr hio~nated repreoento.ti~e. be.- ReprodueibleG. also submit-----ene In addition to the required copieo, the Contractor ohall (1) reproducible tranoparency for all shop dra~dngG. C; t Project No _ 8146 Section A - SP (Revised 9/18/00) Page 16 of 23 (_L.~ --;'~+d-t~ -'fic-Ht-smtt:-ta+-- Form::;: Contr.:lctor sho.ll uoe the Submi tto.l l' r-a-H5RH-tlal-F- ,Ffft -+E-h+ehE'~fI Tt+-~-the~-eH4---H-f-+h-i-s Seet ion; .:lnd ::;equen t i J 11 Y -'Hll!"e-.l f'd,~h ~'bH"'ffijf-j-"d fH-Effi. .p(~}ffilH~H"--ffiBst h.:J.'Je the origin.:l-.lc \tbm-H hd-l,ttff!l>e-r -w.ict~h an dl~~-+t.L5B-fH*",-----(~mtro.etor mu::;t identify thc n-tt+hH 'I f>-f , -~-t 't€ 5\tBf.tmt fTH:'-f'cB-f--BE - -s;J-F>f1--l~i-e-Ff-~t*_'-ft inen t Dr o.\Jing ::;hee t o.nd f+.t,d-l I HHffihei' t 51 i etl,C} -:-;P{",7-i~dt,i-o-H---Seet+eR---number, .:l::; .:lpproprio.te, on \ eh ~ I fhn tci+ lc-a I --f-e Fffi , 4-~- Hi'H,-f-i+e-l. ':'F' 5--- --&tdt!tf7-o---- - CiCtfl t r Cl c t GT- - -ffilts+- J P ply Con t r 0. c tor · ::; s t .:J.mp , 'f~H'-J-a+-(cl-y --s-i-ttnetl-- 6i'---i:-rt-i-to+a-l-t"-Ei-,--- '.Jhieh certifics th.:J.t revie.,', .t, 'F--i-f-tf'-d-t -}-Hft-- -&4-- - Pi"tHiut'-t;"T---+e-EfU1 rtti,- --f4cl-El--- dimen ::;ioo::;, .:ldj .:J.cen t "Ft-fj-~f \+tc'-t-tt'ft--+.<errlt-, --dftti~eef7rdin.:J.t+ert-B-t information, io .:J.ll in o.ceord.:J.oce wJ-t:h-th-e {+Eft!- feffi1c'-ft-ts-{+-E--lchc Proj-e-t't and Contr.:J.et document::;. e~-- --';'eheoo-l-.i-f*J'--{'~ae+-H-r -mu::;t ::;chedlli-e----t:he ::;ubmitt.:J.ls to eJ{pcditc thc t'rB-jee-t-, attEl--'ie-l--i-V€T---tO---t-tlC City Engincer for .:J.ppro'.ral, ;:lod coordio;:lte I fte-~ s-s i-Bi,B-f-F€-J-a-t-eEl lE-ems-. 4-.----Mrtr-J.c+w'J; -('Oftt r-ae+B--F- ffiltS-t-nnr k each copy to identify .:J.pplic.:J.ble product::;, ttlB€ie+5i opt: io~:+,------nREI B-t-he-r- EIa-ta-;----- SuppL~ment m.:1nuf.:J.eturero' ot;:lOd.:J.rd d.:J.t.:J. , . '-f}f-e vi +iP- t-fl-! &Fffh}B Oft- Itftt+!tJ-€--t (J-t-his-- -P-FBj-eet-, Ej' --\'dH-ct+ tt'>fl5 ,-to ,Ftt-htehH- --HlttDt---.i.-Bett-t-i--fy--aflY- propoocd '.rO-ri.:J.tiono from the 'hfl-f:--f-aet--eOe-tltfle-Ftt,,-s --aooafl-Y - Product -B-F- oy::;tem limi to.tiono '.lhich !RelY bc t iF H'--i-me-tt+d-+ -B' --5-tt< >-e€Ss-f-u-l - - per for mJ fH~- 'rfC-- €-fte---tc 0 mp 1 e t e d '.10 r Ie , h _-hpaee~-RetJ1t-i- r-€il\c.'-Ft-E-s ~-- ~-eR-t-raeE-e-r----tfl-lt5 t pro vi de Cl de qUJ t e ::; p.:J. ce for Co n t r .:J.C tor '\He-~-i:fl(~F~-1 C~"W--:;-t-affiPS e-Ft--d+-l--submi t tJl--fBi':'--fft5-7 f -f,.>5-lffmti--!,+-d+-+-=- .'-BH-{ F-a.+B-rHH!s-t----FC~s+'dftEI__ re::;ubmit :Jubmitt.:llo 0.0 required !-y--{:-t-l: y ETKi HWe-F--jfld e t-E'THl-y----i-EIef}t l-F-y----a 11 changeo mo.de oince previou::; ~ ,- 't Bm-i-t: 'a j -:i-~- ---fil-s--ET~i-l-Ht-t+-{m-;-- , :-efl-E faettrl-flHfs-t--4i--5-t-r-i:bu-te---ic~ies- of revie\:ed oubmi t tala to ~ llBeet+tcF-,-li'+++-FS dfld 5UP-f'-+-+e-FS Jnd in-s-t--Fuet-.-s-ueeentrelctor::; .:J.nd ::;upplic-E-S---t:o f' f offipHYF"P" r+,+itFH {~f-m-t-r-a-e-t-B-f,---a-tt-y i n:Jbi 1 it Y to compl y-~--w-i:-€-h f'f ')-V-t-5HHt-:i- :,.1- - ~!!'P~:,,--4'-ften-tontr,H~ -ffiUS-t oubmit- :JJmpl-e-5---{7-f---finiohe:J from the full r.:J.nge of ffia-fl-tJfa"E-tH'€-i'-S' --s-l:-a-ttcla-I',,:j -e-HltH~i- i t-t?*t-Uf-e5,---att-d--FB-t-te-Ffl-S for Ci ty Engineer'::; s-t -:!:-e-et: j ()fl-, -+ !.e-s--t-~f-td~~_lr:?-~-t~ Whcn ::;pceifietl~-i-ft-+hc Tcchn-i-ea-l-Specific.:J.tiono Section, Contr.:lctor mu::;t oubmit three {3+----eBp-ie-s-- -H.f--rt-H---sft€,~'t5t-d.:J.t.:J., J~ir report, o.nd .:J.ll 00 oite teat Ela-t-a--TH--tffi-fl-ffie-sfte<" if i c d t i m(L--tH----Hte~__t+_t_y Eng i nee r for .:J.ppro':;:ll. ~~ !:.h c::...... .r:s:. t~~ ~nCf..\l i pme J j t----w i-l::1 _ n c~ nb e __iP_EE.9..:!C'Ei----f-e+--tl-5e-- 0 nth e pro j c ct. A-37 Amended "Arrangement and Charge for Water Furnished by the City" Unllpr "Genelal Provisian~ and Requirements for Municipal Construction Contracts", B- h - ~Ar.r:angement::'_~!1..(i Chdrg~1Y5_Vl.a:ter Furnished_by the City, add the following: "Themtractor ml,'3t <:ornpl y \-li th the City of Corpus Christi' s Water Consc'r _jtion dnd DJought Cord lngency Pldn as amended (the "Plan") This includ, imrl emer,ti,-CJ watE'! C(Jnservat ion measures established for changing condIt] )ns. The City Engineer Will provide a copy of the Plan to Contractor at the pn conscruct Lor meeting. The Contractor wi 11 keep a copy of the Plan on the Pn]ect site throughou construction." ,~ Proj'c.ct N, 8146 Section A - SP (Revised 9/18/00) Page 17 of 23 A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities Thf' rF'quilf.>ment,; of "Notice 1 tt, s SpecldL Provision. Contractors S'" are incorporated by reference in A-39 Certificate of Occupancy and~Acccptance (NOT USED) 'f'he-4:s5uaFt+3€----B+--a---ee-r-tt..f-:i:-ea-t.e---e.f--B.ecup-::mcy for improycmcnto doco not con:::;ti tute flfta4--.ueeept-aftet~~.-t-fte.'~rovement::; undcr CenerJI Pro\,' i::;ion B 8 9. A-40 Amendment to Section B-8-6: Partial Estimates C:,.nera L Provisions and Requirements for Municipal Construction Contracts Section B- 8 6: Partidl Estimates is amended to provide that approximate estimates from which p,jrtial payments will he calculated will not include the net invoice value of :I ,:eptab Le, non~peri shahle mater ia] s del i vered to the Project worksi te unless the , ntrclctor provides the City Engineer with documents, satisfactory to the City Enqineer, t hat show that the mater ial suppl ier has been paid for the materials jelivered '0 the Prolect worksite. ~ 41 Ozone Mviaory - NOT USED Priming ,:md hot min pav-ing operJtion::; ffiU::;t not be conducted on d.:lYo for ~..hich an ,~Bi'te--a4v-iS{)ry hJS bcenissued, clecept for rep.:lirs. The City Enginecr ~..ill notify i;+-lft-t-rae83-r ..~ ozonc dlcrt. f-f--a dclJY ::;uch as this is eJcpericnced, the d.:lY will ll&~-4:~e'~nted a3-a-W&Fk day Jnd thc Contr.:lctor Hill be compenD.:lted at thc unit 17-; tBe. ~_'-ctte4--i-fl--Ehe-p~l:-~ A-42 OSHA Rules & Regulations is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules ,In 1 regulations while performing any and all City-related projects and or jobs. A--43 Amended Indemnification & Hold Harmless \Inler "General Provisions and Requirements for Municipal Construction Contracts" B- f> c'l Indemnification & Hol<LJiarmless, text is deleted in its entirety and the fr tlowing is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agent,; harmless arid shall indemnify the City, its officials, employees, dttorIlE:YS, and agents from any and all damages, injury or liability whatsoever 1 rom dn act: or omlssion of the contractor, or any subcontractor, supplier, materialman, or thelr officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or <"Hl''iultants. The umtractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from d negligent dct or omission of the city, its officials, employees, at:torneys, and agents that directly or indirectly causes injury to an employee c r thp cont r actor, Jr dny subcontractor, suppl ier or materialman. A-44 Change Orders stwuld a change order (s) be requi red by the engineer, Contractor shall furnish the enqlneer a complete breakdown as to all prices charged for work of the change order (unlt prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by cont:ractor dS a basis fOI the pr ice of the change order. Cj' Pre eC'}J" 8146 Section A _ SP (Revised 9/18/00) Page 18 of 23 A-45 As-Built Dimensions and Drawings (7/S/00) j\ mtractur sh-3.1] onstr !Jct ed "nd 'f'rt ieal) (If ill make appropriatl daily kepI' accurate records of :acili tic's. measurements of facilities location (horizontal and Ib) 'pon completl{,n ul edch j,wllity, the C:ontractor shall fie s." at direct prJnl'-;, marked with red pencil, limenSlons jnc locatJons of all work constructl'd. As a irawin05 Shdl lfj( lu,i" th.~ followinq: furnish Owner with to show as-built minimum, the final Hor L zo.,ta I alHl vcr tical dlfnens ions due to substitutions/field change (:hanqe in equipment and dimensions due to substitutions. "tJarnep, atrc" datd (H, all lItst aIled equipment. 1) IX.II,ti,ns, additions, and changes to scope of work. Any other ,:hangl's made. A16 Disposal of Highly Chlori.natcd water --f-1+&fB-G+ - NOT USED 1'&" t&FtH-d-e\-e-r- shall -he-FeSf)oFtDibl-e--for the'~s-a-i:--Bf 'dater uDcd for teoting, Ei-i'~lnfect-i-en-aftEi- -le-i-n-e- Hlt-Sfl-ifi'j--i-R--d-n approved manner. ContaminantD in the Hater, fh:i t f i cul d r 1-'1 ffi--gfi ---leV€ l-s- (t-f.--eh-l-o-E-i-Re,-w4--l-l--he-u sed-fo-r--Ei-is- i n f e c t ion, and may e J{ceed -He;.. pc 1m i 5-Srb-l-e---lciffH-t.-o+ ---4 fH' -di-s c h d r ,=W--i:--A-t-B--we H_-an-El-5 --fj-f-- environmentally 0 e n 0 i t i 'J e cH-"dcS-. 'ffie.s-, -a-r-e--fe~-ftht~{:i---By---ft-UmerOuD .::rgencie-s--s-tl-el+- a:J TNI1CC, EPl\, etc. It \:ill be t.'-fi;~ --B&ftH'd-€ t-Bf--'--s- r e ::; p 0 n ~H b-i-l-i-ty-E-B-m co mp 1 y --wH-ft---t-fte- Ie qu i r erne n t D 0 f .::r 11 r e gu 1 a tory a-<:wncie:J -i-R--t.-fle-4i:Jpo:JJ.l- &f--rrH--wat'-eF~--4R-ffie- project. The methodo of diopooal 5-l:i,-d+----ee-Si:Jbmittcd---t.V--tfl-e---G4-t-y--EH-F approval. There s-fl-a-ll be no :Jeparate pay for 4+e, f+E7S-d-l---o-f- fl i g hI y chI e-H fta-t.-e.e--wa-t.e-r-, -C~-ra-et-o-F----{,.,.fta-H~ t U D e the C i t Y . D :J ani t J r y S,'Wp-F---Sy-slcEfH----f&r-- e-i ~al-B-f {X>>tt-affiiHated--wa-b~ f-, A-47 Pre-Construction Exploratory Excavations (1/'l/OO) Pt- "r to eXfh)Se al J pi r'E'lines hor !zontal 1n) construct iOll whatever on the proJect, Contractor shall excavate and existing pipelines of the project that cross within 20-feet of proposed of the project and Contractor shall survey the exact vertical and toeation )f ea,;h crossing cind potent ially conflicting pipeline. For existlnq pipel]nes wnich parallel and are within ten feet (10') of proposed pJ} lines c, the pcoJec :ontrdctur shall excavate dnd expose said exiting pJ!"dines al a maximum 0 300-[eet (i,e. and Contractor shall survey the accurate he,r i zonla 1 ';[ld vert ieal ocat ions of said par.1l1el pipel ines at 300-feet maximum Ot eCI I raclOL hall then prepare 1 iLcLcating the Owner of pipeline~' stcilion theIF:'of, distance to the ex_ ';tinq ri[:"~line:; report and s ubmi tit to the City for approval excavated dnd surveyed, as well as the approximate pavpment centecline and elevations of the top of 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. EXI-,j oratory associated established survey work t'xcavations shall be paid for on a lump sum basis. Any pavement repair with exploratory excavations shall be paid for according to the until priCE- at pavement patching. Contractor shall provide all his own "ffort (no separate pay) for exploratory excavations. ('Ii" Proj('Cf Nc 8146 Section A - SP (Revised 9/18/00) Page 19 of 23 A 48 Overhead E.lectri.cal. Wires (I/'J/OOl :lLJ:l()r ~;halJ comply with all OSHA safety requirements with regard to proximity constru. t ion equipment beneath overhead electrical wires. There are many overhead ^ res .:r')$ lng the const ruction route and along the construction route. Contractor .111S'~ 111 dlle di i ig' nce, prel:aut ions, et to ensure that adequate safety is vld,~cl f '1 cl: of hi: employees dnd operators of equipment and with regard to urlng that nc. damage to existinq overhead electrical wires or facilities occurs. trd,:tor shall coordil1ate his work with CP&L and inform CP&L of his construction t.edule with regard to said overhead lines. me overhead lines are shown in the construction plans, while others are not. It 3h1l1 be the Contractor's sole responsibility to provide for adequate safety with rh1arcl to 'verhead line; whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) JI\Jer "Gene r al P rovis ion:; and Requirements for Municipal Construction Contracts", B- :l 1 }_Ma-1n_tena_nc~ _~l1~Eant y-, add the following: "The ':ontract01 I s guarantee is a separate, additional remedy available to lJenef I t the Ci ty of Corpus Christi. Neither the guarantee nor expiration of the quarantee perl.od wi 11 operate to reduce, release, or relinquish any rights or remedies availabte to the City of Corpus Christi for any claims or causes of rlction against the Contractor or any other individual or entity." A-50 Trench Safety [. the Cont ractor I s proposed construction methods require the excavation of any "l( ,ess plt:s, trenches, or other below ground operations, such work shall be in ':'lfnpliance with all federal, state and local requirements for trench excavation and 5" rety - All costs associated with meeting these requirements shall be included in h, amount bid for the Item "Trench Safety" as shown in the proposal forms. A-51 Errors and Omissions "'f,.. Contra('tor shalL ,.:ar'c'fully check these specifications and the Contract Drawings, <If,,J report to the Engineer any errors or omissions discovered, whereupon full [I truction:3 will be furnished promptly by the Engineer. If errors or omissions are ,n discovered and reported before the work to which they pertain is constructed, and correction of such errors or omissions causes an increase in the Contractor's t, t.he lontractoI' shdll be compensated for such increase in cost as provided (, J ;ewherE. "'1.' Contract.or shall bear the expense of correcting any errors and omissions on the elf fwings or specifications, which are not discovered or reported by the Contractor pI or 0 e''f]st ruel ion alld which, in the opinion of the Engineer, could have been (II covered by reasonable diligence on the part of Contractor. It is the intent of It s Contrdct that all work must be done and all material must be furnished in i, ordanc:e with generally accepted practice. Further, it is the intent of the c, ,tra. t Documents t.hat the Contractor shall perform all work to complete the 1't jeo reddy for its irtended use, A-52 Lack of Information J t the Bidder feels that there is insufficient information in order for him to f'I"pare his bid and/or c>nstruct the work, he is required to make a written request lc, additional information. If t:he Bidder chooses to conduct his own pre-bid TV 10 stLgation of the sewer line, he shall make a written request to the City's AlE Fr ,. ecl Engineer. The Project Engineer, after receiving the written request, shall (( act Wastewater Department to allow the Bidder to perform a pre-bid TV ( ; PI' e" 8146 Section A - SP (Revised 9/18/00) Page 20 of 23 'est [9"t in. nrl" B I dd, r Slldll hi' r "sponsible to provide Traffic Control Plans and ''luired trdffl( mtre :::gn, .: per City"; requirements, required flagman to Jert tne rraffle duri,'g the pr,"l'l(j TV invc,stigation, and the by-pass plans to vert the 1low. lIIl costs assc,cidted with the pre-bid investigation shall be borne [) the Bidder, wlth Iloomp"cnsatu,[i from the City. However, the Bidder shall not ;>'rform .in, inve:;t igati ,n at ihe .dLlve projc t site unl.ess a written request is ; ibmit.ted <lld approvp.!. 1'IH' C)nt r,wl or shall not Ilse the lack of information as a ; : is fen :"ques'::lrl.J ,xt ra ,i)m]H:nsdt 1011. A,.53 Amended General Provisions 8-2-7 Preparation of Proposal Tli" Bidder IllS tLe opt iOI of submi tl 1 ng d computer-generated printout in lieu of the Pt "posal Stleets show i ng the Bid Tables. The printout will list all bid items (][lcluding any options and addltives) contained on those sheets. The printout will b, substant ially in the form at.tached to these specifications. If the Contractor (",)oses to 5ubmi t. d pri ntout, prupe r I y complpted remaining pages of the Proposal ;:i,j l.l ac.'ompany t he print out addlt 101i, ) IflTnediatpl} th!. printtiut;hall 'ontain following th . Bid ::ummar y: the followinq statement and signature ~._--- ..._. '__'_~ (Contractor) certifies that the unit prices shown on th s printout for ind items (including any option and additive) contalfled itl tin, F!'Oposal are the unit prices intended and that its bid will be caL'ulated Ilsinq th,'se unit pricps lnd no other information from this printe"Jt. .__. _.~___,_ (Contractor) acknowledges and agree: that the Total Rid Amount shown will be read as its Total Bid; and furthel agrpes that the offICldl Total Bid amount will be determined by multir lying the (Juantity (~olumn II) in the Proposal by the corresponding Unit Pri'-'e (Column lVi, lfld then Tot dling all the extended amounts. (Signature) (Title) (Date) A-54 Measurement and Payment of Subsidiary Items of Work Unless spe,:ifically requirements indicated apply, and the cost of of work to which it is Inc luded Hl the Proposal, the measurement and payment in the individual standard specifications for any work do not this item of work shall be included in the cost of the item sLbsidialY. A-55 Prequalification Requirements If, accordinq to the standard or tecllllical speclfications, any item of material or a manufacturer not named in the speci fit~ations requires to blC> prequalified, the bidder or the manufacturE'r of thi produd shall submit to the Engineer at least 14 calendar days priol to the Bid date, all information and references necessary to evaluate that the product is equal in quality to the ones specified. It is such bidder's or marlufacturel's responsibi ity te pJ ovide a complete package of information for this ev,,] uat ion. Th,.' names sui sequent o t the prequa if ied products or Addendum prior to the bId date. manufacturers will be included in a Cit Project Ne 8146 Section A .. SP (Revised 9/18/00) Page 21 of 23 A--S6 Technical Specification Clarification the' Technical >;pC( iflcatLons Part I GENERI\L, Section 1.1 B refers to "Division 0 b! idinq Requi lement s, C:,ntr.,lct Forms, and Conditions of the Contract" and "Division ] ;en"ra l !:"quilement SO For purposes of this project, the Bidding Requirements are c, lilled II Pelll .\, Sf"?Cl",j, Provi sions; the Contract Forms are the Agreement, t" Jpo,;a 1 ,'t:;r to 1mar!'., j' F.)nd, and Payment Bond; the Conditions of the Contract and " 'ler"l Reiillirernents In comprlsed of Part A, Special Provisions and Part B, General ) ',j 1 1 ,\ 11 A,S? Property Owner Special Requirements I, addition to the COll,tructlon requirements outlined on the plans and in the t':hn lca13peci f icat, ions, there are requirements that have been imposed by the ::p3ntors 0 L the permanent and temporary easements; the adjacent property owners. These requirements dle listed below by property owner and include: II ',an Patr lcio t1unic I pal Water District The access road shall be restored to a .:ond t ion "qual t, or better than existed prior to construction. ;n Bryar GulJey · W,t hin the temporary const ruction easement, no trees greater than 3" in dJdmeter slwll be removed or damaged. · VF'hic:les and equipment shall be restricted to the permanent, temporary and access easements. · Ai I contractor 'Jehicles shall display signs clearly identifying themselves. · Ail excess excdvated material from the property shall remain the property of the owner, The contractor shall stockpile this material in two locations d..signated by t he owner in close proximity to the pipeline. · The locking sy::tem at the entrance gate from the US 77 frontage road shall b. shared with the owner. The contractor will make arrangements with the property owner regarding the locks. · The contractor .;hall place a sign at the entrance gate restricting access t, the area t contractor's personnel and others associated with the project. The w(Jrding shall be approved by the property owner. 3) i ty f Odem, T(~x,,> · Pr lor to commer!l:ing construction, the property owner will flag those trees Within the con~truction easement that are to be saved. Any flagged trees tflat are damaged will be replaced with 2" caliper trees of like species. · The owner' shal! have f i 1st right of refusal for the excess excavated mdter ia 1 t rom t he property. Should the owner exercise this right, the contractor :ohaJ t haul and spread the material at a location specified by th(C cnoJner. iu abOVE' 'J round appurt ,-nances sha 11 be located as close to the fence lines or pI ,perty boundaries as possible. Above ground appurtenances shall be screened with veJetation matchlng the Ilatural plant materials. Planting of the screening material :;h,11 ('ceur as soon as r .'asonabl y possible after construction is completed. Ci Pre!ect!i, 814i Section A - SP (Revised 9/18/00) Page 22 of 23 PROJECT- OWNER ENGINEER: SUBMITTAL TRANSMITTAL FORM (NOT USED, ;F:F n:C:HNfCA[, SPECIFICATION 01340) CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL --.....--__...._m._______ ---"~--_._--~- - --.--.--..--.'."------ .._-~.._--_.- --_.._-.-'~._-,-._--- -'----'-.'----'-'-'-- Cit\ Project No 8146 Section A - SP (Revised 9/18/00) Page 23 of 23 SAMPLE COMPUTER GENERA TED PROPOSAL SHEETS . SAMPLE COMPUfER PRINT -OUT DEL MAR AREA STREET IMPROVEMENTS PlIASE ill OCTOBER 23. 1996 (YOUR COMPANY'S NAME HERE) I n m IV V Bid Item Qty. Item Description Unit Price in Bid Item Ext Units Fi1lUreS Qty. X Unit Prioe AI 37.475 SY Street Excavation 00.00 00.00 A2 5,033 SY 6- Cement STBL Salvage Base 00.00 00.00 Etc. Etc. Etc. 021 33 EA Manhole Inserts 00.00 00.00 Sub- Total Base Bid <<D" Items (Items D 1-021 ) Sub-Total Base Bid "A" Items: $ Sub- Total Base Bid "B" Items: $ Sub- Total Base Bid "C' Items: $ Sub- Total Base Bid "0" Items: S Total Base Bid Items: $ ADDENDUM NO. 2 Attachment No. 1 Page 1 of 1 PART C - FEDERAL WAGE RATES AND REQUIREMENTS Page I of2 ,I"lera! Ie lsion Number rX01001<.) () f, /1 J /2003 TX 3 9 i ) E-' r ;: '.' ci! \ ci ' f:~-' f! C' r 01 1 [-) i ~, . i Of! Ne T::<O,'003CJ te. T!-,Xi' (' Istrlle! II m:; V y Typp' 'mtY(l' 5) NI WCES . ; A tJ P /\ TR I C I C li!'j\VY CONST!~I.JCTI()N I'WlcTE"TS (including Sewer and Water Line C( llstrucl 1(11 and Dtdinag" Project~;) Modifiea! 1011 Number Publication Date 06/13/2001 COUNTY ( i eo, i NU!-:"ES ::F,N PATRIC 10 S U'!'X2 0 ') 2!- IOl/I'l/:n :~ d. tes Fringes CAFPENTER~; (f-,xcl udi ng ronr, tting) ';> 9.0') CONi RETE I:- ! N ! ::HER 7. ')E) ELEc TRICIAN 13. T! 2. 5f~ LAI3()EERS C.)mmon I J IIi t Y 5.64 7.68 POWER EQUIPMENT OPERATOHS: Hj,'khoe M, lor Gr'ldl ' 9.21 8.72 WELDERS f.('cei VI' LIb, pcescribed fOl craft performing opoIJtion to which welding is incidental. Unl] led cla~, ificdtions nl'eded for wOlk not included within thE cope f lhe clas~;ificjtions listed may be added after awarej only as provJded ]n ~he labor standards contract clauses ( 2 9 FR c'.', (a I (l) (] I ) ) . In the listinq above, the "SU" designation means that rates lisj'.cd under !hat identifi,>r do n,)t reflect collectively hargd Ined wag(' and f ri nge bene fit rates. Other designations Indicate uniOlls whcse rate:; have been determined to be prevliling. WAGE DETERMINF'.TI ON APPEALS I)ROCESS Li Has there been an initL3.1 declsiofl in the matter? This can be: an existing published wage determination * a ';urvey underlying a waq" determi nat Ion 1......._ i . _~___n .1 ~ . Page 2 of2 1 Wagt cJJid HOllr DiVisIon Jette] e:etting forth a pasi tlor' In 3 wdqe det errninat t()n matter i contC)l'rLlnC'f' (ldd:ti nal eLI:;:;I! 'ation and rate) 'Ullnq .surv(,! '>Jathi [liCIt Le's, IIliti.,! . ()ntact, Including requests , Sllmmar ,.'S oj :;urvey 11ou1d b,' with the Wage and Hour F'qional 01 lief" tor t he are I in \-lhlCh the survey was conducted ".cause th"jie HE'ql('ndl : ffj'es h,ive r'esponsibiliLy for the ,vis. Baco;. survpy progiam. ff the response from this initial 'fntact is not eiatisfactory, tllef) the process described in 2.) lIidL)3h,\Ild be follO\led w th regen.! to any othtcl mat ter not yet ripe for the formal pi ocess ,ie,cribed here, init ia1 contact should be with the Branch <) Constr'u, t ion Wage DetermlIlations, Write to: Brancl, of Construct ion Waqe [)ptprminat i orIs Wage and Hour Divi:lon U. :;. Department oj Labor 200 Const itution Avenu~t, N. W WashiI!qton, D. c' '02] I) If theinswer- to thE question 1111.) is y'''s, then an ]1 terested party (those ,ffc-cted by the action) can request !( ';iew and recon.',ideLltl')!l f rom the Wage and Hour Administrator I :~,~e 29 iFf< Part ]. Hind 2') CFf Part 7) . Write to: Wdqe and Hour t...dminist relt or U S. Departmen[ of Labor )00 Constituti m Avenue, N. W. Wlshinqto!l, D. C. 20210 Th request ';houl d be acornpdni ed by d full statement of interested party's po~;itlon dnd by dny information (wage da el, pro jeo:l descript iOll, area pract ice material, etc.) Ie Flestor c )nsideI~; rele"ant tc the issue. the payment that the 3. If the 'Iecisic)!J 01 tI,e Administrator is not favorable, i nt erested party may app('al di rect 1 y to the Administrative BOdrd (formc'rly the Wage Apppals Board). Write to: an Review Administlati ve Rev lew BOdnj US. Departmellt 01 Labor 2110 Constituti(,n Avenue, N. W. Wd:;hington, D. 20,' 10 4 All d(,c l sions by the Admlnistrat i ve Review Board are final. END OF GENERJ'.L DECISION u I..... .... J . AGREEMENT THE STATE OF TEXAS ~ COUNTY OF NUECES ~ TH S L.GREEMENT s entered nto thi s 25TH day of OCTOBER, 2005, by a~ bet\,!eE the CITY OF CORPUS CHRISTI f the County of Nueces, State of T.=: dS, 3 C' ng t h2'o.lgl i. s l1-i. auth rl zeei .:'ty Manager, termed in the C= := ra t [ cumE"n t s 3C, "c t~ " 3nd Ramos Industries Inc. termed in the ' ~ , , C,=' Lra t )cumen! s a "'0 It ib,.rer," Lll'on these terms, performable in Nl:es CJL ty, Texas: 1'1 ~cisiderat or of tl.e 1= ';ment f $7,223,581.00 by City and other oh,-ga T j )[ f ~t is e' ,1] hereUl, Contractor will construct and c<nplete ccrtal rl irripr )verne,;,' escribed as fellows: RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE, AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8416 (TOTAL BASE BID 4 {PARTS A-B-E}: $7,223,581.00) ae rdinq 0 1 he at. acrlec; 'lns anel Specifications in a good and manner f r +-he 1=1 ees and conditi ons set out in their we' kman 1 k, at. ~ched Ld rcpos, 1 su p '/Lng at their expense such materials, SEl lces, .abe cl.YvJ nSJrHl '''3S required by the attached Contract DCi ;ment n 1 eLl llj vel s ~' '11 . he en t r e j u b . The Contract Documents 1 r ( ude h s AJreemel' .- h.cc i proposal and instructions, plans and s~ f' i f ~ '-'c, t ,)n s - ;"1 I cli r , ,3 , dr c~i 1 ngs , he ?e r i () rma n e :i maps, pl a t s, hI uepr ints, and other Payment bonds, addenda, and related ::Ioe ument:c ,; I of 'dhicl , ns'-i1 Tp the contract f r this project and are mae! a par' her?cf. Agreemen~ Page 1 of 2 PART A INTAlCE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE ITEMS: ~f--- I II Bid Qty Item & Unit , ! I 1- Al 1 I.S A2 10, 205 LF 1\3 1 EA A4 1 LS AS 1 LS 1\6 ] 1.S l\ 7 2 EA 1\8 8 Cy 1\9 ( (~ L.....J lil0 c ) EA III Description Mobilization (maximum 5% of total bid). ---_.- - -~.~-- Furnish, install, maintain, and remove Trench Safety Systems for 54-IN and 60-IN Pipeline, complete on place, per linear foot _._---~.. -_.~._- Furnish, install, maintain, and remove Temporary Construction Crossing at Hondo Creek, as shown on the plans complete on place, ___ per each Furnish, install, maintain, and remove Water Management Systems, as required. complete on place, per lump sum Furnish, install, maintain, and remove Silt Fence and other pollution control measures, as required, complete on place, per 1 ump sum ______ _n___~ Furnish, install, maintain, and remove Tree Protection, as shown on the plans, complete on place, per lump sum. Furnish and install Gated Fence Crossings (all types), as shown on the plans or as directed by the Owner, complete on place, per each. _________ _ Concrete Thrust Blocks, as shown on the plans or as directed by the Owner, complete on place, per cubic yard. __ Final Grading, Topsoiling, Revegetation, and 1 Year of Maintenance to establish specified vegetation in all areas of permanent construction and areas disturbed by Contractor as shown on the plans or as directed by the Owner, complete on place, per lum sum. 4-Inch Combination Air Release / Vacuum Relief Valve, furnished and installed on 60-inch water line, complete on place, per each. PROPOSAL FORM PAGE 3 OF 17 IV V Extension (Quanti ty x Unit Price In Figures) $ J~ $ 530, "t) 6" $ 0 t."~.- tP $ /50, &)0 $ 150, (JOO $ I qo d'DO (JO $ 3&, <100 -: $ '31) ~ $ It, WO. $ It 000 ~ $ ;) tWO. $ ~t tJm/ $ 1()O,tJ9 09- $ 5", (p of),. 00 $ /D uov .'- $ 10j (JD () $ 1~,Ct>O. ~ $ 10 bbV PART A . Ilft'AKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE ITEMS: (CONTINUED) rB~d,f' Q~ I Item & Unit All 4 EA A12 8 EA AI3 17 SA /\14 12 EA ~15 1 LS III Description _._---_.._--------~~._--------_._------_._- 8-Inch Combination Air Release / Vacuum Relief Valve, furnished and installed on 6Q-inch water line, complete on place, per each. Corrosion Test Stations (all types), furnished and installed, complete on place, per each. ____~ Type T Waterline Marker, furnished and installed, complete on place, per_each. Type II Waterline Marker, furnished and installed, complete on place, per each. Complete all Site Work at Intake Pump Station, as shown on the plans and as specified, including site clearing, grading, parking area and service road construction, fencing, and all labor, materials, equipment and services to provide for a complete installation. This bid item does not include any electLLcal equipment or electrical related construction (including but not limited to wiring, duct work, Jighting, SCADA, and power supply), complete on I~~~~~~per lump sum. PROPOSAL FORM PAGE 4 OF 17 IV Unit Price (In Figures) ()() $ IS O()() :..-' $ V Extension (Quantity x Unit Price In Figures) IS tJ(J{) $ " /JfJ{) t$- $ tf8 [)()() ocy- ,Jn~ $ t 'tV. ,ID~ $ t'i $ <{ '9'0 ~ $ -z.SSD '& ~ $ jOb I (Jt)V $ }OO ()o() PART A IlftAD PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE ITEMS: (CON'1'INUED~ 1-- ----- Bid Item --n- --iII --- -- -- ------------- -...-- --"---"-- -_.~-- ...-._----------. Qty Description & Unit _.. ~.._--" - '''~--_'_ __n__._ __'_n._ __ _ __ ._'_.__ ___ __."_~_ A16 1 Furnish and install Meter LS Vault and Flow Meter, as shown on the plans and as specified, including excavation, dewatering, and all labor, materials, equipment and services to provide for a complete installation. This bid item does not include any electrical equipment or electrical related construction (including but not limited to wiring, duct work, lighting, SCADA, and power supply) ), complete on place, per lump sum. Al7 1 Furnish and install Intake 1,5 Pump Station, as shown on the plans and as specified, including excavation, dewatering, cofferdam instalLation & removal, and all labor, materials, equipment and services to provide for a complete installation upstream of pipeline Sta. 1+28.19. This bid item does not include any electrlcal equipment or electrical related construction (including but not limited to wiring, duct work, Jighting, SCADA, and power supply), complete on _J _ _ ___. ..El~c~~per lump sum..___.___ PROPOSAL FORM PAGE 5 OF 17 IV V - 1--- Extension Unit (Quanti ty Price x Unit (In Price In Figures) Figures) - D~ ~ S/!xQ a:o 7 $ I30J ()tJ() , 09 ~ S II t.blJ, ODO $ I} tCO I OW J:'.IU('~' A INJ'AU PUMP STATION, DIVERSION . PIPELINE AND DISCHARGE STRUCTURE ITEMS: (CONTINUED) ,.._----. I Bid Item II Qty & Unit .--- ~~- .JU8 1 LS ------1- ~. A19 I LS III Description -. -------- -.-.-.----- ...-.- Furnish and install Electrical Utility Building, as shown on the plans and as specified, including all labor, materials, equipment and services to provide for a complete installation the structure itself. This bid item does not include any electrical equipment or electrical related construction (including but not limited to wiring, duct work, lighting, SCADA, and power supply), complete on place,. per lump sum. . ______ Furnish and install Electrical Equipment, as shown on the plans and as specified, including all labor, materials, equipment and services to provide for a complete iost.allation. This includes, but is not limited to, wiring, duct work, cable trays, motor control equipment, flow meter, grounding, SCADA controls, lighting, and power supply, complete on place, per1ume sum. _._~_. L- _"_ __,__ 1.....-___. ._~ PROPOSAL FORM PAGE: 6 OF 17 IV Unit Price (In Figures) V Extension (Quanti ty x Unit Price In Figures) ~ tJg. $ I ZS, rJOD v $ /25; tJl)O ~ l1J, $ t45J (j!)() $ )~ ())T) J:' A10: A IJftAI(E PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE ITEMS: (CONTINUED) I -_..- Bid Item A20 A21 II Qty & Unit IV V ..------ Extension Unit (Quanti ty Price x Unit (In Price In Figures) Figures) ,harge he a ta. s, site 1 ck eck , per ti ~ l/O ~ $ / ,.l!lo $ J 'lObO "11, , not , in -I per 00. bB.- $ t5tJ ;r $ {,ZI5~ ---- III ------- Description 1 1.5 --- ...---- ~..~---_._._---_._-_.~_. 250 LF Furnish and install Disc Structure, as shown on t plans and as specified, including all labor, materials, equipment and services to provide for complete installation downstream of pipeline 5 103+32.57. This include but is not limited to, excavation, dewatering, work, fencing, structura elements, geotextile, ro riprap, and Tide-flex ch valve, complete on place lump sum '_____ Cement Stabilized Backfl where shown on the plans including pipe, complete place, complete on place linear foot, TOTAL PART A ITEMS Al THROUGH A21 $ d-jq81,tb5~ PROPOSAL FORM PAGE 7 OF 17 PART B HC8>O CREEK BRIDGE REPLACEMENT: I II Bid Qty IteJ8 & Unit ----.---- 81 3.9 STA ------ 82 48.8 Cy -_.~- ---,._~ B3 231.2 Cy B5 86 87 88 89 BID B 1 Ell;:> 8]3 ~--B 14- 84 379 Sy 84.8 ('Y <1 EA 4 EA 382 Sy 384 LF 504 LF 19 0 Cy i9.3 Cy 47 D CY 179 - --~--'~ -.----- IV V -- .'---, ~------_.._--_.- . Extensi.on Uni.t Price (In Figures) (Quanti ty x Unit Price In ---_._~ -- ------ -- Figures) ight-of-way for n of bridge complete on place, $ qJ~Oce- -p5, /00 De sta. $ _n ---_.. isting roadway shown on plans, n place, per cubic dO~ 97t"D<E- --.-- $ $ place embankment for roadway at bridge as shown on plans, n place, per cubic rJ509- dO -- $ $ 6.18D ..- , -- place top soil as ans, complete on !t?~ (JD square yard. $ $ 1/, j70.- ----.-- -- eeding as shown on lete on place, per ~tXJ- tI11.~ d. $ , $ -- .--- place flexible base face as shown on lete on place, per '37. t!2 /1C . $ $ 3) I J 1. - ----,- - ------ -- place metal beam terminal anchor mplete on place, bO ~S/X) te $ 'ZOO ;:/ $ ~--,._- --------- ~---- place metal beam transition (TIDI), DO 8. bOO t:tg. n place, per each. $ ? Of)() - $ place Geogrid base nt, complete on ~,(Y2 01/,;2907. ~ square yard .____ $ $ --._- '-----. - 4" drilled shafts at ents, complete on J 51 "9- otJ linear foot. $ . $ 51)/31.... -- __.,._______m _ .._~.__ --- 0" dri lIed shafts at rlor bents, complete / t:s.C'XJ- !S, J /.,0 ~ er linear foot. $ $ -- ridge abutments, ncrete, complete on 9SD~ ~ cubic yard:__ n__ $ $ lb, 150 -'- --'-'- -- . ridge interior bent.s, )ncrete, complete on I 50D tg. ()O cubic yard. $ 'I' , $~I 950,- ------------------- - -.-. idge slab, Class ,\,\s" omplete on place, c10 ao 7cJD - $ ~~ CJ(J() - ard. $ -- -'-'--.-.- -._.'. -----.- --.....-- Un ------- III Description :,y Preparing r constructio approaches, per linear Excavate ex material as complete 0 ard. Furnish and widening of approaches complete 0 yard. Furnish and shown on pI place, per Broadcast s plans, comp s uare ar Furnish and roadway sur plans, comp cubic yard Furnish and guard fence section, co pe~_each. Furnish and guard fence complete 0 Furnish and reinforceme P-li1c~!.... per Construct 2 bridge abutm place,_per Construct 3 bridge Inte O!:l__p}a(:~.p Construct b Class "('" co elac~~.!- per Construct b Class "(" cr p~~ce~_per Construct br concretc', c per cub~c y PROPOSAL FORM PAGE 6 OF 17 PART B H<>>JDO CREEK BRIDGE REPLACEMENT: (CONTINUED) I Bid Item II Qty , Unit 815 664.00 LF 816 308 Sy ---- 333.00 817 LF 818 49.6 LF RI9 1 EA -_.._..._..~ III Description -_.~_..-- --._._~ Furnish and erect prestressed concrete slab beams, type 4S815, complete on place, per !inear foot. -~---_._- --- Concrete surface treatment, Class II, complete on place, per s uare yard. Furnish and install bridge railing, type TlOl, complete on place, per linear foot. Furnish and install joint sealant at Type A expansion joints, complete on place, per linear foot. Remove existing timber bridge structure as shown on plans, c~mplete on pla_c;e, per each. TOTAL PART B ITEMS Bl THROUGH B19 PROPOSAL FORM PAGE 9 OF 17 IV Unit Price (In Figures) V tension (Quantity x Unit Price In Figures) /V1; Yof'ft- $~ J $ I K41~ $ ~~cJ/g $ b.C9 $ /p() ~ $ 99~ 00 $ 9. 'i 0 ....- $ ~ tjlt/~ if!' CQ $ ~5; frJD ,- __ CO $ 3D} ODO ......... . $~ r;3l/pf;!! PART C: STEBL PIPE AND TYPICAL GRANULAR EMBEDMENT . BIDDER must I II ...- Bid Qty Item & Unit (:1 10,149 LF ('2 56 IJF / / / provide price for III _...__._-_.--~.._-_.. Description all "PART e" items. IV Furnish and install 60--Inch Steel Pipe, Class 100 PSI, as shown on the plans and as specified, including excavation, dewatering, typical granular embedment, cement-stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, joint restraints, joint bonds, surface restoration, dis of excess material, cro s of Texas Department of Transporation right and any other inci items that may t included in 0 complete on foot. Unit Price (In Figures) V Extension (Quanti ty x Unit Price In Figures) nd i tall 54-Inch pe, lass 100 PSI, as ShOW~ t e plans and as sp c i , including x on, dewatering, 1 ranular embedment, ament, cement-stabilized e edment for cover greater han 10 feet, backfill, fittinqs, adaptors, couplings, joint restraints, joint bonds, surface restoration, disposal of excess material, and any other incidental items that may not be included in other bid items, complete on place, e~E_ I inear foot. ___ TOTAL PART C ITEMS Cl AND C2 PROPOSAL FORM PAGE 10 OF 11 $ tlJf) ':E $ $(JJ 1:9 $ tl!- $ ~ !m , $ ~ tf)~ gC/O ~ PART D: STBBL PIPE AND CEImNT STABILIZED BKBEDMENT BIDDER must provide price for all "PART 0" items. I II III rv -------------------- Bid Qty Description Item & Unit 01 Unit Price (In Figures) 10,149 LF D2 56 J,F Furnish and install 60-Inch Steel Pipe, CLass 100 PSI, as shown on the plans and as specified, including excavation, dewatering, cement-stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, joint restraints, joint bonds surface restoration, di of excess material, 0 of Texas Department Transporation righ and any other i i items that may no included in Ii complete on I foot. Furnish and Steel Pipe, as shown on the lans and as speci . d, ncluding ex io , dewatering, , cement-stabilized t for cover greater o feet, backfill, ngs, adaptors, co lings, joint restraints, . int bonds, surface restoration, disposal of excess material, and any other incidental items that may not be included in other bid items, complete on place, per linear foot.. Cement Stabilized Embedment, entire length of pipeline, in lieu of typical pipe embedment, complete, in place, per linear foot. 01 -~ $ t) L::>~ f 3an~ $ IV, D3 V Extension (Quanti ty x Unit Pri In F. res) $!J Q5S I/o , II. t./i./D oe:.. $ '(I . $ 48'~ $ 417.gt/o~ $ ~ 49t1j 5~ '!- TOTAL PART D ITEMS D1 THROUGH D3 PROPOSAL FORM PAGE 11 OF 17 PART E: ReeP PIPE AND TYPICAL GRANULAR EM8EDMBN'l' BIDDER must provide price for all ~PART E" items. I II III "------.----- Bid Qty Description Item & Unit El 10,149 LF F:2 ')6 LF IV V ----..----..- Extension Unit (Quantity Price x Unit (In Price, In Figures) Figures) 11 60-Inch te Cylinder s 100 PSI, rawings, In e. Unit ude ering, embedment, embedment than 10 ittings, gs, joint bonds, , surface osal of and any items that ed in other 2- ~e, in place, ~O~ ~ $ $ 5: {,!3 ,~40 '_._---~._- 11 54-Inch .te Cylinder s 100 PSI, rawings, In e. Unit ude ering, embedment, embedment than 10 ittings, gs, joint bonds, , surface osal of and any items that ed in other e, ~n place, I, Q>V.c8- ~ ~ $ $.5j 7, ()OO . --~--- _ _ ___m_._ , Furnish and insta Reinforced Concre Pipe (RCCP), Clas as shown on the d lieu of Steel Pip price should incl excavation, dewat typical granular cement-stabilized for cover greater feet, backfill, f adaptors, couplin restraints, joint polyethylene wrap restoration, disp excess material, other incidental may not be includ bid items complet per linear foot. Furnish and insta Reinforced Concre Pipe (RCCP), Clas as shown on the d lieu of Steel Pip price should incl excavation, dewat typical granular cement-stabilized for cover greater feet, backfill, f adaptors, couplin restraints, ioint polyethylene wrap restoration, disp excess material, other incidental may not be includ bid items complet pe_~ Linear foot. TOTAL PART E ITEMS El AND E2 $ ~/10q, ~40,rXj. PROPOSAL PORM PAGE 12 OF 17 PART F: RCCP PIPE AND CEMBN'l'-STABILIZED EMBEDMENT BIDDER must provide. price for all "PART F" items. I II III IV -~----- Bid Qty Description Item & Unit Fl 10,149 LF F2 56 LF Unit Price (In Figures) Furnish and install 60-Inch Reinforced Concrete Cylinder Pipe (ReCP), Class 100 PSI, as shown on the drawings. Unit price should include excavation, dewatering, cement-stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, join restraints, joint bon polyethylene wrap, su restoration, disposal excess material, a other incidental i may not be inclu e bid items com et, per linear Furnish and . s 54-Inch Reinforced te Cylinder Pipe (RCCP), C ass 100 PSI, as shown on e drawings, In lieu 0 Ste Pipe. Unit price hou d include exc , dewatering, abilized embedment er greater than 10 e t backfill, fittings, tors, couplings, joint traints, joint bonds, olyethylene wrap, surface restoration, disposal of excess material, and any other incidental items that may not be included in other bid items complete, in place, per linear foot. .._.__ Cement Stabilized Embedment, entire length of pipeline, In lieu 01 typical pipe embe(iment, complete, in I?1_9~_~_!:_ per linear foot. $ :3~. ~ eX? $ , 050 V Extension (Quanti ty x U t Pri , In F" res) $ ~ $ 58,g/)o, , $ 4f tg. $ 471 8 t/tJ $ 5,187\ j()() ~ TOTAL PART F ITEM Fl THROUGH F3 PROPOSAL FORM PAGE 11 OF 17 w~,.~ 8.&8 8ia 1 (Parts A, B and C) Bid Summa~ 1/ 1;q f5! 1/ I J $ 4JJJ~ 1119~;7/~ (Parts A, B and F) Note: see Special Provisions section A-4 for Method of Award. PROPOSAL FORM PAGE 14 OF 17 The:ontr actor \v i 1 J cmnmence work within ten (10) calendar days from .::lat.e thej receive WI itten work order and will complete same within 180 CALENDAR DAYS after ::onstruction is begun. Should Contractor default, ~ ntract.c ma,! be 1 ab~e for liquidated damages as set forth in the I: ntract Uocuments. -:i t1 wiLL pay Contract r in current funds for performance of the I. Jntract 1n accordance with the Contract Documents as the work p ogresses. Signed Hl ~ parts at Corpus Christi, Texas on the date shown dLuve. ATTEST:. / .... "JfA /I...'h' (\ 'Ii : . i~ .~ Ccty se~retary - (] CITY OF CORPUS CHRISTI BY~ Ronald F. Massey, Asst. C' of Public Works and Utili . APPR~VEr;> AS ~~ LE~. FORM: B~,':~L'\>\' Q ~ ..4~.,f A~s. it',! Attorneyl ~ r By: ; 'II~ L --- Ar:ge tf:.:: J Dlr .r CONTRACTOR AT~!h (If Corporatiqn) nc. ~~._- (S(rJi ~~low) (No~: If Person signing for corPoration is not President, attach cqpy of authorization to .ign) By: C it- U '-Y~/ Q.os.\~) s L ~ !"I M.t\_~ Title: ~\2S, ~(:..oo,.)\ 3636 PASADENA (Address) PASADENA, TX (City) 713/475-1422 (Phone) BLVD. 77503 (State) (Zip) * 713/475-2677 (Fax) Agreement Page 2 of 2 1)~-T:rL. AUI HUKILL. Sy rA)U"Cll.__/9J2:_?/D~ . -..............:k' sfr.~nA'1V{jZ PRO P 0 S A L FOR M FOR RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE, AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NUMBER 8416 WATER DEPARTMENT {'lTY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM PAGE 1 OF 17 PRO P 0 S A L Place: Pasadena Texas Date: 10/12/05 Proposal of Ramos Industries,Ioc a Corporation organized and existing under the laws of the State of Texas OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools I and necessary equipment, and to perform the work required for: RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT at the locations set out by the plans and specifications and in strict accordancE' with the ('ontract documents for the following prices, to-wit: PROPOSAL FORM PAGE 2 OF ]7 PART A INTAlCE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE ITEMS: I Bid Item 1\1 1\2 .1\3 _1\4 1\5 A6 i",7 A8 \9 10 II Qty & Unit LS 10,205 LF EA LS !,S LS 2 EA 8 , -'/ LS - -.- r 1-: A III -~---~--~---- Description --- 1 1 Mobilization (maximum 5% of total bid). Furnish, ins remove Trenc 54-IN and 60 complete on foot -"-'-- -~._~._~ Furnish, lnstall, maintain, and remove Temporary.Construction Crossing at Hondo Creek, as shown on the plans complete on place, per each Furnish, install, maintain, and remove Water Management Systems, as required. complete on place, per lump sum Furnish, ins remove Silt pollution co required, co lump sum ."- -~_..._._-- Furnish, install, maintain, and remove Tree Protection, as shown on the plans, complete on place, .I~e r lump sum. ~__ ___ __~__ Furnish and lnstall Gated Fence Crossings (all types), as shown on the plans or as directed by the Owner, complete on place, per each. __ _______~_ Concrete Thrust Blocks, as shown on the plans or as directed by the Owner, complete on place, per cubic yard. _ ____ Final Crading, Topsoiling, Revegetation, and 1 Year of Maintenance to establish specified vegetation in al l areas of permanent construction and areas disturbed by Contractor as shown on the plans or as directed by the Owner, compl~..! e_..9Il plac~, per _lump sum. 4-lnch Combination Air Release I Vacuum Relief VZllve, furnished and installed on 60-inch water line, complete on place, per each. tall, maintain, and h Safety Systems for -IN Pipeline, place, per ~inear 1 1 tall, maintain, and Fence and other ntrol measures, as mplete on place, per ....--.--- PROPOSAl. FORM PAGE 3 OF 17 IV V Extension (Quanti ty x Unit Price In Figures) $ I~ $ !J'?;(),64J'lJ 6-" $ 0 t ()~. -- fP $ /50, MO $ I5DJ ()lJD $ I~" d'DO t:JO $ 3t>1 <100: $ 3D ot)O $ i~, mo, $ I Z 000 ~ $ )} tWO. $ t" fJOO $ 1rJO,tX) 09- $ 5". ft, of).. 00 $ ID DrJV _ --- $ 10j bDO $1~ICK>O,~ $10 dtJU PART A . IlftAltE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE ITEMS: (CONTINUED) -- -~_.- -~ -"_. -_.- ------- -- "'---.- I II III Bid Qty Description Item & Unit -_._--,.._--_.._--_.__..~.._._-- All 8-Inch Combination Air 4 Release / Vacuum Relief ~A Valve, furnished and installed on 60-inch water line, complete on place, per each. 8 Corrosion Test Stations (all EA types), furnished and installed, complete on place, per each. 1"/ Type I Waterline Marker, FA furnished and installed, complete on place, per each. ]2 Type II Waterline Marker, RA furnished and installed, complete on place, per each. .. .~--- ------ '---. Complete all Site Work at LS Intake Pump Station, as shown on the plans and as specified, including site clearing, grading, parking area and service road construction, fencing, and all labor, materials, equipment and services to providE"' for a complete installation. This bid item does nelt include any electrjcal equipment or electrical related construction (including but not limited to wiring, duct work, J 19hting, SCADA, and power ~;upply), complete eln __ --p_~ ~<::(~Ly_e~ lump s urn . AI2 A13 /\ i 4 .~--t- [US PROPOSAL FORM PAGE 4 OF 17 IV Unit Price (In Figures) 0"- S is ow /' S $ " fffJO t$- ,In.~ $ t "fV. .I...~ SJ,'iV V Extension (Quanti ty x Unit Price In Figures) tI~ t<<> os.--- S t{8 fJr() S 4 'EO ~ st38D '& tfb. $ jOb, ~o $ rJ~o ()o() V' PART A INTAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE ITEMS: (CONTINUED) I Bid Item /\ 16 - -- A17 I I L_ II Qty & Unit LS --. --_.,,-_._'--_.~----_.._-- III -"'~'-'--'-~- -~.._---_.. Description ----..--- -~------'-'-- _. -.-...'---____.M._ ._____._~ (.... ,,) Furnish and install keter Vault dnd Flow Meter, as shown on the plans and as specified, including excavation, dewatering, and all labor, materials, equipment and services to provide for a complete installation. This bid item does not include any electrical equipment or electrical related construction (including but not limited to wiring, duct work, lighting, SCADA, and power supply) ), complete 0 plac~ per lump sum. u______ Furnish and install Intake Pump Station, as shown on t plans dnd as specified, includlng excavation, dewatering, cofferdam installation & removal, and all labor, materials, equipment and services to provide for a complete installation upstream of pipeline Sta. 1+28.19. Thi bid item does not include a electrical equipment or pIe c tr j c a 1 n~ 1 d t e d constructiun (including but not limited to wiring, duct work, 1 LghtinC], SC:ADA, and power suppty), complete on [)L~ce,_ p_eJ lump sum_ PROPOSAL FORM PAGE 5 OF 17 IV V Extension Unit (Quanti ty Price x Unit (In Price In "-+-. Figures) Figures) n D"- ~ -- $1Y9J;CO 7 $ J 30.111)() he s ny 09 o~ $ '1 t. bl?Jl0D sill-d). 0t0 l:' AK'.l' A IlUAKE PUMP STATION I DIVERSION . PIPELINE AND DISCHARGE STRUC'l'tJRE ITEMS: (CONTINUED) I Bid Item A18 A19 -~--------- -. ....-------- 1 Furnish and install l.S Electr ica 1 Util i ty Building as shown on the plans and a specified, i.ncluding all labor, materials, equipment and services to provide for complete installation the structure itself. This bid item does not include any electrical equipment or electrical related construction (including but not limited to wiring, duct work, Lighting, SCADA, and power supply), complete on plac~ p~_r lump sum, __,H__ 1 Furnish and install LS Electr j ca] Equipment, as shown on the plans and as specified, including all labor, materials, equipment and services to provide for complete installation. Thi includes, but is not limite to, wiring, duct work, cabl trays, motor control equipment, flow meter, grounding, SCADA controls, lighting, and power supply, comp let e on place, per l.lImp sum, II Qty & Unit - f------- - III -_._---_.._~--- -------------..--- Description PROPOSAL FORM PAGE 6 OF 17 IV V ---- Extension Unit (Quanti ty Price x Unit (In Price In Figures) Figures) ---- f---- , s a ~ "e- S/ZS}WO $ / ZS; (){}D --_._.~- a s d e ~ ~ $1A~lJb) $ )~()J{) - - Y AK:J.' A IJftAKE PUMP STATION, DIVERSION PIPELINE AND DISCHARGE STRUCTURE ITEMS: (CONTINUED) I -'.',- Bid Item .'\20 A21 .=fRln--- --=_---=__ ______ Qty Description & Unit , C" ! 'L) 2 rjO 1.1-' ----- -------.-..-----..,------ Furnish and install Disc Structure, dS shown on t plans and as specified, including all labor, materials, equipment and services to provide for complete installation downstream of pipeline S 103+32.57. This include but is not limited to, excavation, dewatering, work, fencing, structura elements, geotextile, ro riprap, and Tide-flex ch valve, complete on place lump sum. ______ Cement Stabilized Backfi where shown on the plans including pipe, complete place, complete on place linear foot. IV V --- Extension Unit (Quantity Price x Unit (In Price In Figures) Figures) "harge he a ta. s, site I ck eck , per tin ~ l/O ~ $ / ,.t!lo $ J 'JObO 11, . , not , J.n , per 60. ~ $ t56 ,...- $ {.,Z ,5rJO ----- TOTAL PART A ITEMS Al THROUGH A2I $ d-/qSI, tiS ~ HWPOSAL FORM PAGE 7 OF II PART B HbllDO CREEK BRIDGE REPLACEMENT: Cl' Class "{'" concrete yla<:=l'L peE cubic (:onstru(t bridqe i r: I a s ,~ "{" 0 n ere t. e I Bid Item II Qty & Unit 81 .9 ;TA 82 48.8 "Y B3 23 1 . 2 ('Y 84 379 85 379 ,;Y 86 84,8 ,y r\7 .1 EA B8 ,1 EA t~g 382 ::; y [-'10 3B4 LF' 11 Sil4 11' 1)2 19 0 1" 3 19 c I [I Bl4 f L ,17 ,0 C1 III Description ~-----_.,~ IV V ~--_... lEx tension Unit Price (In Figures) (Quanti ty x Unit Price In ,----- ~. Figures) -way for idge te on place, S tj,~ ~ ~5./~f'!)e $ ..-.---- roadway on plans, , per cubic cI 0 tJg.. 97b.Dt!2- --'- s $ embankment for y at bridge n on plans, , per cubic tJ5~ 6.18D d~ -_.~ $ $ I top soil as mplete on ~~ II, j70~ yard. $ $ "~-- -- as shown on n place, per t,a'J- tI11.~ $ , $ -- f---- flexible base shown on n place, per "57. t!2 60 $ $ 3) 131. - ~._._,--- "-,,-, "" -- metal beam al anchor on place, p ~3l1J ~ $ (tVO :/ $ -----------,-_..- metal beam tion (TIOl), l)() J, Dto 09- , per each. $ ?, t/()() ,/ $ -- f..--- Geogrid base plete on ~.09 ;//,;2907. ~ yard. $ $ .'--.,.------ '--- c--. '::,--- - led shafts at complete on $ 151,/X}.- oe> foot. $ .5 '1/ /31... . .- --'....-- -" ,- led shafts at nts, complete / (S,rxJ- !5) /'-'0 ~ 1ear toot. $ $ -, ~~~- butments, , complet.e on 950~ ~ yard. $ $ Jb, 150 - " , nterior be n t s , complete on ~J5OD ~ eo , $dJ 95tJ, - yard. - - _.- ----~ '~ tab, Class \\ (~" .J on p L'lce, tro 00 7cJD - $ ~~ CJtJl) - $ -.-.--- ;;y Preparing right-of construction of br approaches, comple per linear sta. Excavate existing material as shown complete on place yard. Furnish and place widening of roadwa approaches as show complete on place yard. u_____~, Furnish and place shown un plans, co place, per square Broadcast seeding plans, complete 0 square ard. Furnish and place roadway surface as plans, complete 0 cubic yard. Furnish and place guard fence termin section, complete per. each. '______ Furnish and place guard fence transi <:::omelet~on, place Furnish and place reinforcement, com p_IacE~!....pe.r square Construct 24" dril bridge ibutments, pJ a~e..!... .e.~E_ 1 Lneal Construct 30n dril bridge Interior be ':? ~I .P,L~l e I _Y~E_ I i r Construl't I:nidc}e ri P 1 a ~t' ,~ 1J~r cub i c Constru( t bridge s concret" comple te pe r cub~'i a 1.9 . PROPOSAL FORM PAGE 8 OF 17 PARI' B B08>O CREEK BRIDGE REPLACEMENT: (CONTINUED) -_._~- ~._-- ----...--..- -----,--~_.._---_.. .-- - I II III _._- ----- ----~ Bid Qty Description Item & Unit ------ 664.00 ..- ._-_..,.~- '-"-~'.' ----- BIS Furnish and erect prestres LF concrete slab beams, type complete on place, per I foot. -.-..--- -----~- .~--- ----.-- 816 308 Concrete surface treatment SY Class II, complete on pI per square yard. B17 333.00 Furnish and install bridge LF railinq, type TI01, campI place, per linear foot. --.- Furnish and install joint B18 49.6 LF sealant at Type A expansio joints, complete on plac linear foot. ----........-- -- existing timber bri d19 1 Remove EA structure as shown on plan complete on place, per e - _._- -- - ._-_._-~.~---~ '.--.,.--....-.---. sed 4SB15, inear ace, ete on n e, per dge s, ach. TOTAL PART B ITEMS Bl THROUGH B19 PROPOSAL FORM PAGE 9 OF 17 IV V Unit Price xtension (In Figures) (Quanti ty x Unit Price In Figures) /V11 Y(J~ft $ ~~cJ,bg $~ $ b.C9 $ I Kc/8~ b(J'P 00 $ $ 9 'fRo ..- $ &9 D9- $ '6 41t/~ if!' CQ -' CO $ ~5, t))D - $ 3o} tJDO -- . $~~ r; J l/ ~ J~!!!- PART C; STBEL PIPE AND TYPICAL GRANULAR EMBEDMENT . BIDDER must I II Bid Qty Item & Unit C1 10,149 LF {~2 56 lor' / / provide price for III ------..----- Description all "PART C" items. IV Unit Price (In Figures) V Extension (Quanti ty x Unit Price In Figures) Furnish and install 60-Inch Steel Pipe, Class 100 PSI, shown on the plans and as specified, including excavation, dewatering, typical granular embedment, cement-stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, joint restraints, joint bonds, surface restoration, dis of excess material, era s of Texas Department of Transporation right and any other inci items that may t included in 0 complete on foot. as $ t/-lf) ~ Furnis~nd i tall 54-Inch Steel 8 pe, / lass 100 PSI, as ShOW~ ty(e plans and as sp e i , including x on, dewatering, 1 ranular embedment, ament, cement-stabilized e edment for cover greater han 10 feet, backfill, fittings, adaptors, couplings, joint restraints, joint bonds, surface restoration, disposal of excess material, and any other incidental items that may not be included in other bid items, complete on place, ~er I in_ear foot "____ $ S(JJ 1:9 $ $#J!CO~ , TOTAL PART C ITEMS Cl AND C2 . IJO $ ~ ZJ)~ gCjD .-- PROPOSAL FORM PAGE 10 OF 17 PART D: .STBBL PIPE AND CEMENT STABILIZED EMBEDMENT BIDDER must provide price for all "PART 0" items. I II III IV Bid Qty Description Item & Unit Unit Price (In Figures) nl 10,149 Furnish and install 60-Inch LF Steel Pipe, Class 100 PSI, as shown on the plans and as specified, including excavation, dewatering, cement-stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, joint restraints, joint bonds surface restoration, di of excess material, of Texas Department Transporation righ and any other i i e items that may no included in 11 complete on 1 foot. -._-~ - D2 56 Furnish and 1.1" Stee 1 Pipe, as shown on the lans and as . d, ncluding io , dewatering, , cement-stabilized t for cover greater o feet, backfill, ngs, adaptors, co lings, joint restraints, . int bonds, surface estorotion, disposal of excess material, and any other incidental items that may not be included in other hid items, complete on place, l~er_ linear foot. __ ___ ni Cement Stabi lized Embedment, E~ntire Lenq'th of pipe] ine, In lieu of typical pipe I embedment, complete, in l place, per J lnearJoo~. - ---- -----... ------ ..._----.- 3C1""~ $ IV, 01 - C9 $ ~f.::>~ , V Extension (Quanti ty x Unit Pri In Fi res) $ 8 q5S.I/O 's L/t./c o~ $ 4 f $ t{o~ $ 417.gt/o~ $ i 49qJ 31? ~ . TOTAL PART D ITEMS Dl THROUGH D3 PROPOSAL FORM PAGE 11 OF 17 PART E: Recp PIPE AND TYPICAL GRANULAR EMBEDMEIIT BIDDER must provide price for all "PART E" items. I II III Bid Qty Oeser Item & Unit --- - E1 Furni 10,149 Reinf LF Pipe as sh lieu price excav typie cemen for c feet, adapt restr polye resto exces other may n bid i per I ---- -.., F:2 Fu r n i ~16 Reinf 1,[. Pipe as sh lieu price excav typi cemen tor c: feet, adapt rest r polye resta exees other may n bid I t per l i ----- ^._---~--_. _.. iption sh and inst orced Caner (RCCP), CIa own on the of Steel Pi should inc ation, dewa al granu.lar t-stabilize over greate backfill, ors, coup.!i aints, join thylene wra ration, dis s material, incidental at be inclu terns comple inear foot_ sh and inst arced Coner (HCCP), CIa own on the of Steel Pi :;hould inc aLion, dewa cal granular t --stabi 1 i ze over greate backfill, OIS, coupli ajnts, join trlylene wrd fation, dis s material, incidental at be 1l1cJu .ems I:: amp le near toot. TOTAL PART E ITEMS El AND E2 IV V ----- Extension Unit {Quantity Price x Unit (In Price, In Figures) Figures) all 60-Inch ete Cylinder ss 100 PSI, drawings, in pe. Unit lude tering, embedment, d embedment r than 10 fittings, ngs, joint t bonds, p, surface posal of and any items that ded 1n other 2- te, in place, ~O~ ~ S $ ~ b!3,,40 -_..._~ .- all 54-Inch ete Cylinder ss 100 PSI, drawings, 1n pe. Unit lude tering, embedment, d embedment r than 10 fittings, ngs, joint t bonds, p, surface posal of and any items that ded In other te, 1n place, I, CbD.cg k, ~ $ sSj ;I, lJOD - -- ---~._---~ ,-- --~.._...- $ 51 10Q, ~ tJoTart HWI'OSAL FORM PA<;E 12 OF 11 PART F: RCCP PIPE AND CEMENT-STABILIZED EMBEDMENT ~IDDER must provide price for all ~PART F" items. B~d u_Q~ ~~criPtion .~- IV Ex te:Si on Item & I Uni t (Quanti ty Unit I Price x U t i (In Pri I In Figures) F- res) FI 1 0, 14 9 LF F2 ') 6 l.F 9,\)')5 LF __L Furnish and install 60-Inch Reinforced Concrete Cylinder Pipe (RCCP), Class 100 PSI, as shown on the drawings. Unit price should include excavation, dewatering, cement-stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, join restraints, joint bon polyethylene wrap, su restoration, disposal excess material, a other incidental i may not be inclu e bid items com et, per linear 0 Furnish and s 54-Inch Reinforced te Cylinder Pipe (RCCP), C ass 100 PSI, as shown on e drawings, 1n lieu 0 Ste Pipe. Unit price hou d include exc , dewatering, abilized embedment er greater than 10 e t backfill, fittings, tors, couplings, joint traints, joint bonds, olyethylene wrap, surface restoration, disposal of excess material, and any other incidental items that may not be included in other bid items complete, in place, per linear foot~___ Cement Stabilized Embedment, entire length of pipeline, 1D lieu at typical pipe embedment, complete, in pl_d_(:e,_ per 1 inear foot. $:34D.~ $ ~ $ , oSO $ 58,g~o~ , $ 4K tg. $ 471at/D $ 3, q37 \ 300 ~ TOTAL PART F ITEM Fl THROUGH F3 PROPOSAL FORM PAGE 13 Of' I-} ~g'a} >>~SQ >>ia 1 (Parts A, B and C) Bid Summazy IJ 1;q fJ; ~ I / $ 'ZJJg(~~ '1/ 19~ )7/ 1i Tota1 Base Bid 3 = (Parts A, B and E) .......~ - (Parts A, B and F) Note: see Special Provisions section A-4 for Method of Award. PROPOSAL FORM PAGE 14 OF 17 :1' '" p Y U<C 'l (l, C:;::, l Bel L j It::: Ud0 V ltil cea l::ne Sl te and t dS dre1ully examined the plans, specifications and contract documents r~lating to the work covered by his bid or bids, that he agrees to do the work, dnd that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Rond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the hlghest iIDount bid, is to become the property of the City. of Corpus r'hristi In the event the contract and bonds are not executed within the tlIDe above set forth as liquidated damages for the delay and additional wc)rk cau~;ed thereby. . ~nority/~nority Business Enterprise Participation: The apparent low BIDDER shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms pdrticipating in the contract and a description of the work to be p,'rformee! and its do lIar val ue for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds wlll be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 180 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all Ilecessary tools and apparatus, do all the work and furnish all materials arId do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. nmnbe r ) Receipt , o~\i 0 \ OS 01 the '2 --OC1 \ "l-i.ri s-- addenda IS acknowledged {addenda (,SEAL IF BIDDER IS 1 ( rporation) __tv (SI TORE) Address: 568~,Pa~adena 3636 (P.O. Box) l'as31den~ (City) Texas (State) 713-475-1422 Pasadena Blvd (Street) 77 503 (Zip) By: NOTE: Telephone: Do nGI detach hid fl ~ other p~pels. FIll HI with ink clnd c;ubmit complete with attached papers (Revised August 2000) PROPOSAL PORM PAGE 15 OP 17 BO:\D :\0.: 104584 88S P E R FOR MAN C E BON D STATE OF TEXAS 5 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES 5 THAT Ramos Industries, Inc. of HARRIS County, 'lexas, h :-einaft~r cal~ed "Principa~", and TR.WELERS CASUALTY AND SURETY COHPANY a Ot . o\NttIC~ ;.'pc:-ati n crga:--,i ze :lr,der the la'.-;s 2r tn'e .::Jtate of CONNECTICUT d 1 duly 3uth:rizc'd ':.c de t:lsi:1ess ir the SLate of Texas, hereinafter := ~lec! "Suretj", 3r r.e1 j ::tred fir",_~ boucc; unto the City of Corpus .- :~lS':l r -3 mu.....;,-=-,:~=-Da= rt:cra~_i,on -:-f tJueces CO'-1nty, Texas, hereinafter _ _led "C:ty", ~r, t e per.el S'-1:1', ::: SEVEN MILLION, TWO HUNDRED TWENTY- THREE THOUSAND, FIVE HUNDRED EIGHTY-ONE AND NO/100 ($7,223,581.00) [} I" LPj::,S, awfLl mcne .;)'" the 'Jniteci States, ::0 be paid in Nueces County, .:a3 Ec. thf3 =a;m"~jt J: :N~,l:::h SU:.: 'Aell ard truly to be made we bind .rse~ves OUI ceirs e~ecu[crs, a:::iministratcrs and successors, jointly " " s,,,;ver 11 '7 -'-1' :" i r m l' b hes~ or,:::sents: THE CONDITION OF P' nc:'pal entered lite ,_, :'is~ i iated ':.he 25TH d' achedind made a ;)ar- THIS OBLIGATION IS SUCH THAT: Whereas, the _ ,:::ertai:--: centract 'v;ith the City of Corpus 0: OCTOBER , 20~, a copy of which is hereto here f, for the construction of: RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE, AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8416 (TOTAL BASE BID 4 {PARTS A-B-E}: $7,223,581.00) NOW, THEREFORE, if tre p.:- i'Kip:::~ shall f::.i'=.hfully perform said work a=:crciance \"]~t;'--l ~l-'~e ;:l.a''-~s, sp.:::._=ifi.,:aticr.s a::id contract documents, :ludi~g any =tangEs, ex:erlS_0ns, or guaran:les, and if the principal ~ 311 repair a~j r :epla:e aLL defec~s due ':.0 faulty materials and/or w ckmansh p tha: app ar withi~ a period of one 1) year from the date of c mpletlc and a:::c~pta~ce -- iffiprJvements oy the City, then this ()t "igElt 1C shall be 'oi i; oth2r',vise tc remai:--. in full force and effect. PROVIDED FURTHER, that _. f an:: legal aC:lcn be filed on this bond, ,~,ue s~a_l l:e i~ N ;eces C00r~y, ~exas. An,j ~hat s3id ~Jretv f ~ val~e received hereby stipulates that no c 3nge, e~tensi:r'; 0_ time, 3L::era-c.ion or ad:::ition to the terms of the ': -ltrac:::., or . he ',', r< performed thereunder, or the plans, sI~eclrl,,:a~ions, jr-a~Lngs, et~.., aC20mpanying the same shall in anywise a~fect Lts obligatio, on :hls bond, and it dJes hereby waive notice of a ! suc~ .:hange, extenslon of time, alterati::n or addition to the terms :) the cc trac':.,:r '0 "::be '\~ork to be perfor",ed thereunder. ?~rfO~~3~=e Bond 2ag2 : )f 2 _'C l bOLi 1. ..'3 jl ~12C t '71.:::.;:.r- tes ,'=: f T-::xas, _ j~ requirements of Article 5160, and other applicable statutes of the rn 1 S .:i~\7il St.3.t 3te f Texas. The underslgnec age~~ IS hereby cesignated by the Surety herein as - Agent Resljent 1: NIeces Count} ~o whom any requisite notices may be -~ li7erec and C~. ~hcm servi.:e of process may be had in matters arising f 2Jch s'Jr-ety hir, as ~rovided by ,Z\rt:. 7.19-1, Vernon's Texas 3Ur3.LCE: Code. - e IN WITNESS WHEREOF, this instrument is executed cf which stall be deemed an original, this the :\OVEHBER 2 C_~ in 4 copies, each 4T~ day of PRINCIPAL; RA?1OS ,IMDU?TRIES,' -, "-0'-.\2 \,..L <K.f'lMuS - ~R..:::: ,\:>.,;J'" '~~lnt Name & Tltle) I i 8j: / i/--v ATTEST .~~'- 5e, r. ary ?rlnt Name) \,'\ , C" 012 \... \2 F\M.DS. SURETY '- 1+""., Tbe Resident Agent of the Surety in Nueces County, Texas, xor:4e~;vei:y ox notice and service of process is: Agency: _,R:'lFV f. ~ssnCTHFS Contact Person; J.-\COl:ELY~: KINGSBl:RY Address; 15102 LEE'\'JARD. i.!604 CORPllS CHRISTI, TEX.-\S 78418 Phone Number; 36t-866-8400 N~. TE: Date pc""ise.i 9/0' f Pe:::~::-:.3'1Ce Boni r:\1l5: L'':::,":. be P~. .~ ~ - -......'"- _,-,:::a ::'3 C: c')f'...tract) =--'~:Je <") HOUSTOUN, WOODARD, EASON, GENTLE, TOMFORDE, AND ANDERSON, INC, dba Insurance Alliance 1'776 'fork,town, Suite 200 Moustnn, Texas 77056-4114 101 L1cens€ #1381 FEIN #760362043 f'~r=:J~mance Bond PAY MEN T BON D BOND NO.: 104584885 STATE OF TEXAS S KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES S THAT Ramos Industries, Inc. of HARRIS County, Texas, h ::einafter callec "?r incipal", and TRAVELERS CASUALTY AND SURETY COHPANY ,OFa c rpcra:i In Or}3r11 ze i u"der the la'.vs "'bttKt11t: State of CONNECTICUT cl i duly 3uth)rized :c :1= business in the State of Texas, hereinafter Co le;j "c.lretj", ar r-eLl and firml} bound unto the City of Corpus _is~L3 mU:-:IJioa ::: q::orat=-on of Nueces ::::ounty, Texas, hereinafter (; ~le(:i "e.~ ty", an nt 3~1 persons, fir:-ns and corporations supplying __ oor Cine materials H ~)nJsecution )f the work referred to in the a' ::.achedxltra:::: I i: the penal sum of SEVEN MILLION, TWO HUNDRED TWENTY- THREE THOUSAND, FIVE HUNDRED EIGHTY-ONE AND NO/100 ($7,223,581.00) j)',U',RS, 3wfc~_ ncne c: t~e U:tited States, t::J be paid in Nueces County, ,-:3S, :c t:'h~ ramE'~ f it! :::~l sun 'l'ic::ll arld truly to be made we bind se ves our ~eIrs exe=utors, adnin_strators and successors, jointly 2!' s""ver 11'1, :Lr:nl b ::hese presen:::3: enterec L1t;:; THIS OBLIGATION IS SUCH THAT: Whereas, the a certain CO'ltract 'with the City of Corpus day OCTOBER , 20~, a copy of which is hereto ~ereGf, for t~e ccnstruction of: THE P i.nclpal CONDITION OF C: ist.it a' .- ac;(ed 1a ted -che 25TH :-ld rrade a ar- RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE, AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8416 (TOTAL BASE BID 4 {PARTS A-B-E}: $7,223,581.00) NOW, THEREFORE, Lf the principal shall faithfully perform its duties c," make prcmpt r::ciyrn2n~ tall persor,s, firms, subcontractors, c porac.i :1S and c _aimar:::s sup.o':"yir.g 12CJr and material in the pI secuti n of the ~)rk pcovided for _n said contract and any and all d_ y authorized modi:ic~t~on of said contract that may hereinafter be IT\C:.:re, notce ): ''';C1l h :::oclfication to the surety is hereby expressly W6_vec, t. en thls 00 igaticn shall be void; otherwise to remain in full f ce and effec-. PROVIDED FURTHER, tha::: ~:' any legal action be filed upon this bond, ...\~ ~ U e s r-~ a 1.. 1 i ~ l n N, e c e S: 0 _---1 (1 t 'l, T e x as. And -C1at said s.lrety fer value received hereby stipulates that no c~I~:3nge, e>:ten.5~:)r: of ti:ne, a.iteration or aci:iition to the terms of the cCitract, or t::J t'te ',<1-:' r'c per:ormed t~_ereunder, or the plans, specifica-ions, draw_ngs, etc., accompanying the same shall in anywise affec-c Its obllgatio on this bond, and it does hereby waive notice of ar such hange, ext~nsion oE time, alteration or addition to the terms c' the co ract, r 0 t'te wor~ to be perfor~ed thereunder. ~aYfi1.e:J.t: Bon.d 8age :. c f 2 Thl.S boc:::: lS Jlven to meet. :he requirements of Article 5160, 'fer-non's :ivi_ StatL:es of Texas, and other applicable statutes of the ~:3' :ite cf Texas. 'Tht::-~ terrrs "<=:laiman:'''f "Labor" and "Material", as used ~l :ei: are in acccrd3nce with and as defined in said Article. Thelndersignea agent is hereby designate~ by the Surety herein as t_~e Agent Resident i- NLeces County :0 whom any requisite notices may be deLivered and on whcm ser~ice of process may be had in matters arising " c f slch sure: Y5 hip, as 9rovided by A.rt. 7.19-1, Vernon's Texas ur3.nc::e Code. (),.. ..::< IN WITNESS WHEREOF, this lnstru::nect is executed of wh_ch shall be deemed an original, this the NOVEHBER _ _, 0 ~ in -1- copies, each 4TH day of PRINCIP~\ R..t\}ros INDU);TRIES, INq. By: ~11L4-1.. <~-J \(v;.>\:,;;.,L. ~AMOS.- ~ces.j>:>;:"'-Vt Prlnt ~arre & Tltle! ATTEST ?(ftf;()d~ Se\ e ary ,~\\ G...\J\::. L ~:~MO~ :' ?rlrlt t~ame:; SURETY \ TRAVELERS CASUAL~ A:,'D SURETY COMPA},ry OF AMERICA .r '\ \ B~Wkj~ Attor~ey-in-fact : ?;~:~J:;~R:KER Tbe Resident Agent of the Surety in Nueces County, Texas, for delivery oE notice and service of process is: Agency: Contact Person: Address: ELSEY & ASSOCIATES JACQUELYN KINGSBURY 15102 LEEWARD #604 Phone Number: CORPUS CHRISTI, TE~~S 78418 361-866-8400 : Jate :,f sed 9 O. 2a~-::-~en': 30n mus:. Lot be prior date of c::mtr3C\tOUSTOliN, WOODARD, EASON, GENTLEt 'H)MFORDE, AND ANDERSON, INC. dbe Insurance Alliance ,776Iforktown, Suite 200 ";austlll'l, Texas 17056-4114 m: Llcen",'" #1384 FEIN #760362043 i?ayment 30nd ? -3.oe L ;: ~ .~ STPAUL ~ TRAVELERS lMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On Nov. 25, 20C2, Fresident Bush signed int: law the Terrorism Risk Insurance Act of 2002 (the "Ad'). The Act esi..ablishes a short-term program under which the federal government will share in the payment of covered lasses caused by certain acts of international terr:Jrisiii. \;Ve are providir.g you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premiurit Under Lhe Act, insurers are requIred to provide ~verage for cErtain losses ccused by international acts of terrorism as defined in the Ac:.. The Ac: further pro\;ides that the federal government J will pay a share of such tosses. Sp::cmcally, the federal govemr.er.t will pay 90 percent of the arr.aunt of c::Jvered [osses caused by cer:::in ac:s of terrorism, which is in excess of an insurers S"l.2tutcrily established deductible for that year. Trie Act also C8.~ the arr.oum of terrorism-related lesses for which the federal goverr:mem: or an insurer can te responsible at $100 billa n, provided mat the insurer h2S met rts deductible. Please ncte tha: passage or the Act dees not result in any change in c::Jverc;e urder :he attached ~:::Jlicy or cod (or the pGlicy or bond teir.g quc~ed) Please also note ':hat no separate ader-Jonal Fremic;;l c:har;;e DeS ceen mace fGf the terrorism c::Jverage require: by the Ad. The prerrJ!-lri1 chcrge that is allocab[e to such covera.;e is inseparable from arid imcedded in your overc!I premiurl, and is no mere than one p.EfC2nt Gf your prerrJuri1. IT..T.tOt& (Jle.:.) TRAVELERS CASUALTY AND SUREry COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporatIOns dilly organized under the laws of the State of Connecticut and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constItute and appoint: C. W. Adams, Harlan J. Berger, Andrew J. Janda, Donald E. Woodard, Jr., Michael Cole, Sue Kohler, Cheryl R Colson, Sharon Cavanaugh, Leland L. Rauch, JoAnn Parker, of Houston, Texas, their true and lawful Attomey(s)-in-Fact, WIth full power and authonty hereby conferred to sign, execute and acknowledge, at any place within the Umted States. the following instrument(s) by his/her sole signature and act, any and all bonds, recognizances, contracts of indemlll(\ and other writings obligato!} III the nature of a bond, recognizance, or conditional undertaking and any and all consents inCIdent thereto and to bind the Compames, thereby as fully and to the same extent as if the same were signed by tl1e duly authorized officers of the Compames. and all the acts of said Attorney(s)-in-Fact pursuant to the authority herein given, are hereby ratified and confirmed ThIS appomtment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect. VOTED that the ChaIrman, the President, dny VICe Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second VIce President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to aei for and on behalf of the compan) and may give such appointee such authority as his or her certificate of authority may prescribe to sign \\llh the Com pan) 's name and seal \\ 1 th the Company' s seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature: of a bond. recognizance, or conditlOnal undertaking. and any of said officers or the Board of Directors at any time may remove any such appointee dnd revoke the power gIven hun or her. VOTED Inat the Chmrman, the PreSIdent any Vice Chmrman, any ExecutIve Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authonty to one or more officers or employees of this Company, provided that each such delegation is in \\Titmg and a COPy thereof is filed in the otTice of the Secretary VOTED That any bond, recogmzance, contract of mdemnity, or wTiting obligatory in the nature of a bond, recognizance, or conditional undertakmg shall be valId and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior VICe President or any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and July attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) hv one or more Attorneys-m-Fact and Agents pursuant to the power prescribed m his or her certificate or their certificates of authority or b\ one or more Compan\ officers pursuant to d wTitten delegatlOn of authority This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VO rED [hat the signature of each 01 the lolloWlllg officers President, any Executive Vice President, any Senior Vice President, any Vice President any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executlllg and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimlle seal shall be valid and binding upon the Company and any such power so executed and certified bv such facsimlle signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or lUldertakmg to which it IS attached RevIsed 0 l-fl3) Standard IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be sIgned bv their Senior Vice President and their corporate seals to be hereto affixed this 20th day of June, 2005. ~ JAT! ,)1' CONNE< IICUT } ~s Hartford (OUN lY OF flARTFORD ~~.,~ ~ SlIRtrj; V ~ '~~i ~..._... ~. . ~ I TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY /~~~~ -- - By- George W. Thompson Senior Vice President On this 20th day of June, 2005 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, dId depose and say: that he/she IS Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporatIOns described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authoril\ of his/her office under the Standing Resolutions thereof 'rf\. ~ ~~ My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE L the undersigned, Vice President, Bond of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains III full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority. are now in force. IN WITN'ESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this KnVID-1BER . 20 05 "'~.,~.~ ~ ~ ~Ilti,.~ e r(:RTFO~. ~ ~~ CONN/! ~ S;...-... ~ . ~ ,- 4TH day of By Christopher H. Nobl Vice President, and ~ TravelersJ IMPORTAl~T NOTICE TO OBTAIN INFOR.J."L~TION OR MAKE A COLYIPLAlNT: You may contact Traveiers Casualty & Surety Company of .America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street \Vest Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3107 Fax ***PLEASE INCLT.JDE TIIE BOND NlJNIBER*** You may contact the Texas Department of Ins1.Lrarlce to obtain the information on companies, coverages, :-i.ghts or camp laints at: Texas Department 0 f Insurance PO. Box 14910~ Austin, TX 78714-9104 (800) 252-3439 ATTACH TillS NOTICE TO Y01J~ BOl';'TI. This notice is for information only and does not become a par! or a condition of the an2cl1ed document and is given to comply \Vith Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. PAYMENT BON D STATE OF TEXAS 5 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES 5 THAT Ramos Industries. Inc. hereinafter called "Principal", and c rporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter ca _led "Surety", arc held and firmly bound unto the City of Corpus Christi, d municipal corporation of Nueces County, Texas, hereinafter ca led "CLty", and unto all persons, firms and corporations supplying 1 abor and materials in prosecution of the work referred to in the attached contract, in the penal sum of SEVEN MILLION. TWO HUNDRED 'l'WENTY- THREE THOUSAND. FIVE HUNDRED EIGHTY-ONE AND NO/100 ($7.223.581.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, 'Ie;':as, fOt the payment )f which sum well and truly to be made we bind (1 selves, our heirs. executors, adminlstrators and successors, jointly ar~ severally, firmlt by these presents: of HARRIS County, Texas, a THE CONDITION OF r=11.ncipal entered into Ctristi, dated the 25TH at ached 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: RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE, AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8416 (TOTAL BASE BID 4 {PARTS A-B-E}: $7,223,581.00) NOW, THEREFORE, f the principal shall faithfully perform its duties an'1 make prompt payment t all persons, firms, subcontractors, corporations and Claimants supplying labor and material in the pr secutien of ~he work provided for In said contract and any and all du_y authorized modificatIon of said contract that may hereinafter be maie, noL ce of which modifi,=:ation to the surety is hereby expressly wa ved, then this ob_igation shall be void; otherwise to remain in full fcrce:md effe'::t. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shaJ 1 lie in Nueces :::ounty, Texas. And that saId s rety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the cO':tract, or to the wurk performed thereunder, or the plans, specifications, draWIngs, etc., accompanying the same shall in anywise affect its obligatioy] on this bond, and it does hereby waive notice of an such change, extension of time, alteration or addition to the terms of the contract, or ta the work to be performed thereunder. Payment BO~ld Page 1 ()f 2 This bond is CJ i ven to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the 2t:'lte of 'Texas. The terms "Claimant", "Labor" and "Material", as used he ein are in accordance with and as defined in said Article. The underslgned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be de ivered and on whom service of process may be had in matters arising au of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in ~ copies, each one of WhlCh shall be deemed an original, this the day of ,., 20 PRINCIPAL By: :Prlnt Name & Tltle) ATTEST Secretary IPrlnt Name) SURETY By: Attorney-in-fact iPrlnt Name) ~i~-~~e~~~ ~ 't:o~=:t:rs~n Naeces COWl., Texas, ror de~ivery or Agency: Contact Person: Address: Phone Number: (NOTE: Date c Payment Bond must net be Friar :0 ::late of contract) (Rp-'J ;sed 9/C2) Payment Bond f'age 2 f PERFORMANCE BON D STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Ramos Industries, Inc. hereinafter called "Principal", and corporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Chr ist i, 3. municipal corporat ion of Nueces County, Texas, hereinafter called "CLty", in the penal sum of SEVEN MILLION, TWO HUNDRED TWENTY- THRBE THOUSAND, FIVE HUNDRED EIGHTY-ONE AND NO/100 ($7,223,581.00) DOLLARS, lawful mane' of the United States, to be paid in Nueces County, Texas, fa! the payment 8f which sum well and truly to be made we bind 0Llrselves, our heirs. executors, adminlstrators and successors, jointly anj severally, firml by these presents: of HARRIS County, Texa s , a THE CONDITION OF pIlncipal entered into Christi, dated the 25TH attached and made a Dart THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract with the City of Corpus of OCTOBER , 20~, a copy of which is hereto hereof, for the construction of: RINCON BAYOU DIVERSION PROJECT INTAKE PUMP STATION, DIVERSION PIPELINE, AND DISCHARGE STRUCTURE HONDO CREEK BRIDGE REPLACEMENT PROJECT NO. 8416 (TOTAL BASE BID 4 {PARTS A-B-E}: $7,223,581.00) NOW, THEREFORE, if the principal shall faithfully perform said work lr acc::ordance with he plans, specifIcations and contract documents, in "luding any changes, extensions, or guaranties, and if the principal shall repair and/or repLace all defects due to faulty materials and/or we kmanship that appear \.;i th1n a period of one (1) year from the date of cempletion and acceptance of improvements by the City, then this ct 19at101 shall be 'oio; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, ve ue shall lie in N eces :ounty, Texas. And that said sJrety for value received hereby stipulates that no ctLinge, ex tens ion:)f time, alteration or addition to the terms of the cc tract, or t D t'le w:)r K performed thereunder, or the plans, specifications, draWIngs, etc., accompanying the same shall in anywise af~ect its obligatior on this bond, and it does hereby waive notice of an such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of Thls bond Vernon's=ivil State of Texas. is q i ven to meet the requirements of Article 5160, Statutes of Texas, and other applicable statutes of the The undersigned agent is hereby designated by the Surety herein as t Agent Resident ir Nueces County to whom any requisite notices may be de ivered and on whom service of process may be had in matters arising C'" of such suret Y5 hip, as provided by Art. 7. 19-1, Vernon's Texas ]r,surance C:ode. Cy--" IN WITNESS WHEREOF, this instrument is executed in -A- copies, each of which shall be deemed an original, this the day of o - , PRINCIPAL By: (Prlnt Name & Tltle) ATTEST Secretary iFrlnt Name) SURETY By: Attorney-in-fact (Prlnt Name) ~~~tr~.~~ O:r-::o~:::trs7n Nueces County, Texas, ror delivery or Agency: Contact Person: Address: Phone Number: (NCTE:: Date,f Performance 30nd rm:st (RE"Ji.sed 9/02 be prior to date of contract) Performance Bond Page 2 of 2 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires a8 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-. Ramos Industries,Inc FIRM NAME: STREET:__ 3636 Pasadena Blvd CITY: Pasadena ZIP: 77 503 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. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm", Name Job Title and City Department (if known) -None- 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 -None- 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 -None- 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 -None- CERTIFICA TE I certify that aU information provided is true and correct as of the date of this statement, that I have not knowingly wilhheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as chang~~ TiUe: President ~ Date: 10/12/05 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 "Finn". 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 sofe 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 Interesr. 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 hekf' 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. PROPOSAL FORM PAGl.; 17 OF 17 VOLUME 2 - TECHNICAL SPECIFICATIONS FOR INTAKE PUMP STATION, DIVERSION PIPELINE, AND DISCHARGE STRUCTURE (BOUND SEPARATELY) V o LUME3-PLANS FOR INTAKE PUMP STATION, DIVERSION PIPELINE, AND DISCHARGE STRUCTURE (BOUND SEP ARATEL Y) VOLUME 4 - TECHNICAL SPECIFICA TIONS FOR HONDO CREEK BRIDGE (BOUND SEPARATELY) VOLUME 5 - PLANS FOR HONDO CREEK BRIDGE (BOUND SEPARATELY) TE 99 018 ADDITIONAL INSURED Ihs endorsement modifies Insurar,ce provided under the following: BUSINESS AUTO COVERAGE FORM GARAGf COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception dote of the policy unless another date is indicated below: ! Endorsement Effective ]]! 1 /0' Policy Number 61 UENQT 12 62 I rN~med Insured Ramcs Indus ~rie~, Ine. a Countersigned by (Authorized Representative) The provisions and exclusions that ODDly to LIABILITY COVERAGE also ODDly to this endorsement. [he City of Corpus Christi Jepartment of Engineering Services PO Box 92 77 ~orpus Christi, IX 78469-9277 IS an IMureCl, Out only with respect to legal responsibility tor 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 pertoining 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 99 018 - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed March 18, 1992 ::)OL C\ N ViBC:P 6 LCqT161 CL 246 ( 11-85) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. :::; 2J _ C II 35 ADDITIONALINSURED-OWNERS, LESSEES OR CONTRACTORS (FORM B) his en~'or ,02me,'1t nOd "es sura cecrcJI,jed under the following: :c ,'JMER:;;:"l, \~EJ, PAL U/:8ILITl COVERAGE ::AR7 SCHEDULE Name of Person or Organization: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 if ,'1::; e'tr\ appea's abo-.e. fOriTation ,eqc. red to com~lele II'::; endorsement wil! be shown in the Declarations as 'JpplicaDie'o thiS end:Jrseme1t) NHO is A'~ I NSUR ED See on I is amended to l'lciude as an insured the person or organization shown in the :,chedue, ~t 0::1;. N:'l 'esp,.ct tGab !t", arising out of "iour Nork" for that insured by or for you, d~ ....-- .....~... .. O-~U~~~~T:Cn ~.....,_ G'o , :~<)yri;':::-~ S~.Jr?I:~:e Sff~ ~'s '.,)fll':::-=: "\... '~84 POUCf UMBE;:;o. 61CQTl261 CL 229 ( 11-85) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 02 ::; 11 85 TEXAS CHANGES-AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE ,n 5 e de :,emen' Tied' es nSU1nc'~ provided unaer the rollowlng: C ',lJMEPC FL \~EhERAL LiA31L1 TY COVERAGE PART LJUOR _fABI L TY=OV[ RA:~E ?ART CWNERSANO CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART P')LLUTION LIABiliTY COVERAGE PART P;ODUCTscor;1PL ETE[ OPERATIONS LlABILI~( COVERAGE PART R"iLRO,110 :::>pOTEC IVE '-'flBlliTY COVERAGE F'A.RT in the 2/e't of c:anceiiati"n c materia change tnat reduces or restricts the insurance afforded by this Coverage Part, we agree 1 n'3 I pl'OI M tten nticef CF.ce 3t on or ,~,3terlcl change to: 1. Name City 01' Corp,is Christi, D~partrnent of Engineering Services 2. Address: PO Box 427 , C..>rpus Christi, TX 78469-9277 3. Number of days advance notice: 30 .......,....,..,~ .,... "<it OAVTHENTICO ~..:.:::~\ a~ ',1i .: TE 02 02A This endorsement rnodifie5 insurance provided under the folJowing: CAHCElLA noN PROVISION OR COVERAGE CHANGE ENDORSEMENT IUSl-lESS AUTO COVERAGE fORM GAJlAGE COVERAGE FORM TRUClCEJtS COYBlAGE fORM This endorsement changes the policy effective on the inception date of the policy unless another dote is indicated below: Endorsement Effective 11 1 i 0 .~ PoIi<:y Number 61 UENQT 126 2 Named Insured c\amos Industr es, Ine. Countersigned by Uthorized Repreu:ntative) 30 days before this poSey is cancelJed or materialy changed to redu<:e or restrict Cover- age we will mail notice of the cancelation or change to: t of Engineering Services City of Corpus Christl, Departmen PO Box 927~, Corpus Christi, TX 78469-9277 -.c_~___._,,- ___.-- CEnter Name and Address) foaM n 02 02A - CANCILLA TIOH PIlOVlSlOH oa COV'ERAGI .CHAHQ ENDORSEMDn' TeJl_ Sc.td...4 Auto-u.U. r..__.*1f "'-c:riNd M-a ", 1992 WORKERS COMPENSATION ANl APLOYERS LIABILITY !NSURANCE POll we 42 06 01 (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT TTS endorsement app:ies only L: the insurance provided by the Dolicy because Texas is shown in Item 3.A. of the irbrmation Page in the event of cancellation or ather material change of the policy, we will mail advance notice to the person or organization named in the Schedu'e. The number of days advance nCltice is shown in the Schedule. Ths endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ~umber of days advance rotice: 30 2. Notice will be mailed to: CHy of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO B;x 9277 CC!rp;iS Christi, TX 78469-9277 !i'l (l) o :g (l) '" ~ ~ N '" <") ... ~ 8 '" -- = This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The inlormation below is required only when this endorsement is issued subseq~ent to preparation of the policy.) ::ndorsement Effective 11/1/05 Policy No. f) 1 WEQT 12 6 0 Endorsement No. ;713ured Ramos J ndustries, In . Premium $ -- - ! ~ ~. - insurance Company 'iartford ["de rwri tel'S Ins. Co. Countersigned by Q~~ WC 42 06 01 (Ed 7-84) Client#: 42224 I A~ORD.-CERTIFICATE-OFLI ---~- . .-.....-------.---. .,-_.__.._~..__.._- PRODUCER I USI Southwest Inc. rlouston/Cl 11250 Wood branch Park Drive I Suite 300 ! Houston. TX 77079 I r'-' i INSUREC Ramos Industries. Inc I' P O. Box 5685 Pasadena, TX 77508~685 . I ABILITY INSURANCE DATE (MMlDDIYYYY) 11/04105 ! THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICA TE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. -- " - ---.-----.-- ! INSURERS AFFORDING COVERAGE NAIC# ----~NSURER A Hartford Underwriters Insurance Co 30104 I , !NSURER B Arch Specialty insurance Company 9999 ,~ISURER C Texas Mutual Insurance Company 9999 r--' Travelers L10yds Insurance Company 41262 ' !'~SUR"R D i--.---- T~~n.City i'ir.e Insurance Company 29459 i lNSL'FER E .I --,'- RAMOSIND COVERAGES 'HE::> :CIES OF l!iSUf'A',Cc L:srEc "teLC'{v H /E B,,:..:i is ,'UEL ".:- T HE iNSURED ~,AMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ,NY RE:)'JIREMENT TERM OR cmm,TON UF A ,f COt\TRAC OR OTHER DOCUMENT V\ITH R"SPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR 'AA Y PERTAIN, THE INSl'R"'NCE AF;:CORDEC BY 'IE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH "OU::;fi::,S -'\GGREGATEIMITS SrOV.t: MAl HA '.: BEEf. RECUCED 8Y PAID CCAIMS ---_.._--.-- --_..~---- ~ ...,~_..__..__.- '6'A~~~&~f88>>'1 Pg~fl i~i~b~m\N LTR NSRD TYPE OF INSURANCE _. +-- POLICY NUMBER LIMITS ~_..._.~._- -'--_._~--- 111101/05 A GENERAL L1ABIL:", v' 61CQT1261 11101106 EACH OCCURRENCE $1.000 000 "~HIIERCI"JENERAL LiAHLT' I ~~~~~J?F~~;,~nce\ $100 000 I V- i : CLGJM~; ~.1AOE : X 1 ~(::CUR \I ! M ED EXP (Anyone person) $10 000 -t-" ~..J $1.000.000 , I PERSONAL & ADV INJURY -J _ --- ~--"-- .'----- J_ I i GENERAL AGGREGATE rf2 000.000 ".----- __'._.__..__ m___,__ 3EN'L AGGREGATE LIMIT APPLIES PER PRODUCTS. COM PlOP AGG $2 000 000 'lr-iPR~ I ' -111,0,10',' "":;' r- r" -- , POLICy: ,;,JECT " L~+-- -------- ---------.-. E AUTOMOBILE LIABILITY .; ;61UENQT1262 COMBINED SINGLE LIMIT II / ")(1 ANy AUTO v' (Ea accident) $1,000,000 --j , B ^" _eo ""0' BODILY INJURY (Per person) $ .' SCHEDU.EC {".'TOS X I-IIPED AUTO, i BODILY INJURY X NON-OWNE: "I'TOS I (Per accident) $ -i -_. _.._---- -------- -- j PROPERTY DAMAGE $ ! I (Per accident) --- r----' ~.__._---- ,_. ~_..__..- .- -----1-' .--_.- GARAGE LIASILIT' AUTO ONLY. EA ACCIDENT $ l ANy AliT') I OTHER THAN EAACC $ I AUTO ONLY: S' --'"J..-.-.-'----r-tRuL- ---- -. li1lOilo' AGG $/ : EXCESs/UMBRELLA LIABILITY,,/ RULPOO024810 11/01106 EACH OCCURRENCE -'5 000 000 "~ !'-=:J ' / $5 000.000 X.J OCCUR '_ CLAI~' S MADE ' V' ./ AGGREGATE $ .~ DEDUCTIBLE . : $ - -, '. RETENTION.. $ iF '-.'- ..-.- $ C WORKERS COMPENSATION AND ~ TSFQOO074307 1"/0110' 11101106 X we STATU- I IOJtt EMPLOYERS' UAIILITY / / $1.000 000 ANY PROPRIETORIPARTNERlEXECU-IVE i E.L, EACH ACCIDENT OFFlCERlMEMBER EXCL UDEO? E.L. DISEASE. EA EMPLO'YEE $1,000,000 If ~s, describe under ~'OOS28B"~ -- ---1,"01/0, E.L. DISEASE - POLICY LIMIT $1,000,000 S ECIAL PROVISIONS 0010."'--__. ___ 0 OTliE? EqUipment 11/01/06 Owned - Per Schedule Deductibles: $2,500 Min LlR - $300,000 I $5,000 Min on Cranes . . DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEr.ENT I SPECIAL PROVISIONS Re: Rincon Bayou Diversion Project Intake Pump Station ,Diversion Pipeline, and Discharge Structure Hondo Creek Bridge Replacement Project No. 8416 ~ Blanket AddIUonallnsured(GL,AL) per written contract, Blanket Waiver of Subrogation(GL,AL,WC) per written contract, Additional Insured and Waiver (See Attached Descriptions) CERTIFICA TE HOLDER CANCELLA TlON City of Corpus Christi Department of Engineering Services Attn:Contract Administrator P. O. Box 9277 Corpus Christl, TX 78469-9277 v SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCElleD BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WIll Jll:DlDeNOtJtXtl tN\IL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,"XX.OG~taOXKXXKX~t_k ~J("lIlgXlUJI.Dt~It~JUaXXJJ(U~lUl'JIJ(XJ(l(QJ(M8[QUKlOSD8(XX It ax AUTHORIZED REPRESENTATIVE / ACORD 25 (2001,108) 1 of 3 #S406887IM406885 TOSHA (S) ACORD CORPORATION 1988 in favor of the City of Corpus Christi...*or materially changed or non renewed, AMS 25.3 (2001108) 3 013 #S401887/M406885 IMPORTANT If the certificate holder IS an ADDITIONAL INSURED, the pollcY(les) must be endorsed. A statement on ti';s certificate does "Jt cenfer rights to the certificate holder in lieu of such endorsement(s) If SUBROC:;ATIO~~ V,".iVED sUDJect to the terms and conclltions 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 fonm 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 26-5 (2001108) 2 of3 #8406887/M406885 Client#: 42224 PRODUCER USI Southwest Inc. HoustonlCL 1250 Wood branch Park Drive Suite 300 Houston. TX 77079 LIABILITY INSURANCE I DATE (MMlDDII'YYY) 11/08105 THIS CERTIFICATE IS ISSUED AS A MA TIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURER A Travelers Uoyds Insurance Company 41262 _. iNSURER B ---.~._-_. iNSURER C --~--_.~_._- INSURER D _._-~_..~--_. iNSURER E ___~ L-...___m ______._..____.~___ RAMOSIND ACORD",. CERTIFICATE OF INSURED Ramos Industries, Ine I P O. Box 5685 Pasadena, TX 77508-5685 COVERAGES THE POc.leIES OF INSURANCE LISTED BELOW H/,/E BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING "'NY RECIUIREMENT TERM OR OONDITION OF "'.r.l 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 OONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHO\M'-l MAY HAVE BEE~I REDUCED BY PAID CLAIMS L TR NSRD TYPE OF INSURANCE :- POLICY NUMBER ~ALi~~rfJJ8~'1 Pg~fl r~~cmN LIMITS -..------t------- --~.~.- . GENERAL LIABILITy --, ~MERCIi'. GENERAL LABILTY , ' -t-. CLAIMf MADE OCCUR _.~ __ _u_ ______ _J _ EACH OCCURRENCE $ 8~~~~n?E~~~~nce\ $ MED EXP (Anyone person) S PERSCNAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ GEN'L "GGREGATE LIMIT APPLIES PER __ '- _ .,b~ICY i' j&'8T [1~,~ >_ AUTOMOBILE LIABILITY --I AN-'/' AUTO -1 -1 ALL OWNED;, uTOS : SCHEDULer "UTOS . --j i HIRED AUTC,c _~ NON-QWNE[' A.dTOS -1 ~~_1=__= n=== == == =._ I GARAGE LIABILITy i >----1 AN" AUTO - t- -" EX~ESSlUM;RELL~LIABILlTY-~ ----"- "-, '~ i ....J OCCUR _.....1 CLAIMS MADE ... --- ----- i i I I +~... I -1---- - I COMBINED SINGLE LIMIT $ (Eo accident) BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ (Per accident) AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: EA ACC $ AGG $ $ $ $ $ $ n___ EACH OCCURRENCE AGGREGATE -J DEDUCTIBLE I RETENTION .~____~ i I nu_+____ --- i i f-~ --, WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERlEXECUT:VE OFFlCERlMEM BER EXCc UDED? If yes; describe under SPECIAL PROVISIONS belOW _ ._+_ ______-- A OTHER BuildersRisk I iBBR473578"; All Risk wI Theft 1$2,500 Oed Earthquake-$1MM $25,000 Oed _ i DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT r SPECIAL PROVISIONS Re: Rincon Bayou Diversion Project Intake Pump Station,Dlversion Pipeline, and Discharge Structure Hondo Creek Bridge Replacement Project No.8416 Policy includes coverage for City of Corpus Christl via Interests of Owner,Sub-Contractors and Sub Sub-Contractors Endorsemenl..*or materially changed or non renewed. n~5- 06101106 ( I T~S'f~TN;" I IOJ~- EL EACH ACCIDENT $ EL DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ $7,223,581 Job Limit $250,000 Transit $250,000 Temp Stg v' y' CERTIFICATE HOLDER CANCELLA TION City of Corpus Christi ..;/ Dept of Engineering Services Attn:Contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 SHOULD ANY OF THE ABOVE DESCRIBED POUClES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL lDGJeNrJIItXIIt MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,"J(XIt4f~k leilE\OJ&lJlIltXW)(lJ511Jllltlll:lllXNItJGXJtlJEX\lIXX_XftIlXIlII:IaIl1S8UOIUlIDilO8CXX ltDlBlllORlMltX AUTHORIZED REPRESENT A TIVE ACORD 25 (2001108) 1 of 2 #S4073831M407381 I TOSHA @ ACORD CORPORATION 1988 r-"'--- ! i IMPORTANT I' the certificate holder '5 an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement en thiS certificate does 'lot confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATiON IS V,AIVED, 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 e,dorsement(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 25-5 (2001108) 2 of2 #S407383/M407381 JDL C, NV1BER 6 LCl)TL 61 ./ CL246 (11-85) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. :::G 2CJ JJ 11 85 ~ ADDITIONAL INSURED---{)WNERS, LESSEES OR CONTRACTORS (FORM B) -ns enoor.,ement modi! es surar'ce provljed unjer the lCilowlng: ./ C(r,iMER:::L.i,L ,~U~ RALJABILlTY COVER;'GE ,]ART SCHEDULE Name of Person or Organization: City of Corpus Christi Department of Engineering Services ~ Attn: Contract Administrator PO Box 92 77 Corpus Christi, TX 78469-9277 f n::: entry appears 3:'0.12 ii "orrn3tiOl reqLired to cOrTplete thiS endorsement wil! be shown in the Declarations as 3ppllcable to thiS endorsemet.) iYHO IS AN INSURED (Sect on Iii is amerlded to include as an insured the person or organization shown in the ochedule, !>ut cnly:dh respe:t to lab,l arrsing out of "your work" for that insured by or for you. ( 6l~ ..--.~.~... OAUTHENTtCO "'''~';-.::,,:->..<i\! Cc'pYflgh! Icsurance Services Office. nc., ] 984 TE 99 018 ./ ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGf COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the poky effective on the inception date of the policy unless another dote is indicated below: Endorsement Effective II! 1 /0' Policy Number 61 UENQT 126 2 / // V Named Insured L__ __'__. / Countersigned by va Ramos Industries, Inc. The provisions and exclusions that oODlv to LIABILITY COVERAGE also ODDly to this endorsement. The City of Corpus Christi Department of Engineering Services ./ PO Box 9277 Corpus Christi, TX 78469-9277 (Authorized Representative) IS on Insured, but only With respect to legal responsibility for acts or omissions of 0 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. I You are authorized to oct 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 cancel/ation 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 n 99 018 - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed March 18, 1992 ~~~""";(. .' :'.,::... ~, ; - .-:;.~- '''.{..-'-" ( POLlCY'WMBER: 61CQ'Tl261 ( THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Cl 229 (11-85) CG 02 US 11 85 ./ TEXAS CHANGES-AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE Tli3 endC'semem modifieslsurance prOVided under the following: ;/ CUf/lMERCIAL GENERAL LIABILITY COVERAGE PART L )UOR UABILlTY:;OVERAGE P,ART OWNERS AND CONTRACTORS PROTECTIVE L/A,BILITY COVERAGE PART POLLUTION LIABiliTY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS L1ABILITf COVERAGE PA,RT Rc;ILROAD PROTECIVE L1ABIL If COVERAGE F~RT in tile event of cancellation Or material change that reduces or restricts the nsurance afforded by this Coverage Part, we agree to nn./ prior Nritten nc!ice!if ccncellation or material change to v/ 1. Name: City of Corpus Christi, D~partment of Engineering Services 2. Address: PO Box 927;', Corpus Christi, TX 78469-9277 3. Number of days advance notice: 30 /' rl"'lC'l"'llO.oowo:t"lt [)AVTHEN~O "-:':::~e a~ ~(it:<'rIQht ~'~lr(lnCe SH\"(f:'~_ Cff;rE. IrK 198il This endorsement modifi~ insurance provided under the folJowing: / CANCELlA noN PROVISION OR COVERAGE CHANGE ENDORSEMENT n 02 02A / IUSI*SS AUTO COYa.Aa,ORM GARAGE COVEl.AGE FORM nUCKERs COYa.AGE 'oaM This endorsement chong~ the policy effective on the inception date of the poicy unless another date is indicated below: Endo"ementEffective 1 J ! 1 ! 0 , ,/ Poky Numb... 61 UENQTl26 2 / Nomedlnsured Ramos Industries, Inc. I Uthorized Repre~ntOtive) days before this policy is cancelled or materially changed to reduce or restrict COver- age we wiD mail notice of the cancelation or change to: . j 30 Countersigned by t of Engineering Services City of Corpus Christi, Departmen nr, Cnrpus Christi, TX 78469-92 PO Box _ ---------- CEnter Nolru! and Address) ( 'ORM TE 02 02A - CANCEL.I.A TJOH PROVISION oa COVUUGl .CHAHGE fNDORSEM&rr Tex. St.....4 AtIt... Ill. ....t........ ~ M.-dI I', 1"2 'WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7 - 8 4 ) TEXAS NOTICE OF ~ffiTERIAL CHANGE ENDORSEMENT This~ndorsement applies only to the insurance provided by the policy because Texas is shown in tern 3. A. of the 'nformati:m Page. In th." event 01 cancelatioL or :.Jther material change of the policy, we will mail advance notic,: to che person:.Jr :.Jrganizat ion named in the Schedule. The number of days advance notic~ is ShO~l in the Schedul~. This ,cil.dorsement shall IE)t )perat~ directly or indirectly to benefit anyone not named in the ~;;'bedule. Schedule 1 Nelilber of iays advance ::1otlce: 30 V 2. Notice will be mailed t:.J: City of Corpus:hristi Department of Engineering Services Attn: Contract Administrator P.O Box 9277 Corpus Christi, TX 78469-9277 V' This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 11/01/05 v/ Policy Insured Ramos Industries, Inc. Insurance Company Texas Mutual Insurance WC 42 06 01 Compan: No JSFQ00047 430Y Endorsement No.1 Countersigned By, ~~ , ./ Name (Printed): Ed Arens -0 ( Ed . 7 -3 4 ) Title (Printed): Producer A TT ACHl\1ENT 3 3 OF 3 i ( m [I '3 _ t! Ij '.j ~ t . 1 ".J -3 n 1- {,i] 004/ (>0 4 Sent By; HP LaserJet 3100; 9B038Q2; Nov-10-05 9:26AM; Pege 3/3 GENERAL ENDORSEMENT Name ofpcrson or organi2stion insured V Ramos Industries, _ IIlC:~ _ . Date this ondorsement takes effeot -L2/ 0 1 /05 V/ Endorsement Number 1 Policy Number BBR47 35 781 Policy Period 12/01/05-06/01/06 Builders' Risk I Installation l<'loatet ~ Name ofCompa11~ issuing this endorsement Travelers Lloyds Insurance l;ompany (We will not fin in ~e ll170ve L1nlct.l W~ 11l.lIue thill endoraemllIlt lifter w. iMue 'yDur polJoy) In comideratioD of no chc$ge in premium, add the following as an additional insured: ! City of ColjJu:s Christi: Department of Engincorin&l' Serviceg . / P.O. Box ~17; Attn: Contract Administrator V Corpua CJu!isti~ TX 78469-9277 , Should the above dest;ri!>e# policy be cancelled or materially changed before the expiration date thereof, the issuing company will ~ai1 30 days written notice to the above named. Signature: : ~~ : uthorized Agent KK-GLOO AITACBMENT4 lofl