Loading...
HomeMy WebLinkAboutC2005-654 - 10/25/2005 - Approved ..... 2005-654 10/25/05 M2005-366 S PEe I ALP R 0 V I S ION ~ Big State Excavation ,.... SPECIFICATIONS ,.... AND FORMS OF CONTRACTS AND BONDS ... FOR "'.," ... SANITARY SEWER MANHOLE REPLACEMENT. OLD BROWNSVILLE ROAD/OMAHA DRIVE J!!lr Prepared by: lilt ,.. HDR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 361/857-2216 Fax: 361/857-0509 FOR CITY OF CORPUS CHRISTI, TEXAS 1"" W ASTEW A TER DEPARTMENT Phone: 361/857-1802 I I PROJECT NO: 7335 I I :0-'\'\\ \\\\H till/II ~ ,t: Of" T f/,/ :-0 :\.~,.".".;t-t (1/ ~ s.," * -.'!s- "<% ~*. ,*;0 ~ , " '% :::::=*: ',*? ~ . . ;.-: ::::::..............~..... ~. ...~ ;:; CARL E. CRULL ;:; r---: .. . . . . ~ . . . . ~ .. . . . .. . . .. . . - :;:::; ~', 46706 ::::::: ~o(), "~ ~ -P. ".1> ~<::!""lv ~ O""'~~/Slt.\l."' ~ t;;; l'ss .,.... rllll IONA 1111 ~n:\ / 1#1/0) DRAWING NO: SAN 528 07234-22822.;'11 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: October 6, 2005 From: , r Pages: 5 (including cover sheet) Angel R. Escobar, P.E. ; jI..,J~1J t:.. ~ Director of Engineering services/ 7' ^ - ~ Sanitary Sewer Manhole Replacement-Old Brownsville Road/Omaha Drive Project No. 7335 Addendum No.5 Subject: Comments: This fax transmission contains the signed. sealed addendum from HDR Engineering Inc. The addendum provides a revised Technical Specification 15064, which adds approved suppliers to the specification. 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 R Corpus =- == ChrIsti I ADDENDUM NO.5 I ~ DATE: OCTOBER 4,2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROADI OMAHA DRIVE PROJECT NO. 7335 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. SECTION T - Technical SDecifications: DELETE: Section 15064 in its entirety. ADD: The attached Section 15064 in lieu thereof. This substitution adds approved suppliers to the specification. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM END OF ADDENDUM NO.5 :--:\\\\\\\n11i11; ~ ~t Of r . ({) -::::-: ".... ..-....<-1': i/; ~ c:, ..*......5' i/I 3:? *.' -'.* '?/ ~?j *::. .... - "'~~ :::::: CARL F. CRULL ... ,........ .....' :.~ '. 46706 .::::: :;~~".1' ~<:).:~c2 / ~</'.o.<' '.<:c: f 51 \'.~.' .....~<.... -::::-1 L (i) ('s.s.-..........~..c:, ~l OJ .1!!I,./ONAl \:..,,--;:)C) '1 . n\\\i \\'(\\'lV ~p Carl E. Crull, P. E. Vice President HDR Engineering, Inc. ATTACHMENTS Revised Technical Specification 15064 Engineering Services P.O. Box 9277 . Corpus Christi, Texas 78469-9277 . (S81) 880-3500 ADDENDUM NO.5 Page 1 of 1 SECTION 15064 PIPE - CENTRIFIGULL Y CAST FIBERGLASS REINFORCED POLYMER MORTAR PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Centrifl:lgally Cast Fiberglass Reinforced Polymer Mortar Pipe. (GGFRPM) 1.2 REFERENCES A. ASTM D3262 - Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe B. ASTM D4l6l - Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. C. ASTM 02412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. PART 2 - PRODUCTS 2.1 MATERIALS A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally effect the performance of the product. E. E1astomeric Gaskets: Gaskets shall be supplied by qualified gasket manufacturers and be suitable for the service intended. 2.2 MANUFACTURE AND CONSTUCTION A. Pipes: Manufacture pipe by the centrifugal casting process to result in a dense, non-porous, corrosion-resistant, consistent composite structure. B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D4l61. Joints at tie-ins. when needed, may utilize fiberglass, gasket-sealed closure couplings. C. Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced overlays. Properly protected standard ductile iron, fusion-bonded epoxy-coated steel and stainless steel fittings may also be used. D. Acceptable Manufacturer HOB AS Pipe USA, Inc.. Amitech-Flowtite, Future Pipe Industries OR approved equal. 15064-1 Addendum NO.5 Attachment No. 1 Page 1 of 3 2.3 DIMENSIONS A. Diameters: The actual outside diameter (I 8" to 48") on the pipes shall be in accordance with i\STM D3262. For other diameters. OD's shall be per manufacturer's literature. B. Lengths: Pipe shall be supplied in nominal lengths of 20 feel. Actual laying length shall be nominal + I, -4 inches. At least 90% of the total footage of each size and class of pipe, excluding "pecial order lengths. shall be furnished in nominal length sections. C. Wall Thickness: The minimum wall thickness shall be the stated design thickness. D. End Squareness: Pipe ends shall be square to the pipe axis with maximum tolerance of 118". 2.4 TESTING A. Pipes: Pipes shall be manufactured and tested in accordance with ASTM D3262. B. Joints: Coupling joints shall meet the requirements of ASTM D4161. C. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall normally he 36 psi. 2.5 CUSTOMER INSPECTION A. The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe manufacturing. B. Manufacturer's Notification to Customer: Should the Owner request to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Owner with adequate advance notice of when and where the production of those pipes will take place. 2.6 PACKAGING, HANDLING, SHIPPING A. Packaging, handling, and shipping shall be done in accordance with the manufacturer's instructions. PART 3 - EXECUTION 3.] INSTALLATION A. Burial: The bedding and burial of pipe and fittings shall be in accordance with the project plans and specifications and the manufacturer's requirements (Section 14A of the product brochure) B. Pipe Handling: Use textile slings, other suitable materials or a forklift. Use of chains or cables is not recommended. C. Jointing: Clean ends of pipe and coupling components. 2. Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only lubricants approved by the pipe manufacturer. ~ Use suitable equipment and end protection to push or pull the pipes together. 4 Do nOI exceed forces recommended by the manufacturer for coupling pipe. 'i Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer. D. Field Tests: InfiltrationlExfiltration Test: Maximum allowable leakage shall be per local specification requirements. 15064 - 2 Addendum No. 5 Attachment No. 1 Page 2 of 3 2. Low Pressure Air Test: Each reach may be tested with air pressure (max 5 psi). The system passes the test if the pressure drop due to leakage through the pipe or pipe joints is less than or equal tn th~ specified amount over the prescribed time period. ~. Individual Joint Testing: For pipes large enough to enter, individual joints may be pressure tested with a portable tester to 5 psi max. with air or water in lieu of line infiltration, cxfiltration or air testing. 4. Deflection: Maximum allowable long-term deflection is normally 5% of the initial diameter. END OF SECTION 15064 - 3 Addendum NO.5 Attachment No. 1 Page 3 of 3 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 30, 2005 From: /" JJ . Angel R. Escobar, P.E. M~t;.-I'~/~ Director of Engineerin!"*rVices Sanitary Sewer Manhole Replacement Old Brownsville Road/Omaha Drive Project No. 7335 Addendum No.4 Pages. "1 (;ncludl'n~ ~~uor ~hoo~\ . J.i..1 L15\.1VY\.IJ.L)l\';\.I"J Subject: C'omments This fax transmission contains the signed, sealed addendum from Joe F. Trejo, P.E., Acting Assistant Director of Engineering Services, City of Corpus Christi. The addendum modifies the Special Provisions, Drawings, and provides General Clarifications. 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~~~~ ::w == Christi [ ADDENDUM NO.4 I September 30, 2005 ~........~ ~~ TO: ALL PROSPECTIVE BIDDERS PROJECT: SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROADI OMAHA DRIVE PROJE CT NO. 7335 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 . SECTION A - SPECIAL PROVISIONS: A-55 Cleaning of Lines ADD: The following paragraph to this section. All existina and proposed sanitary sewer mains immediately surroundina the manholes to be replaced shall be televised upon completion of the bypass operations to ascertain the conditions of the mains prior to and after the replacement of the manholes. II. DRAWINGS SHEET 13 OF 21, MH CONNECTION DETAIL DELETE: 1 '-0" heioht of concrete restrainino rinQ. ADD: 2'-0" height of concrete restrainina rina. in lieu thereof; Extend stirrups an additional 9" and provide horizontal reinforcement - No.4 Bars 9" on center ADD: Install Ram-Nek - with primer. or other approved sealer. prior to the installation of the fiberalass manhole as directed by the Enaineer Engineering Services ADDENDUM NO.4 PO Box 9277 . Corpus Christi, Texas 78469-9277 . (361) 880-3500 Page 1 of 2 III. GENERAL CLARIFICATIONS-Bonner Drive A. Per the Site Preparation section of the Geotechnical Report issued in Addendum No.2, the Contractor shall replace the overexcavated soil with a "mud slab" consisting of lean concrete with a minimum compressive strength of 1500 psi up to the design bottom of manhole foundation elevation. Contractor shall allow the mud slab to dry for two (2) days prior to constructing the manhole foundation. B. The Contractor is to place mud slab, manhole structure, and backfill as soon as possible after excavation. Additionally, Contractor shall establish and maintain good surface drainage away from the excavation to prevent surface runoff from flooding the excavation or ponding around the completed trench. C. The final 3 feet of excavation below pavement shall be filled with cement stabilized sand conforming to the grain-size characteristics listed in the geotechnical report. D. No piers will be required for the Bonner Drive Manhole Replacement portion of work. The minimum thickness of Bonner Drive manhole foundation shall be 1'-0" with a double mat of No.6 rebars @ 12" OCEW and foundation must be formed. E. Contractor shall adhere to all City of Corpus Christi Wastewater Standard Details. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM END OF ADDENDUM NO.4 ~~'~;~"1~.', e.~:"I~. Uf 'i? ,... ~:".s~~..' ..... ..:" '~t>"'t. ...... l. . "'I ~*..., ~~~. -..-It ~).. 1*'" 1".10..\ \*~~ .Jt'.41.:'....~ ~...,.... ". ...jI JO$ ~. ;:. I .":''''~7t}:... ... . ":'''~ ..... v . ~,. . 7 .~i! fIII-.. ..:,'jjj~U.J .'~iI ~...!q,STt.~~\)~;'~ .#' 1l~D/u(" ~Sll(i"'''' t'V 'i.,\,~l,., l;1~, Joe F. Trejo, P.E. City of Corpus Christi Engineering Services ADDENDUM NO.4 PO. Box 9277 . Corpus Christi, Texas 78469-9277 . (361) 880-3500 Page 2 of 2 September 22,2005 l ADDENDUM NO.3 I TO: ALL PROSPECTIVE BIDDERS SUBJECT: SANITARY SEW'ER MANHOLE REPLACEMENT ~ OLD BROWNSVILE ROAD/OMAHA DRIVE PROJECT NO: 7335 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. I. A. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed two weeks, from September 28,2005 at 2:00 p.m., to Wednesday. Qmo.ber 12. 20O,Tii 2:00 D.m. Location and Time of Bidding shall remain unchanged. Please acknowledge receipt ot'this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM #3 ( ARE/eo tr/t ~~c-J / ~geI R. Escobar, P.E. Director of Engineering Services ADDENDUM NO.3 Page 1 of 1 Ensineefins Services P 0 An. rrl77 · ('''rnu", C'hri<:ti T..,,,,,,,, 7R41iiO_0?77 . (1f> 11 JUUl_ 't Vl/) 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 16, 2005 From: r Pages: 33 (including cover sheet) Angel R. Escobar, P.E. _ jA t: ~ Director of Engineering servicel T'''' '" A-t/ Sanitary Sewer Manhole Replacement Old BrownsviUe Road/Omaha Drive Project No. 7335 Addendum No.2 Subject: Comments: This fax transmission contains the signed, sealed addendum from HDR Engineering. The addendum modifies the Special Provisions, provides some General Clarifications, and provides a REVISED Proposal Form. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. -- / '\ ~ City of ... Corpus = == ChrIsti I ADDENDUM NO.2 I ~ SEPTEMBER 16, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROADI OMAHA DRIVE PROJECT NO. 7335 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. SECTION A - SPECIAL PROVISIONS: A. A-4 Method of Award DELETE: Section A-4 Method of Award, in its entirety ADD: The following section, in lieu thereof: "A-4 Method of Award The bids will be evaluated based on the followina priority. subject to the availability of funds: 1. Total Base Bid -OR- 2. Total Base Bid plus Additive Alternate No.1 B. A-6 Time of Completion/Liquidated Damages DELETE: The working time for completion of the project wiU shall be ~ HUNDRED FIFTY (.1M) calendar days. ADD: ADDENDUM No.2 Page 1 of 3 Engineering Services o f"\ On.., Q?~"'. r-"'.......Ile f"'hrlo+i Tftv.,.~ "7'AAI:Q_Q?.,.?. I~'::"\ RAn_'1:c:nn C. A-13 Area Access and Traffic Control ADD: The following paragraph to this section. The maiority of the work in the Base Bid is within or adiacent to TxDOT right-of-way. Before proceeding with work within any TxDOT right-of-way, the Contractor shall notify TxDOT using the attached "Notice of Proposed Work" form (Attachment No.1), and obtain a certificate of no obiection from the East Nueces Countv TxDOT Maintenance Section Supervisor, Mr. Jim Jennings (Phone 289-1400, Fax 289-2739). The form may be faxed to him for approval. D. A-51 Existing Manhole Conditions ADD: The following paragraph to this section. 3) Manhole No 2226 - is located on Bonner Drive. approximatelv 450 to 500 feet east of Flynn Parkway and in the center of the street. The inside diameter of the manhole and the type of base. are unknown. There are no as-built drawings available for this manhole. The trunk Sewer main flowina throuah this manhole is a 36-inch Vitrified Clay Pipe (VCP). There are also 8-inch Vitrified Clay Pipes (VCP's) that Flow into the trunk. from the north and south. The flowlines of these pipes are approximately seven (7) to eight (8) feet above the flowline of the trunk. It is believed. thouah not confirmed, that drop connections exist for these pipes. The manhole is approximately twenty (20) feet deep. from the flowline to the top of the frame and cover. See Attached Proiect Layout and Utility Basemap sheets (Attachment No. 2A-2E). Traffic Control Plan (Attachment No.3), and Geotechnical Report (Attachment No.4). I I. AGREEMENT DELETE: The following from the first sentence on the second page: The Contractor will commence work within ten (10) calendar days from the date they receive a written work order and will complete same within 150 calendar days after construction is beaun in its entirety. ADD: The following, in lieu thereof: The Contractor will commence work within ten (10) calendar days from the date they receiye a written work order. The working time for completion of the proiect shall be ONE HUNDRED FIFTY (150) calendar davs if only the Base Bid is awarded. If Additive Alternate No. 1 is also awarde~ the time for com*tion of the proiect shall be ONE HUNDRED EI_HTY(180} calendar davs. * Please make the appropriate pen & ink correction. Engineering Services o l"'\ E:I....v Q?77. f'^".......:- ""hrie+t Tftv~~ ~AA'::Q_Q,)"''''. 1~1:.1\ QRn_"u:nn ADDENDUM No.2 Page 2 of 3 III. PROPOSALt FORM DELETE: The current Proposal Form in its entirety. ADD: The REVISED Proposal Form, in lieu thereof. (Attachment No.5) IV. GENERAL CLARIFICATIONS: A. The Contractor's attention is specifically directed to the presence of two Celanese Co. products lines that parallel Old Brownsville Road between the curb and the sidewalk. The Contractor shall take extreme care when working in the vicinity of these lines. These lines will likely be impacted by the work at Manholes 9905 and 10359. B. The plans specify the use of a ramp for the bypass line crossing Omaha Drive. The contractor may, in lieu of the ramp, open cut Omaha for the installation of the bypass line. The installation shall occur such that one lane of traffic is maintained on Omaha at all times. The contractor shall be re~ponsible for the restoration of the pavement in accordance with the c;tetails of Sheet 16 of the plans. This work shall be subsidiary to other bid items. C. The steel plates currently covering the manholes on Bonner and Old Brownsville and Cas a Manana are the property of United Rental (241- 0980). The contractor shall deliver these plates to United Rental's facility at 8283 Leopard St. The contractor shall contact City Construction Inspection (Kent Power) at 826-3522 upon delivery to United Rental. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM #2 Joe Trejo, P.E. City of Corpus Christi (Additive Alternate No.1) ~""'''' -- t OF 7."\ r~"'........l.t~ 't - ;;;:;.., ~ '.7J' ~ .,,;.~.., -. '. ... 'a '" ....... ."1' " II! 'It ..' IA ... * l I......:.........,..,.............,..,..:.-~.~. . ;if JOSE. F. l'REJO ~x~: ~;;;~............. ...i.......:....J(... . \~'" ." 40007 ~ ..$:1. ''U ., i. ~...~CfSTf.~~..~.;:" "(!.iONA({~~ cr /l ~ 10 ,"'"""".... H~ Carl E. Crull, P.E. Vice President HDR Engineering, Inc. (Base Bid) :0-\.\\\\\\\ H11I/ll ~ ~(. or r... I;;; ~ """~'*" ...... ;<.-!"<t.r'~ 2*." .. ".* ~ z*:' ".*~ :::::......................~ ~ CARL E. CRULL ~ ~......................::::;: ~', 4-6706 ::::::: ~ -0 . . ,,"__ ~ 1lo'.f~ ~'V.''.J..4Y ~ L ~ "'(""~ 1$Tt..~... ,.,...~OJ 1;/1/$lriH;.~' t~;::fi~ I Ill1 I <n\\\\\\ytl ' ATTACHMENTS: NO.1 - TXDOT NOTICE OF PROPOSED WORK No. 2A-2E - Utility Base maps for Bonner Manhole Replacement NO.3 - Traffic Control Plan for Bonner Manhole Replacement NO.4 - Geotechnical Report NO.5 REVISED Proposal Form Engineering Services Of) Q....'" 0')'7'7. r....rru.o t""h...ce-+. To.v~c.. 7aAlt:Q_Q,,)77. J"1lt:1\ aan_'u::nn ADDENDUM No.2 Page 3 of 3 p~~*.., D~i~.'(if!Y(swk: t 4. Addendum No. 2 Attachment No. 1 Page 1 of J CORPUS CHRISTI SA Y PROJECT LOCA TION FM. 4J <0 <Xl N :I: '" LOCA TION MAP NOT TO SCALE i I ~1 '8 J ---'--J....-.J j. ~ --{ - r'W' ..'i I ~ -! - I / -j ~-_l IT i I "- i '-11 ~ ~~ - OXFffilJ DR - / ]_, .. ald. Tj' r-~-~ -r'=l - - ......~~ - - J , r-rTI, IT"", \ ; h-+-tT t \"\ \ '_-L-1__1_J _ L_ J-- /) I I J I I EXISTING 36" RCP VICINITY MAP NOT TO SCALE _~ LEGEND ~ TYPICAL TRUNK MAIN MANHOLE ~ ~ TRUNK MAIN MANHOLE SCHEDULED ~ FDR REHABILlTA nON ADDENDUM NO. 2 A TTACHMENT NO. 2A PAGE 1 OF 1 ~ N ~ ,r,.. '"I~ . .0, I '/':'1 ~r:"" 'b" '..' .~., It,'- , V ./ .oj o~ ~o ~lJ .: tot ..," ... .. .. ~- ~. ~ .... .~.. .... ", '1 t., .." ,0' f ., fl.,. ....~ ~~. . I ,':........ ........ I .. ~) 'r . i@ ".'-l'~ ,t': ..~' .'1" / l \.....t :... /' i ~. -.~ " .~~!l . .,;. "' .." Addendum No. 2 Attachment No. 28 Page 1 of 1 ~ I 'v ",V' L~/")',, ~~..... ..? t' ,~ 0" ~O ",<J "'~ (t .>.."," ~ u c:: .' .;-;;.... \ n o fCf ;;t ~ ~ "tJ , - " I'i '1 ,', 83~~ <O...~ h r,s ,. ~ i' -V~>- ~I / Addendum No.2 Attachment No. 2C I Page 1 of 1 ,':.. \0 "~!'.J .. f.,. I . :~ ." '" REFERENCE DETAil o 'j;' '"f~Jf' ..' ~ . ~ ' '-c.;p ,'" -. I,. "'- '. /'< Addendum No. 2 Attachment No. 20 Page 1 of 1 " l.iff 't'-::> I f#rv>t:, l/M Z I \, ~.f.lJ.~ @ 1 \ "J 2 IA J (fJ .;In l )>.~t, .~fU 1(.' , ,'",. f.... : I' i 's; ....-... '._ I ..... ._ . ,2~ I j:~].\ r~~ 2~ COVENTRY _.0. . c'--r '- " :! f\ iI, "",df : '.i ~ ~ wI. .. .. tI 10 >- :: :.c: f Q.. ~ ]) z z >- ... ...J U- S " . . " -.. t / / " " .. 8 ( 4402 10 1-401 09 'A' ..... .. 28 \,1 /l! .: '. ".. '. ... "-f, I '. .<< f(II.rF,l ~ .. ~ (6) f- k 5 I 5 c ~ . ajl ~ 2.:: , 0: \... . ! /0 ~~~-~@; -___.:J=_~__. .,(l(JyT ... 25 :-~~\ ci ) Il; 0 ( ~ Coo ~ i" :it 14 ~ l~ 22 Bi!" 'f~Q ~.~! ,-.,. ..~ r,.,' .....~ ~- - ;,---.111-- _.~~ i4 :Z~ .....- 5 . 33 '@)'2;'.'" I ., I I. / i . I. , j 7 k;> 1 9)L. r~/t;N , I ..O,y .". . J ~: I / / ~ ,- / "<',t.: \ I 20 " .:~ J~ I. _,_. -,''t:>' '. <> STONEGATE PARK 80~INEP DR 09 i 17 SUTTor\J ;-..( ..-' T )3---~"- ./ ./".--P" t. \ '\ ,: I // ./ \ \ : ...~ / / . .... .\ ' ~. I " "1ft. 1 ./ ,;'" ,1 '.'. .. / \~.' \ \ '\ ... ../ \x-5^./" '. (j ...:... \..-' \ ." O~ \';- ..-'-. .... --- ,: :~. \, I\""'J . '.. ~ ,-' ~ . (")! ,/'" 00, ... '.. . '3:J ~.' \, '(~ ,.' . l"'t" ~\ "'.7--' \ -. \ . ..1.& \. \"" \ ,,' ~,"~~'i " ': 3 '. c::"~/ ' - , Iv 0'" 1.'" \ ....., ON ....\ \: ~ ~ c;(" .. \ \ ....... \ . ; \ .... \ \ '~\.. /,1 ~ ......~. \ \'- .... \ \ 0 20 11 ...(ji' "\ _ J~J."-_ \ '. \ 1'" '..~ . . \ . .. . ~ '-. "...' ",~ \ -.. _. . ~. \ 2-~...~... , h" '--'-- GAS '3- '\_'S~~".t ~ -1>/ '\ ." \. '~~FERENCE D~A;l"::@\ ot.... tl ... /'- APi- \ , \. \ 7 Addendum No.2 Attachment No. 2E Page 1 of 1 '~ if" ~I~~! Ii !1"'lf~. , '''ilfj I il I~r ,I ~I~I ~~ Ilil,. f ~f M i J.'l ! b !'~ "~i ~u ~~ ~ ~ 11 tl,,,I,I. ill dB 'I "'1 if fl~Ug. ti t I fll .'It.! II, lallll " iii "i,ll IIIk ~I W"- -'~"'~"""""<!a~."'1l' d "?SJ'.' ". ~'".. 0.. ~\~ , '. .~ \ \., \ 1\ '. 7 i-, '" (/) (I) W UeD ~410 >-w <{l- sO wZ >w -w ~(I) a: n u:: -}< Irvv-, '()O:,.~ JDCI-~_~fi /,/ ~/\ . . / \ ,/ \----- Lu "-'-' cr L ,y lL X z ~~ (t: w I (/1 r.n ~~~ U) ~ Z '" '" " ;- 3 <:J Z l5 ~ 6 ~ 5 ;j .:5 -<: a:::::!: 0::: 0:::. ~ a::: (.) 1:{ cr: C 0 ~ <( ~ ~ ~ 0 0 z <1j6~~,!:l~l:;g == B ~ if ~ ~ 5 ~ W~"'ll't;~tit~ ~ to w co ~ w Z , 5~:S~lr68 (C- () f---- LL . I ] ~ [', · 01 iJ ~ I ~ ~- a: CJ a: ,...U z Z () rt / ( w Z <{ .-,J Z o l- I::; u) -____J ,; . ~"~,,,\,\ ~ it: :,6'J.l \, ..-:.. .....:~: .....~...... "';z;,.' " "&\, '& ~,o' ~ i ~\el. .....!~: .:, '" ~:.....~ ... " t-._"" -: :..': f.o'):-~ C), . _. _.~:. : '.' (:) .<::>,.. a~~., :f.U! ';;'.,~ -'~~" :~: 'L~' 'I T:. "Co . . ." ,v." .,tP*....: :..c.;f'\~_ t\ *: :?~~_ \\\,~..( ~'Z ~'-~ r~ ~ W 'cr: cr::J o en . a: 0 0.. W-10 Z 0 I- Z . 00.. a:l~ W I- Addendum NO.2 Attachment No. 3 Page 1 of 1 FUGRO CONSULTANTS LP Report No. 1605-0975 September 15, 2005 City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 1205 N. Tancahua Corpus Christi, Texas 78401 Tel: (361) 882-5411 Fax: (361) 882-4028 Attention: Mr. Angel Escobar, P.E. Director of Engineering Services Geotechnical Exploration Sanitary Sewer Manhole Replacement - Bonner Drive City of Corpus Christi Project #7335 Introduction Fugro Consultants LP is pleased to submit this report of our geotechnical explorations at the location of the observed manhole and pavement subsidence on Bonner Drive between Flynn Parkway and Stone gate Park in Corpus Christi, Texas. We understand that the City of Corpus Christi Engineering Department has been experiencing significant settlement of the manhole as well as the asphalt pavement immediately surrounding the manhole. Our understanding is that the City wishes to determine the nature and condition of the subsurface soils in the immediate vicinity of the manhole to aid in planning for and designing a replacement for the manhole and repairs to the subsided pavements. Purpose and Scope. The purposes of this study were to explore and document the subsurface soil and groundwater conditions in the immediate vicinity of the subsiding manhole and pavement area and to develop recommendations to assist in the design and construction of the replacement structure and new asphalt pavement The scope of the work to achieve these purposes included 1) a field exploration phase for determining subsurface conditions and obtaining representative samples for classification and testing, 2) a laboratory testing program designed to establish pertinent engineering properties of subsurface soils, 3) analyses of field and laboratory data to develop parameters for an open-cut excavation replacement program, and 4) a report summarizing our findings and recommendations. Fugro's scope of work does not include the investigation, detection, or design related to the presence of any biological pollutants. The term 'biological pollutants' includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the byproducts of any such biological organisms. Environmental assessment, compliance with State and Federal Regulatory requirements, assessment of potential contamination migration, and/or environmental analyses were beyond the scope of this study A seismic conditions study was also beyond the scope of this study. A member 01 the Fugro group of companies with offices throughout the world. ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 1 OF 13 Report No. 1605-0975 iC a _~ _A.~ ApplicabUlty of Study. We have prepared this report for the City of Corpus Christi for use as a gUide for geotechnical aspects of the design and construction of a replacement manhole structure and pavement at the subject location. The scope of the explorations, tests, and analyses for this study, and the recommendations in this report were selected or developed based on our understanding of the project, as described above and in later sections of this report. If pertinent details of the project have changed or otherwise differ from our descriptions, we request that we be notified and authorized to review the changes and to modify our recommendations, if needed. This report has been prepared with the intent that it not be separated. Information from this report should not be distributed or made available to designers or contractors in partial form. This report should be made available to prospective contractors for information only, and not as a warranty of subsurface conditions. Field Exploration Our subsurface investigation in the vicinity of the manhole and pavement subsidence area consisted of drilling one soil boring to a depth of 35 ft. The location of the soil boring was staked in the field by Fugro and the locations of any underground utilities in the area were investigated and marked through the Texas One-Call system prior to our arrival on site. The approximate boring location is described as approximately 15 feet north (toward Flynn Parkway) of the subject manhole in the northbound traffic lane. The following is a detailed description of our field exploration program. Drilling and Sampling Methods. Drilling was performed with a truck-mounted drill rig using dry auger drilling techniques The soils encountered in the borings drilled for this project are described in the boring log on Plates 1 A key to the tenns and symbols used on the boring log is presented on Plate 2. Cohesive soil samples were generally obtained by hydraulically pushing a 3-in.-diameter, thin- walled tube a distance of about 24 inches. Our field procedure for cohesive soil sampling was conducted in general accordance with the Standard Practice for Thin-Walled Tube Sampling of Soils (ASTM 0 1587). The samples were extruded in the field and visually classified by our geotechnical technician. We obtained field estimates of the undrained shear strength of the recovered samples using a calibrated hand penetrometer. Representative portions of each recovered soil sample were sealed in plastic bags and placed in special containers for transportation to our laboratory. Granular soil samples were obtained using the Standard Penetration Test (SPT) as described on Plate 2b. Our field procedure for granular soil sampling was in general accordance with the Standard Method for Penetration Test and Split-Barrel Sampling of Soils (ASTM 01586). The drill crew recorded the hammer blows for each sampling interval. The N-value described on Plate 2b is recorded on the boring logs. Soil samples obtained from the split-barrel sampler were visually classified and placed in plastic bags for transportation to our laboratory. - 2 - ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 2 OF 13 Report No. 1505-0975 Water Level Measurement Water level depths were obtained at the boring location during and Immediately after completion of the drilling operations The findings are noted on the boring log on Plate 1 and discussed in the Groundwater Conditions section of this report. Borehole Completion. After obtaining the "upon completion" groundwater level readings, the borings were backfilled with soil cuttings and the asphalt surface treatment patched with "cold patch" Laboratory Testing Our laboratory testing program was focused primarily on the classification of the soils and evaluation of the undrained shear strength of the cohesive soils. All of our laboratory tests were performed in general accordance with appropriate ASTM and other standards. The classification tests included tests for natural moisture content, liquid and plastic limits (collectively termed Atterberg Limits), and percent of material finer than a No. 200 sieve. These tests aid in classifying the soils, and are used to correlate the results of other tests performed on samples taken from different borings and/or different depths. The results from the classification tests are recorded in the appropriate columns on the boring log (Plate 1). The laboratory testing performed for this study and the applicable Standards are summarized as follows: - Type of Test Natural Moisture Content (ASTM 02216) Atterberg Limits (ASTM 0 4318) Percent Finer than a No. 200 Sieve (ASTM 01140) Number of Tests 8 6 5 General Site Conditions The interpreted site and subsurface conditions based upon our field exploration, laboratory testing, and local experience are discussed in the following section. This section also includes a discussion of the groundwater conditions encountered at our boring locations. Site Description. The site of the observed manhole and pavement subsidence is on Bonner Drive between Flynn Parkway and Stonegate Park. The manhole is located in the southbound (toward Stonegate park) traffic lane near the centerline of Bonner Drive. It is our understanding that the manhole has a 36" sanitary sewer line entering and exiting parallel to the alignment of Bonner Drive. Traffic along Bonner Drive was observed to be moderate and consisted almost exclusively of cars and small trucks. The manhole and asphalt pavement surrounding the manhole has experienced - 3 - ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 3 OF 13 Report No. 1605-0975 iIE __!!!'A.."OIl!!I! some subsidence and has been covered by temporary steel plating. Our observations indicate that here are some voids beneath the steel plates. Subsurface Conditions. The boring drilled for this evaluation was located so as to be in the near vicinity of the subject manhole yet outside the bounds of the excavation and backfill associated with construction of the manhole and sewer line. Our two boring encountered approximately 5 Inches of HMAC paving on the surface underlain by approximately 3 inches of limestone base material. This pavement cross section was underlain by generally stiff clay and silty clay to a depth of approximately 16 feet. From 16 feet to approximately 22 feet the boring encountered very firm clayey fine sand. From approximately 22 feet to 31 feet the boring encountered sand containing only a trace of clay. Finally, the boring encountered stiff plastic clay from 31 feet to the boring termination depth of 35 feet. Additional subsurface details for the boring drilled for this geotechnical exploration are included on the boring log presented on Plates 1 Groundwater Conditions. During drilling operations, groundwater was first indicated by wet auger and drilling rod at a depth of about 19 ft. However, immediately upon completion of drilling, the borehole caved in at a depth of 17 feet and groundwater was measured to be at 14 feet below existing grade. The absence or presence of groundwater should not be construed to represent a permanent condition. There is uncertainty involved with short term water level observations in boreholes. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Groundwater conditions should be expected to fluctuate with changes in seasonal rainfall and surface runoff. The volume of water in an open borehole will largely depend on the permeability of the soils encountered at the boring locatron. For design purposes, the groundwater level should be assumed to approach the ground surface for calculation of buoyancy forces Variations. Our interpretations of soil and groundwater conditions, as described above are based on data obtained from the soil borings drilled for this study, laboratory tests, and our experience in this area. The analyses and recommendations in this report are based on those interpretations. It is possible that undisclosed variation in soil or groundwater conditions may exist outside the boring locations (particularly in the depth to groundwater and granular soils). Should variation from our interpretations be found, we recommend that we be notified and authorized to evaluate what, if any, revisions should be made to our recommendations. Open-Cut Replacement Because of the typical groundwater depth, presence of granular soils at or just below the anticipated excavation depth, and previously disturbed and/or backfill nature of the soils immediately surrounding the manhole, temporary construction sheeting and/or dewatering will be - 4- ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 4 OF 13 Report No 1605-0975 required for open-cut excavation replacement to the anticipated design depth. Our recommendations for temporary sheetpiling are presented in the Sheetpile Retention System section of this report. Our recommendations for dewatering are presented in the Dewatering Considerations section of this report. Soil and Groundwater Conditions. An open-cut excavation to a depth of about 22 to 24 ft will encounter backfill material of the original construction and/or wet sand. Depth-to-groundwater is anticipated to be generally between 10 ft and 16 ft below grade. Groundwater levels will vary seasonally and could temporarily approach the surface in open excavations during extended periods of heavy rainfall. We anticipate the excavation will encounter significant seepage in quantities due to the depth of the excavation, and the observed groundwater conditions. Groundwater Control. Based upon our previous experience in this area, the water-bearing granular soils first encountered at a depth of approximately 16 feet, and particularly those below 22 feet, are anticipated to be pressurized. Therefore, the excavation, which is anticipated to extend into these granular soils, would be at risk of "blowing out" (a loss of the trench bottom or walls due to flow infiltration) To reduce the risk of a "blowout" in the excavation, we recommend that the granular soils be depressurized by using wells or well points. It is recommended that the dewatering system be designed to lower the groundwater level to at least 4 ft below the base of the excavation (including any over-excavation due to soft soils). The presence of significant amounts of fine grain (clayey) particles present in the granular soils may require a lengthy period of time to dewater to a sufficient depth below the base of the excavation. These conditions for groundwater control should be expected and planned for accordingly. Open-Cut Excavation. An open-cut excavation of the depth anticipated for the project should be either braced or sloped back. The natural in-situ cohesive soils encountered above approximately 16 feet are generally classified as Type A soils when applying the OSHA regulations. The underlying granular soils from approximately 16 to 31 feet are classified as Type C soils. The soils to be penetrated by the excavation may vary. Our preliminary soil classifications are based solely on the materials encountered in the exploratory test boring performed for this study, which was located outside the influence of any excavation and backfill associated with the existing subject manhole. The contractor should verify that similar conditions exist immediately surrounding the proposed area of excavation. If different subsurface conditions are encountered at the time of construction, we recommend that we be contacted immediately to evaluate the conditions encountered. Because of the anticipated depth of the required open-cut excavation, the safety systems to be used must be designed by a qualified registered engineer. We would be pleased to review the proposed excavation system designs before construction. Temporary construction sheeting, if used, will be subject to lateral earth pressure from the surrounding soil, groundwater, and surcharge loads. Prior to construction, the Contractor should have a qualified engineer calculate the lateral earth pressure and design the shoring to withstand - 5- ADDENDUM NO 2 ATTACHMENT NO 4APAGE 5 OF 13 Report No 1605-0975 these pressures. In instances where sheetpiling is used for both lateral resistance and groundwater control, the lengths should be calculated independently and the longer of the two lengths used. We recommend that stockpiled excavation materials be kept back from the excavation at least a distance equal to the excavation depth to avoid surcharging the excavation walls. If this is Impractical due to space constraints, any excavation retention system should be designed for the anticipated surcharge loading associated with the stockpiled excavation materials. Additional details for temporary excavations are presented in the Construction Considerations section of this report Backfill. Backfill should consist of structural clay fill or lime-stabilized clay fill. Materials removed from the trench excavation will generally not be suitable as structural backfill. We recommend that the uppermost 3 ft of backfill below the proposed pavement and base material cross section consist of cement-stabilized sand placed in accordance with the recommendations in the Fill Materials and Placement section of this report. To reduce potential settlements of the ground surface resulting from consolidation of the trench backfill, we recommend that trench backfill be placed in 6- to 8-in.-thick loose lifts and compacted to at least 95 percent of the maximum dry density, as determined by ASTM D 698. Sheetpile Retention Systems Sheetpiling may be required to protect the temporary excavation. Sheetpiling, whether cantilevered or anchored, will be subjected to lateral earth pressures from both the surrounding soil and surcharge loads. The following sections discuss design considerations for sheetpile retention systems. Braced Sheeting. For braced sheeting, active earth pressures should be calculated based on a trapezoidal distribution. The active earth pressure (in pst) should be taken as zero at the ground surface. The active earth pressure increases linearly with depth to a maximum value equal to 40H at 25 percent of the excavation height (where H is the excavation height in feet). The active earth pressure is then constant to a depth equal to 75 percent of the excavation height. From that depth, the active earth pressure decreases linearly to zero at the base ot the excavation. Hydrostatic forces should be added to the active earth pressures using a triangular fluid distribution and a unit weight for water of 62 pct. The ultimate net paSSive pressure against braced sheeting may be taken as 1,200 psf. We suggest either applying a factor of safety to the ultimate net passive pressure or increasing the required penetration by an appropriate amount to achieve an adequate factor of safety. The penetration of sheeting below the excavation grade should be sufficient to provide moment equilibrium about the lowest bracing level. We recommend that the overall factor ot safety be at least 2.0, - 6 - ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 6 OF 13 Report No 1605-0975 Surcharge Loads. The lateral earth pressures discussed above need to be increased for appropriate surcharge loading that may occur during or after construction. Lateral pressures due to surcharge loads should be calculated using a rectangular stress distribution. Lateral loads acting on either cantilevered or braced sheet piling due to uniform surcharge loading may be computed by multiplying the surcharge load by an active earth pressure coefficient of 0.7. Groundwater Considerations. Please note that water-bearing granular soils were first encountered in the boring drilled for this study at a depth of about 16 ft below existing grade and extended to a depth of approximately 31 feet. Based on the soil and groundwater conditions encountered in the boring drilled for this study, the planned open cut excavation will require the aid of dewatering (see Dewatering Considerations section of this report). The excavation although designed with a sheetpile retention system, will be at risk of bottom "blowout". We recommend Installing piezometers at the excavation location to monitor groundwater levels during the course of construction. Also, as detailed in the log of boring presented as Plate 1, our geotechnical boring encountered stiff clay soils at a depth of 31 feet below existing grade or approximately 8 to 10 feet below the anticipated depth of excavation. It is our recommendation to consider extending the braced sheeting system into this underlying clay layer in order to potentially reduce the groundwater inflow Into the excavation; thereby potentially reducing the required capacity of the dewatering system. Construction Considerations This section presents our recommendations for construction considerations including dewatering considerations, fill materials and placement, and construction monitoring. Site Preparation. Site preparation should include removing existing asphalt and previously placed fill materials. The bottom of the open-cut excavation should expose undisturbed, strong, natural soils. They should be "dry" and free of loose, soft, or disturbed soil. If fill soils are encountered at the base of the excavation, their competency should be verified through probing and density testing. Soft, wet, or weak soils should be overexcavated to reveal strong competent soils. At locations where soft or weak soils extend for some depth, overexcavation to stronger soils may prove infeasible and/or uneconomical. In the event of encountering these areas of deep soft or weak soils, we recommend that the bottom of the trench excavation be overexcavated by 1 to 2 ft, and replaced with an open-graded aggregate (such as a uniform gradation of gravel between 0.5 to 2.0 in.). This aggregate will allow for drainage of water, as well as provide a stable working platform for construction of the manhole foundation. As an alternate bottom excavation stabilization technique, the overexcavated soils may be replaced with a "mud slab" of lean concrete up to the design bottom of foundation elevation and the manhole foundatioo can then be constructed on the slab. Soils exposed by the excavations should be protected from disturbance due to construction activities. We recommend that bottom stabilization materia', the manhole structure, and backfill be placed as soon as possible to prevent disturbance to the excavation by collapsing soils or rising - 7 - ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 7 OF 13 - Report No. 1605-0975 groundwater table. We also recommend that good surface drainage away from the excavation should be established to prevent surface runoff from either flooding the excavation or ponding around the completed trench. Dewatering Considerations. To dewater an open-cut excavation area, a series of well points may be installed around the perimeter. The groundwater level within the excavation will be lowered when the well-point system is put in operation. The spacing of the well points varies according to the soil type and depth of dewatering. Conventional spacings vary between 3 and 10 feet. With the type of pumping equipment conventionally used for well points, the depth of dewatering that can be achieved by a single line of well points located around the perimeter of the excavation is normally in the range of 18 to 20 feet. This is due to the limit on the practical lifting, or suction capacity of the pumping equipment. Lowering the water table to a greater depth such as required for this project may require the use of a two (or more) stage (multistage) installation. As noted in the Braced Sheeting portion of this report, it may be possible to reduce the volume of groundwater flow into the excavation, and therefore reduce the required capacity of the dewatering system, by extending the sheeting system into the underlying clay soils encountered at a depth of approximately 31 feet below grade. By so doing, the flow of groundwater into the excavation from the wet sands can be partially "cut off" by the sheeting system. Other methods of dewatering are available and may be more cost effective than those mentioned above. Additional information concerning dewatering may be obtained from a contractor whose specialty is dewatering. Fill Materials and Placement The following sub-sections discuss our recommendations for both structural and general fill materials, including placement and compaction. Structural Clav Fill. Structural clay fill may be used to backfill the excavation. We recommend using low plasticity cohesive soils for structural fill. Structural fill should have a liquid limit of less than 40 (preferably less than 35), and a plasticity index between 8 and 20. Structural clay fill should be free of deleterious matter and should have an effective clod diameter less than 3 inches. Structural clay fill should be placed in 6- to 8-inch-thick loose lifts and uniformly compacted to 95 percent of the maximum dry density as determined by ASTM 0 698. Compaction should be at a moisture content of 1 percent dry to 3 percent wet of optimum. Structural clay fill should be compacted by a sheepsfoot roller, or by alternative methods which provide a "kneading" compaction equivalent to the sheepsfoot roller. In confined spaces or adjacent to existing structures, we recommend using hand-operated compaction equipment and 4-inch-thick loose lifts. If wet weather or extended dry periods deteriorate the surface whereby a good bond cannot be formed between successive lifts, the earthwork Contractor should prepare the surface as necessary. This preparation may include removing or scarifying the top couple of inches of the underlying material before placing the next lift. - 8 - ADDENDUM NO 2 ATTACHMENT NO 4 PAGE B OF 13 Report No. 1605-0975 Lime-5tabilized Clav Fill. Lime-stabilization may be used to modify potential clay fill materials. Laboratory tests should be conducted at the time of construction to determine the optimum lime content. The optimum lime content is the amount of lime necessary to achieve a pH of 12.4 (which represents lime fixation), while trying to achieve a plasticity (PI) of less than 20. For estimation purposes, about 6 percent lime, by dry weight, may be required to stabilize the on-site clay soils, Organics, chemical fertilizers, and some clay minerals can modify the amount of lime necessary for lime fixation We recommend that a lime series be performed using the specific soil samples and proposed lime additive. The lime-stabilized clay should be thoroughly mixed, cured, and then placed in 6- to 8-inch-thick loose lifts and compacted to 95 percent of the maximum dry density as determined by ASTM 0 698. The moisture content at the time of placement should be 1 percent dry to 3 percent wet of optimum. The moisture-density relationship should be established based on a material sample obtained on-site after stabilization with lime. A combination of sheepsfoot or pad rollers and pneumatic rollers is recommended to compact the lime-stabilized clay fill. In confined spaces or adjacent to existing structures, we recommend using hand-operated compaction equipment and 4- inch-thick loose lifts Cement-Stabilized Sand Fill. Cement-stabilized sand should be used to backfill the uppermost 3 ft of the excavation. In general, granular material to be stabilized should be well graded and have the grain-size characteristics tabulated below. U.S. Sieve Standard Size Percent PassinQ NO.4 55 to 100 37 to 100 No, 10 No. 40 No, 200 24 to 100 10 to 20 The material should be slightly silty, not clayey. We estimate that 6 to 7 percent cement, by dry weight, will have to be added to the sand. The sand-cement mixture should be placed in 6- to 8- inch-thick loose lifts and compacted to at least 95 percent of maximum dry density as determined by ASTM 0 558 procedures. Placement of cement-stabilized sand should be slightly dry (2 percent) of optimum moisture content. The material should be placed and compacted to the required density within 3 to 4 hours of mixing. We recommend that laboratory tests be performed to determine the optimum cement content once a sand source has been located. The cement- stabilized sand mixture should produce an unconfined compressive strength of at least 100 psi in 48 hours. - 9 - ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 9 OF 13 I I .1 ,I I I I , , , I ~., li.](t:i Report No. 1605-0975 _._-----_._._----.__._-----'---~.__.,~------------ . '" Construction Monitoring. We recommend that a Geotechnical Engineer, or qualified representative, be present on-site to evaluate the suitability of subgrade soils for foundation support On-site observations may also aid in recognizing and reconciling other unanticipated soil or groundwater conditions and insuring that design recommendations are appropriate and properly implemented during construction. During the foundation excavation and construction phases, we can provide materials testing and construction surveillance to: (1) observe compliance with the design concepts, specifications, and recommendations; (2) observe subsurface conditions during construction; and (3) perform quality control tests. The following illustrations are attached and complete this report: Plate Log of Boring.... ...... .. .. . . ... .... ..................... ....................................... 1 Terms and Symbols Used on Boring Logs ................;................................. 2 We appreciate the opportunity to provide our services to the City of Corpus Christi. Please call if you have any questions or if we can be of further assistance. Sincerely, FUGRO CONSULTANTS LP By: Fugro Consultants GP LLC, its sole general partner "\. ~ .. __"':~ c, *O{~ ~'? By: ~ -:}... - - - - ::~'...: . - ..'tt"...~fJl9'!:t, .... d~ ~~!~1' ".J . W. Chuck Rushing;i,~~;~/!t iiJ\~~~~~.:~.' ,... '. - -.. \..,. .- '\> Project Engineer 'l,.tt...~;.....-~:("t. __'~ <4 ~~..\,-',~~. ~O ~_..." ,\'\\......y........."......... . Copies Submitted: Addressee (3) - 10 ~ ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 10 OF 13 ~-_._--_.---~-~~-~-~_._- Peuort No 1605.:Y75 ...J W et u G;....IC/) W ..JO~ a.. I- I a:l (/)0 I- a:::::iEG.. sO 0.. W>-::'2: w 1-(/)<( OIL (; <( (/) -' $: IT! u' o o ~ (() Ci; o '-' o '" 19 ::J U- a.: 19 W -' o :r: z - <( :;; <>: UJ z Z o m '" "- m o oJ, o <D V; l- t) UJ (3 <>: D- on o o !)I en l- t) UJ (3 0:: ~ NOTES z (3 UJ w -' u: :;;: ;? 19 o rr '!o o 25 30 35 50/5" 5011 " LOCATION 15' north ot manhole COORDINATES Not Available CLASSIFICATION SHEAR STRENGTH ~G:: o Penetrometer Unconfined .,. :J. ~ Oo~ ;f'. ('::;:;- I-I Z - 0::1-' 0 i; ~ OTorvaoe Triaxial. w Qf- -D- <(I- >-LL 19> UJZ f=t: 0- Qx [:, Field Vane Mini Vane'" eta.. "'0 ~!!! ~w 5~ 0):;; i=~ :::>UJ I-W 0Cl. U)(f) s:~ ::;-' :5:J ~~ 00 (1)0 f- U)o D- -z Z <(0 0 Cl.- -'_ KIPS PER SQ FT :J 0.<-< 0 SURFACE EL Not Available STRATUM DESCRIPTION CLA Y, dark grey to orey, slightly moist 1.0 2.0 3.0 4.0 ! tnm white mineral deposit seams below 2 ft ! "'. h'L TY CLAY,with trace sand and Occasionar--1jl I small calcareous nodules, light grey I I ' I [ ~~ I I 28 15 20 o 40 .. 18 SILTY CLA y,/,Iith calcareous nodules, tan and white - increased ';alcareous content in thicker seams 10.0 69 21 26 14 12 o CLAYEY SAN[S fine,lan'-an-dorarlQish fan~ wet 2L _ .31. 26 19 2 _ _ _ . 16.0 21 21 ! 1 SAND, with frace clay, lightlan, 'occasional small calcareous nodules, wet - ::'20 9 23 CLA Y, grey and orangish tan moUled, stiff, moist 310 88 29 72 24 48 0 BORING TERMINATED AT351T- - ----- /350 DATE August 29, 2005 TOTAL DEPTH: 35.0' CAVED DEPTH: 17 DRY AUGER: 0 - 35' WET ROTARY: Not Applicable BACKFILL: Soil Cuttings and cold patch '1': Water First Noticed Y Depth fo Water alter Upon Completion c Terms and symbols defined on Plate 2 LOG OF BORING NO. B-1 Sanitary Sewer Manhole Replacement Bonner Drive City of Corpus Christi Project #7335 ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 11 OF 13 PLATE .'<eport Nc 1605 \'~!75 1 Sand I ",i '~'],' S i I ty i ' Sand i 1,', Clayey 1 Sand I Asphalt SOIL TYPES 01 s,,, rrrJ ~~;dY ~ ~:,~yey ~Clay ~.., "". Sandy ............ Clay . J Gravel !.',:-.~~:^ ^,~:, Peat or ..,~ Highly ^:,:S~ Organic ~, '"Silty ~Clay I Debris or Mixed Fill 1~1 i' G Concrete SOIL GRAIN SIZE U.S, Standard Sieve 5" 3' 3/4" 4 10 40 200 I"~ -[ '~I Gravel --T---~ Sand---- =r" Boulders Cobbles' ~~T--:- - t -- -I . -'r.--:- Coar~~ Fine Coarse Medium Fine '.', 152 762- "~ 191'476' 2.00 0420---.0.074- - Slickensided Fissured Pocket Parting Seam Layer Laminated Interlayered Intermixed Calcareous Carbonate PLASTICITY CHART 60 50 G'j ~ 40 r: G 30 i= (j) :5 (L i i -1-i- ORGANIC CLAYS 'T' 't. SILTS 20 ~NDl or~ I ILTYCLAV8to 1 0 CLAY~ SIlTs i ~NDYSILTS o o 10 20 30 40 50 60 70 LIQUID LIMIT 80 SOIL STRUCTURE SAMPLER TYPES ~Thin- ~partial ~Auger walled Recovery Tube wi Tube ~SPlit- ~NO ~PitCher barrel Recovery I ~Piston ~GeoprObe ~ROCk Core -------, .J Silt ---,-~ 0002 Clay I (mm) 90 100 HavlrJg planes of weakness that appear slick and glossy, Containing shrinkage or relief cracks, often filled with fine sand or silt; usually more or less vertical. Inclusion of material of different texture that is smaller than the diameter of the sample. Inclusron less than 1iB Inch thick extending through the sample. Inclusion 1/B inch to 3 inches thick extending through the sample. Inclusion greater than 3 inches thick extending through the sample, Soil sample composed of alternating partings or seams of different soil type. Soil sample composed of alternating layers of different soil type. Soil sample composed of pockets of different soil type and layered or laminated structure Is not evident. Having appreciable quantities of carbonate Having more than 50% carbonate content TERMS AND SYMBOLS USED ON BORING LOGS SOIL CLASSIFICATION (1 of2) ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 12 OF 13 PLATE 2a RepOii No. 1605-0"-5 STANDARD PENETRATION TEST (SPT) A ;J-!il -00, 1-3/8-ID split spoon sampler IS driven 1.5 ft into undisturbed soil with a 140-pound hammer free falling 30 in. After the sampler is seated 6 In. into undisturbed sod, the number of blows required to drive the sampler the last 12 in. is the Standard Penetration Resistance or "N" value, which is recorded as blows per foot as described below Blows Per Foot SPLIT-BARREL SAMPLER DRIVING RECORD c5 Description ",0/7" ;;>ef/3" 25 blows drove sampler 12 inches, after initial 6 inches of seating. 50 blows drove sampler 7 inches, after initial 6 inches of seating. 50 blows drove sampler 3 inches during initial 6-inch seating interval. NOTE To aVOid damage to samplino tools driving is limited to 50 blows during or after seating interval. DENSITY OF GRANULAR SOILS STRENGTH OF COHESIVE SOILS Descnptive .i"errn 'Relative Density. Ok "Blows Per Foot (SPTI Term Undrained Shear Strength, ksf Blows Per Foot (SPT) (approximate) Very Loose Loose Medium Dense Dense Very Dense <.15 15 to 35 35 to 65 65 to 85 > 85 U to 4 5 to 10 11 to 30 31 to 50 . 50 Very Soft Soft Firm Stiff Very Stiff Hard < 0.25 0.25 to 0.50 0.50 to 1.00 1.00 to 2.00 2.00 to 4.00 > 4.00 o to 2 2 to 4 4 to 8 8to 16 16 to 32 > 32 'Estimated from sampler driving record. "Requires correction for depth, groundwater level, and grain size SHEAR STRENGTH TEST METHOD U - Uflconfined Q " Unconsolidated - Undrained Triaxial P " Pocket Penetrometer T = Torvane V = Miniature Vane F = Field Vane HAND PENETROMETER CORRECTION Our experience has shown that the hand penetrometer generally overestimates the in-situ undrained shear strength of over consolidated Pleistocene Gulf Coast clays. These strengths are partially controlled by the presence of macroscopic soil defects such as slickensides, which generally do not influence smaller scale tests like the hand penetrometer Based on our experience, we have adjusted these field estimates of the undrained shear strength of natural, overcowiolidated Pleistocene Gulf Coast soils by multiplying the measured penetrometer reading by a factor of 06. These adjusted strength estimates are recorded in the "Shear Strength" column on the boring logs. Except as described in the text, we have not adjusted estimates of the undrained shear strength for projects located outside of the Pleistocene Gulf Coast formations. Information on each boring log is a compilation of subsurface conditions and sailor rock classifications obtained from the field as well as from laboratory testing of samples Strata have been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the time and places indicated, and can vary with time, geologiC condition or construction activity TERMS AND SYMBOLS USED ON BORING LOGS SOIL CLASSIFICATION (20f2) ADDENDUM NO 2 ATTACHMENT NO 4 PAGE 13 OF: 13 PLATE 2b PRO P 0 S A L FOR M FOR SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM PAGE 1 OF 9 ADDENDUM No.2 Attachment No.5 Page 1 of9 PRO P 0 S A L Place: Date: Proposal:)f ----~_.._.._--_...__._- a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as _.,-'_.'".._~.__.._.__._---_.__._--- ".__._-_._._----_.~.._---- TO: The City of Corpus Christi, Texas Gentlemen: The underslgned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE at t:he locations set cut by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: REVISED PROPOSAL FORM PAGE 2 OF 9 ADDENDUM No.2 Attachment No.5 Page 2 of 9 CITY OF CORPUS CHRISTI SANITARY SBWBR KANlIOLB RBPLACBDNT OLD BROWNSVILLB ROAD/ OMAHA DRIVE I II III IV V BID QTY & UNIT PRICB BID ITBH BXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURBS) Mobilization, 1 Demobilization, and Bonds, AI LS complete in place per Lump LS $ Sum - 3 Demolition of Existlng A2 EA Manholes, per Each $ $ -- 3 Concrete Manhole Support A-': EA Foundation, complete in place per Each $ $ Drilled and Cased Concrete 271 Piling, complete in place A4 VF per Vertical Foot $ $ Special Fiberglass I Reinforced Plastic (FRP) A5 1 Manhole, complete in place $ EA per Each $ , 5'Dia. Fiberglass Reinforced A6 2 Plastic ( FRP ) Manhole, i EA complete in place per Each $ $ I I 80 48" FRP Sanitary Sewer A7 I LF Gravity Main, complete in place, per linear foot. e: c: I 80 30" PVC Sanitary Sewer A8 I Gravity Main, complete in I $ I LF place, per linear foot. $ I 120 24" PVC Sanitary Sewer A9 LF Gravity Main, complete in I place, per linear foot. $ $ I 20 12/1 PVC Sanitary Sewer Ala I LF Gravity Main, complete in $ $ place, per linear foot. All 3285 Clean Sanitary Sewer Gravity $ $ LF Mains, per linear foot. 3285 Inspect and Televise A12 LF Sanitary Sewer Gravity $ $ Mains, per linear foot. 300 Trench Safety for AI3 LF Excavations, per linear $ $ foot. BASE BID REVISED PROPOSAL FORM PAGE 3 OF 9 ADDENDUM No.2 Attachment No.5 Page 3 of 9 CITY OF CORPUS CHRISTI SANITARY SBWBR KANBOLB RBPLACBMBNT OLD BROWNSVILLB ROAD! ONABA DRIVE BASE BID ( CONTINUED) I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) A14 '3 Trench Safety for EA Structures, per each $ $ A15 1 Traffic Control Measures, LS per lump sum $ $ A16 150 Well Pointing , per linear LF foot $ $ TOTAL BASE BID (Items Al through A16): $ REVISED PROPOSAL FORM PAGE 4 OF 9 ADDENDUM No.2 Attachment No.5 Page 4 of 9 r-- I BID ITEM QTY & UNIT AAl ADDITIVE ALTERNATE NO. 1 II III DESCRIPTION LS Manhole No. 2226 Replacement, including: · Complete removal of the existing manhole including complete removal of existing foundation. · Install City provided new 8 ft. diameter Fiberglass reinforced polyester (FRP) manhole located at Titan Pipe Company, 8213 Up River Road · Install concrete foundation, set at proper elevation to be determined in field and approved by City (approximately one (1) ft adjustment per Geotechnical Report · Remove and replace existing 36" VCP pipe (with 36" PVC DR 25-C905 pipe and 8" PVC SDR 26 Heavy wall pipe) up to 50' upstream and 50' downstream for 36" pipe and 20' upstream and 20' downstream for 8" pipe (including lateral tie-ins and all drop connections) · Install a new invert, new frames & covers, concrete collar, and flowable fill · Removal & replacement of pavement/pavement repairs with full depth saw cutting of all asphal t paveaen t and minimum 4" of BMAC pavement repair · Bypass pumping including noise control. No street intersections shall be blocked. All piping 'to be installed below pavement at intersections and backfilled with cement stabilized sand and overlayed with a minimum 4" of &MAC pavement. · Well pointing, including noise control · Traffic control · And any other items required to produce a new manhole per City Wastewater Standard Specifications, complete, in place, ready to use, per lump sum REVISED PROPOSAL FORM PAGE 5 OF 9 IV UNIT PRICE IN FIGURES LS v BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ ADDENDUM No.2 Attachment No.5 Page 50f9 I II III IV V BID QTY {" UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) 50 AA2 LF Trench Safety $ $ Pre and Post Construction AA3 LS Cleaning and CCTV $ LS $ (Approximately 200 LF) TOTAL ADDITIVE ALTERNATE NO. 1 (Items AAl-AA3) : $ Note: Contractor to notify in writing LOCAL AREA Residents seven (7) days prior to commencing construction. REVISED PROPOSAL FORM PAGE 6 OF 9 ADDENDUM No.2 Attachment No.5 Page 6 of 9 The undersigned hereby declares that he has visited the site and has 2arefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a Narranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contractr 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 c:ontract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the drnount of 5% of the highest amount bid, is to become the property of the City ..)f Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within two days (five days for Contractors outside Nueces County) of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a descrlption of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 150 calendar days from the date designated by a Work Order if only the Base Bid is awarded. If both the Base Bid and Additive Alternate No. 1 are awarded, the undersigned agrees to complete the work within 180 calendar days from the date designated by a Work Order. The underslgned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. number) Receipt of the following addenda is acknowledged (addenda Respectfully submitted: Name: By: (SIGNATURE) (P.O. Box) (Street) (SEAL If Bidder is a Corporation Address: (City) (State) (Zip) Telephone: NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. PR(7!90) REVISED PROPOSAL FORM PAGE 7 OF 9 ADDENDUM No.2 Attachment No.5 Page 7 of 9 .~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS ( . ity of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following mformation. Every yuestion must be answered. J fthe question is not applicable, answer with lJNAD. F'JRM NAME: STREET CITY: ZIP: FIRM is: Corporation ! 5 Other .., Partnership ,I 3. Sole Owner D 4. Association D DISCLOSURE QUESTIONS II additional space is necessary, please use the reverse side of this page or attach separate sheet. State tbe names of eacb LJemployeeD oftbe City of Corpus Cbristi baving an Downersbip interestD constituting 3% or more of the ownership in the above named []firmD. Name Job Title and City Department (if known) 2. State tbe names of eacb DofficiaU] of tbe City of Corpus Christi having an Downership interestD constituting 3% or more ofthe ownersbip in the above named []firmD. Name Title ,.) State the names of each Uboard member[] of the City of Corpus Christi baving an Downersbip interestO constituting 30/0 or more oftbe ownership in the above named OfirmD. Name Board, Commission or Committee 4. State the names of each employee or officer of a DconsuJtant[] for the City of Corpus Christi who worked on any matter related to the subject oftbis contract and has an Downership interest[] constituting 3"1. or more ofthe ownership in the above named nfirmlJ. Name Consultant CERTIFICA TE I certifY that all information provided is truc and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person. (Type or Print) Title: Signature of Certifying Person:____~ ______ Date: REVISED PROPOSAL FORM PAGE 8 OF 9 ADDENDUM No.2 Attachment No.5 Page 8 of 9 DEFINITIONS a . JBoard MemberO. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b JEmployee Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an mdependent contractor c. IFirm D. Any entity operated for economic gain, whether professional, industrial or commercial and whether established (0 produce Of deal with a product or service, including but not limited to, entities operated in the fonn of sole proprietorshIp, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust md entities \vhich, for purposes of taxation, are treated as non-profit organizations. d. iOfficialD. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and !\funicipal Court Judges of the City of Corpus Christi, Texas. e. 'Ownership InterestJ. Legal or equitable mterest, whether actually or constructively held, in a firm, including when such mterest is held through an agent trust, estate or holding entity. fJConstructively heldO refers to holding or control established through voting trusts, proxies Of special terms of venture or partnership agreements. f. :Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. REVISED PROPOSAL FORM PAGE 9 OF 9 ADDENDUM No.2 Attachment No.5 Page 9 of9 City of Qi.{us Christi I ADOeNOOM NO.1' August 26, 2005 TO: All PROSPECTIVE BIDDERS SU8JeCT: SANITARY SEWER MANHOLE REPLACEMENT - OLD BROWNSVILE ROADfOIIAHA DAM: PROJECT NO: 7335 Prospective bidders are her-eby notified of the foHowing modifications to the contract documents. These modifications shalt become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. I. .~ A._.DA1E~ Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed three weeks-,ltsWl Septem.ber 7,2005 at 2:00 p.m., ~ '---11- 28. ...... z:. U.JR. LocatioR Md Time of BIdding shall remain unchaRled. Note: Ad8eDd.. No.2 will foBOW' shortly to address questions from the pre--bid BIeetiBg u.4pCJlSiWe seope additieas. Please acknowledge receipt of this addendum in the a'ppropriate place in your PROPOSAL FORM. END OF ADDENDl1M #1 ARE/eo r LI ~ ~ ~"t-~ L{e~ ~ Escob~, P',E.. . Director of Engmeenng Serv1ces K'/~(,"> ADDENDUM NO.1 Page 1 of 1 Engineering Services . 77 . Co us Christi Texas 78469-9277 · (361) 880-3500 P.OBox 92 rp ~ __ ~ -- SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE Prepared by: 1i1~ HDR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 361/857-2216 Fax: 361/857-0509 FOR CITY OF CORPUS CHRISTI, TEXAS W ASTEW A TER DEPARTMENT Phone: 361/857-1802 PROJECT NO: 7335 ~\\\\\\\n 1111 I! ~ ~'\t. .'?~ J-t III; ~ s'\., '*' . :~-1J' f// -.::::::-*.' '.*,/ ~ . . ~ :::::*: '.*~ ~ . . ;.--: :=:.... --.............. ..~ ;::;: CARL E. CRULL ;=; /-":.................... ..r--'" -?'_ 46706 :::: ~ -0' .~ r~ ~ ..1> <,..'>.'lv ~ O"".~G/STt~..' ~ r;J ~Ss""'" ~ r(1!J /ONA fllnm:\ /' 1/-t1 I OJ DRAWING NO: SAN ')28 . "234-22822-2! , IRevised 7 S/OO) SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROADI OMAHA DRIVE Table of Contents NOTICE TO BIDDERS (Revised 7/5/(0) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities SECTION A A 1 A 2 .A 3 .A 4 .A S A 6 .A. 7 A 8 A 9 A 10 All A .12 A 13 A 14 A 15 A 16 A 17 A 18 A 19 A 20 A 21 A 22 A 23 A 24 A 25 A 26 A 27 A 28 A 29 A 30 A 31 A 32 A 33 A 34 A.35 A 36 A 37 A 38 A 39 A 40 A 41 SPECIAL PROVISIONS Time and Place of Receiv1ng Proposals/Pre-Bid Meeting Definitions 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 Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking ~ation and Removalo (NOT USED) Disposal/Salvage of Materials ~ Office (NOT USED) Schedule and Sequence of Construction Construction Staking Testlng and Certification Project Signs- See Standard Specification 021010 Minority/Minority Business Enterprise Participation policy (Revised 10/98) Inopcction Required (Revioed 7/5/00) (NOT USED) Surety Bonds 8aleo Ta)( Exemption NO LONGER APPLICABLE (6/11/98) Supplemental Insurance Requirements Reoponoibility for Damage Claimo (NOT USED) Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Contract" Requirements Amended Policy on Extra Work and Change Orders Amended "Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents ~lolater Facilitieo SPCCLll ncquiremcnto (NOT USED) Other Submittals (Revised 9/18/00) Amended "Arrangement and Charge for Water Furnished by the City" Worker I s Compensation Coverage for Building or Construction Projects for Government Entities Certi f ic.:1 te of OCCUp.:1ney- .:md Fi-fla-l-.--.';ccept.:1nce (NOT USED) Amendment to Section B-8 6: Partial Estimates Ozone Advisory Revision 8/03 Page 1 of 3 A 42 " 43 A 44 A 45 A 46 A 47 A 48 A 49 A 50 A 51 A 52 A-53 A 54 A 55 A 56 A 57 A 58 A 59 OSHA Rules & Regulations Amended Indemnification & Hold Harmless (9/98) Change Orders (4/26/99) As-Built Dimensions and Drawings (7/5/00) Diopooal of Highly Chlorinated Water (7/S/00) (NOT USED) Pre-Construction Exploratory Excavations (7/s/00) Overhead Electrical Wires (7/5/00) Amend "Maintenance Guaranty" (8/24/00) Trench safety Existing Manhole Conditions Dewatering Bypass Pumping Operations Pavement Restoration and Project Clean-up Cleaning of Lines Errors and Omissions Lack of Information Amended General provisions B-2-7 Preparation of Proposal Measurement and Payment of Subsidiary Items of Work Submlttal Transmittal Form ATTACHMENT I - SAMPLE COMPUTER GENERATED PROPOSAL SHEET SUPPLEMENTAL SPECIAL PROVISIONS (NOT USED) SECTION B - GENERAL PROVISIONS SECTION C - FEDERAL WAGE RATES AND REQUIREMENTS SECTION S 021010 022020 022022 022040 022100 025205 025210 025220 025404 025412 025424 025610 025802 027203 ')27205 027602 -030020 032020 038000 055420 SECTION On02 l~) 0 64 027900T 027901-T - STANDARD SPECIFICATIONS Project Signs Excavation & Backfill for Utilities & Sewers Trench Safety for Excavations Street Excavation Select Material Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement Lime Stabilization Flexible Base-Caliche Asphalts, Oils, & Emulsions Prime Coat Hot Mix Asphalt Concrete Pavement Concrete Curb and Gutter Temporary Traffic Controls During Construction Vacuum Testing of Sanitary Sewer Manhole and Structures Fiberglass Manholes Gravity Sanitary Sewers Portland Cement Concrete Reinforcing Steel Concrete Structures Frames, Grates, Rings and Covers T - TECHNICAL SPECIFICATIONS Cast-In-Place Piling: Auger Cast Pipe- Centrlfugally Cast Fiberglass Television Inspection of Conduits Cleaning of Sanitary Sewer Lines Reinforced Polymer Mortar Revision 8/03 Page 2 of3 LIST OF DRAWINGS G001 Cover Sheet/Vicinity Map/Sheet Index 2 G002 Legend & Symbols/Abbreviations 3 G003 Estimate Summary and General Notes 4 G004 Soil Boring Logs 5 C10l General Site Map 6 CI02 Site Plans 7 CI03 Existing Manhole Demolition Plan, Sheet 1 of 2 8 CI04 Existing Manhole Demolition Plan, Sheet 2 of 2 9 C10S Pavement Repair Plans 10 C106 Construction Sequence 1; C10? Bypass Pumping Plan 12 S101 Manhole Repair Plans 11 8102 Manhole Repair Details 14 TC101 Traffic Control Plans, Sheet 1 of 2 10, TC102 Traffic Control Plans, Sheet 2 of 2 16 C108 Pavement Repair Detail 17 SD101 City of Corpus Christi Standard Details, 18 80102 City of Corpus Christi Standard Details, 19 SD103 City of Corpus Christi Standard Details, 20 SD104 City of Corpus Christi Standard Details, 21 8D105 City of Corpus Christi Standard Details, NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Revision 8/03 Page 3 of 3 Sheet 1 of 5 Sheet 2 of 5 Sheet 3 of S Sheet 4 of 5 Sheet S of 5 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: SANITARY SEWER MANHOLE REPLACEMENT-OLD BROWNSVILLE ROAD/ OMAHA DRIVE consists of the removal and replacement of three sanitary sewer manholes and adjacent sanitary sewer gravity mains (approximately 40 LF in each direction) that are connected to each manhole, cleaning and televised inspection of approximately 3,285 LF of existing and proposed sanitary gravity sewer mains, including all appurtenances and associated work, in accordance with the plans, specifications, and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on wednesday, september 7, 2005 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting 1S scheduled for 10:00 a.m, Tuesday, August 23, 2005. The location of the meeting will be 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, and will include a discussion of the project scope. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required 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's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the city Engineer upon a deposit of Fifty and no/l00 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obta~nable at the office of the City Engineer and the Contractor shall pay not:less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the 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 Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage III the following amounts IS required: _. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE --- 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage - .- Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT I Commercial Form 2 Premises - Operations 3 Explosion and Collapse Hazard 4. Underground Hazard 5 Products/ Completed Operations Hazard 6. Contractual Insurance -r Broad Form Property Damage I 8. Independent Contractors 9 Personal Injury AUTOMOBILE LIABILITY --OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS= I WORKERS", COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS= LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY; $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE -- REQUIRED Not limited to sudden & accidental discharge; to include long- ---.2L NOT REQUIRED tern environmental impact for the disposal of contaminants BUILDERS= RISK See Section B-6-11 and Supplemental Insurance Requirements - REQUIRED --X._ NOT REQUIRED --- .. INST ALLA TION FLOATER See Section B-6-11 and Supplemental Insurance Requirements - REQUIRED ---.2L NOT REQUIRED Page 1 of2 " The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. \ fhe name of the project must be listed under "description of operations" on each certificate of insurance. \7 For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages, which are specified in section B-6-11 or Special Provisions section of the contract. A completed "lJisclosure of Interest" must be submitted with your proposal. Should you have any questiom. regarding insurance requirements, please contact the ContraetAdministrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORKER · S CO:.1PEHSATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR GCVE~~ENT ENTITIES ~exas law requ~~es that ~ost contractors, subcc~c~actors, and others ?roviding work or serv~ces for a City building C~ construction prcj ec,= nust be covered by worker' s compensation insura::lce, authorized self-i~surance, or an appr~ved worke~'s compensac~=~ coverage agreerr.ent. Even if Texas law does not require a contractor, subcontractor or others performing proj ect services (including deliveries to the job sitei ~o provide 1 of the 3 forms of worker's compensation coverage, the Ci~y will require such coverage for all individuals providing work or ser.~ices on this Project: at any time, including during the ma~::::e::ance guaranty period. :.10tor carriers which are required to regis':er with the Texas Depar::~ent of Transportation under Texas Civil sta~~~es Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Secc~on 4(j} need not p~ovide 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees C~ comply with all applicable provisions of Texas Administrative Code 7itle 28, Section 110.1~O, a copy of wh~cr. is attached and deemed i~corporated into the project contract. Please note that under section 110.110: certain 1 anguage ;.:ust be incl uded in the Contractor's Contract with the City and the Contractor's contracts with subcontraccors ana others providing services for the Project; L.~ the Contractor :..s required to submit ~o the City certificates of coverage for its employees and for all subcontractors and others providing services on the proj ect . The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and . the Contractor is required to post the requi~ed notice at the job site. By sig~ing this Contract, the Contractor certifies that ~~ will timely campi::' .....ith these Notice to Ccntractors "B" requirements. NOT XCI: ":0 CONTRACTORS - B IRevi$ea 1/13/98) Paqe 1 of 7 8/7/18 l ,,\.. ,'-,; l ~ .;~ge 1 ,-'i C Title 28. NS'CR.\.~CE Part II. TEXAS \VORKERS' CO!\'1PENSATION CONIMISSION Chapter 110. REQUIRED NOTICES OF COveRAGE Subchapter B. El\1PLOYER NOTICES ~ 110.110 Reponing Requirements for Building or Construction ProjecLS for Governmenul Entities (a) The fonowing words and terms, when used in this ruie, shall have the following meanings, unless the context dearly indicates otherwise. Te:ms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so denned. (1) Ceni.fi~te of cove .rage (ceitmca!el-A copy ora certiiicare of insurance, 3. certificate ofaurhority to self-insure issued by the commission, cr a workers' compensation coverage agreement (IWCC-81, TWCC-82, nVCC-83, or TWCC-S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction-Has the me2.rlln.g defined in the Texas Labor Code, S 406.096(e)(I). (3) Conrractor-A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage-Workers' compensation insurance meeting Lhestarutory requirements of the Texas Labor Code, S 401.011(44). (5) Coverage agreement-A written :!greernent on fonnT\VCC-81, fonn 1WCC-82. form TWCC-S3, or form IWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parries for purposes of the Texas W orlcers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project-Includes the time from the beginning of work on the project until the work on the project has been completed z...,d accepted by the governnlental entity. (7) Persons ~roviding services on L~e project ("subcontractor" iT: 9 406.096 of the Act)- ''lith the exception of persons exduded under subsections (h) and (i) of this section, includes all persons o~ entities perfonning all or pan of the services the contractor has undertaken to perform on the prOJect, regardless of whether that person comrac::ed directly with the Contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, mvner-operators, employees of any such entity, or employees of any entity furnishing persons to perform semces on the project. "Services" includes but is not limited http://wwwscs.state.tx.usltad23fII11101BIIIO.IIO.html ~IOT rCE TO CONTRACTORS - ::; Revised 1/13/99) paqe 2 of 7 8/7/98 8 T .t , L ~ ..; Page2 cts ~o pr~"~.::::g, ::::.:iling, or deii','ering equipment or ;:::;:eri:tis. or ;=ro\iding labor, tra.f.tspor.:!.!ion. or orhe:- semce re:2.~e:: to a projec:, "Services" does not i.:.ci~de activities ur-....eiated to the projeC"".., s"Jch as foodi:;e...e!'"~~e '/endors. oiEce supply deliveries, ar:: delivery of;:onable toilets. (8) Prcjec:-bcludes the provision of all services re:~~ed to a building or construction CC::~act for a goverm'ne::.:~ entity. (b) Pro..iciir:g or causing to be provided a cenifica:e of coverage pursuant to this rule is a represer:.u:.icr: by the insured :hat all employees or the insured who are providing s~rvices on the project ~e cc,,'ered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amOUnts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the conunission's Division of Self-Insura'-lce Regulation. Providing false or misie.?ding certificates of coverage, or failing to provide or caintain required coverage, or failing to report any change that materially aife~.s the provision of coverage may S".Joject the contractor or other person providing services on the project to adminisL-ar:ve penalties, criminal penalties, civil per:.airies. or other civil actions. (c) A gover.'=ental entity that enters into a building or constru~.:on contract on a projeqt shall: (I) include in the bid specifications, all the provisions of paragra;Jh (7) of this subsection., l:sing the language required by paragraph (7) of this subsectio~ (2) as pan oft.1e contract, using the language required by paragraph (7) of this subsection, require the contra~or to perform as required in subsection (d) of this section; (3) obtain from the contra~or a ceni.ficate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain ITem the contractor a new certificate of coverage showing extension of coverage: (A) before t.te end of the cur:ent coverage period, if the contra~ors current certificate of coverage shows that the coverage pe~od ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain cerriiicates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the ceriiicates of coverage to the commission upon request and to any person entitled ~o them by law; and . (7) use the I~..::g-t..lage contained in the following Figure 1 for bid speciiications and contra~s, without any additionai words or changes, except those required to accommodate the specific docwnent in which they are contained or to impose stricter standards of documentation: 1'285 \10, 1IO(c)(7) tb/ http://wwwsos.state.tx.usltac/:;.81II11101B1lIO.110.htrrJ HOTICE TO CONTRACTORS - 3 Revised 1/13/98) paqe 3 of 7 817/98 .S r.....C 110.110 Page 3 of6 :) A contractor snail: ~ i) provide coverage for itS empioyees providing services on a project, fc: ti:e duration of the project :ased on proper repOrting of classr=c~:ion codes and payroll amounts ar..d e~g of any coverage ~greements; ,)) provide a certificate of coverage showing workers' compensation coverage to the governmental e:uity prior to beginnbg work on the project; (3) provide the governmental entit:j, 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 governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file cenificates or coverage showing coverage for all persons providing services on :::e project~ and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify th.e governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have y..oown, of any change that materially affects the provision of coverage of any person providing services on the project; 0) 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. Tbis notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. T:-ls includes persons providing, hauling, or delivering equipment or materials? or providing Jabor 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 employers failure to provide coverage." hnp://www.sos.state.tx.usltac/28/II/lIOIB/110.110.htm1 NOTICE =0 CONTRACTORS - B Reviaed 1/13/98) Paqe . o~ ., sn/98 _0 T r.C i ~ ~ 110 t'age4 or 6 (8) cC:1t:ac:uaily require e:ich person with whor:: :: conrrac:s :: -;::o\ide services c:: a ~roject to: (A) provide coverage based on proper reporu.'1g of classification codes and payroH ar.lounts and filing of any coverage agreemems for :ili of its empicyees providing services cn the proj ect, for the duration of the project; (B) provide a certificate at coverage to the com..--actor prior to that person beginni..~g '''''ork on the proj ect; (C) induce in all contracts m pro\ide services en the project the language in subse~.ien (e)(3) of this SectIOn: (D) provide the contractcr, prior to the end of tile coverage period, a new certifica:e of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration ot the project; (E) obtain from each other person with whom it contracts, and provide to the comractor: (1) a certiiicate of coverage, prior to the other person beginning work on the project; :l.,d (1i) prior to the end of the coverage period, a new cenificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project <!..."'lO for one year thereaft er; (G) notify the governmental entity in writing by certified mail or personal delivery, v..ithin ten days after the person knew or should have knOVlIl, of any change that materially affectS the provision of coverage of any person providing services on the project; and (II) contractUally require ea.ch other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, "with the certificate of coverage to be provided to the person for whom they are providing semces. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reponing of classification codes and payroll 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; (3) have the following language in its contract to provide services on the project: ""9y 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 htlp:JI\\-"\VW sos,state.tx.usltacl28IWI101B/I10.110.html NOTICE TO CONTMCTORS - B Revised 1/13/98) Paqe Set 7 8n/98 .--() j,. .-,,,", l 6- 11V .t'age ) or 0 for ti:e d:.:ration ofti:e project, that the cc';erage will be based on proper reporting ofclassifica.tion codes and payroU a.r::ounts, and that all co\'e.--age agreemems \Vill be filed with the appropriate insura::ce <::mier or, ~ the case of a self-insured., with the commission's Division of Self-Insurance Reguiation. Proviciing false or misleading i.".Ibrmation may subject the COntractor to administrative penalties, criminal pe:lalties, civil penalties. or other civil adons. If (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on me cenificate of coverage ends during the duration of the project; , (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 shown on the current certificate of coverage ends during the duration of the projecr; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery. of any change that materially affects the provision of coverage of any person pr-oviding services on the project and send the notice within ten days after the person knew or should have 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 agreementS for all of its e.r:lployees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beg;nning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration 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 the end of the coverage period, a new certificate of coverage showine extension of the coverage period, if the coverage period shovro on the current certificate of cov~ge ends during the http://www.Sos.state.tc.usltacl28/IJJlI01B1lIO.1IO.htmJ NOTICE TO CONTRACTORS - B Revised 1/13/98) Page 6 of 7 sn/98 . LA,- 11_ llV Page 60f6 duration or ~be contract: (F) retain ail required ce~..i::C3.~es or coverage on file for the duration or ~he project and for one year thereafter, (G) notify the governmental entity in writing by certified mail or personai delivery, within ten days after the person knew or should have known. of any change that materially affectS the provision of coverage of any person providing services on the project; and (H) contractUally require ~ch person with whom it contracts, to perform as required by this - subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid., the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity 00 or after September 1, 1994. This rule is also applicable for those building or construction contractS entered into on or after September I, 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 Depanment ofTransportarion and who provide accidental insurance coverage pursuant to Texas Civil Statutes. Article 6675c, 94(j). (i) The coverage requirement in" this rule does not apply to sole proprietors, partners, and corporate officers who meet the requiremeots of the Act, 9 406.097(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, ~ 1.20). This subsec--...ion 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,elf-insure that is delivered. issued for delivery, or renewed on or after January I, 1996. Source: The provisions of this ~ 110.110 adopted to be effective September 1, 1994. 19 TexReg 5115; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index http://www.sos.state.tx.usltad28!I.I11101E/IIO.ll O.htmJ NOTIce; TO CONTRACTORS - B Rev1aed 1/13/98' '_qe 1 of 1 sn198 SECTION A SPECIAL PROVISIONS SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receivinq Proposals/Pre-Bid Meetinq sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, September 7, 2005. Proposals mailed should be addressed in~ following manner: ATTN: City at Corpus Christi City Secretary's Office 1201 ~eopard Street, Corpus Christi, Texas 78401 BID PROPOSAL - SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE A pre-bid meeting is scheduled for 10:00 a.m, Tuesday, August 23, 2005. The location of the meeting will be 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, and will include a discussion of the project scope. A-2 Definitions and Abbreviations Section B- of the General Provisions will govern. A-3 Description of Proiect The project consists of the removal and replacement of three sanitary sewer manholes and adjacent sanitary sewer gravity mains (approximately 40 LF in each direction) that are connected to each manhole, cleaning and televised inspection of approximately 3,285 LF of existing and proposed sanitary gravity sewer mains, including all appurtenances and associated work in accordance with the plans, specificatIons, and contract documents. A-4 Method of Award The bids w111 be evaluated based on the Total Base Bid, subject to availability of funds. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and Ln the best interest of the public The Bidder shall bid for all Base Bid Items in '~he proposa 1 . A-S Items to be Submitted with Proposal The fo11ow10g items ~r:~ r::.~~lE~~ to be submitted with the proposal; l 5% Bid Bond (Must reference; SANITARY SEWER MANHOLE REPLACEMENT- OLD BROWNSVILLE RAOD/ OMAHA DRIVE as identified in the Proposal): (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2 Disclosure of Interests Statement -----.-- "--'~ ----.-.--..,.-. ..- _._--_.,._.,--~-- .'--~ Section A - SP (Revised 9/18/00) Page 1 of 24 A-6 T~e of Completio~/Liauidated Damaqes The working time for completion of the project wil-l shall be ONE HUNDRED FIFTY (1.50) ~alendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee "City Engineer") to proceed. Should either the Base Bid or the Alternate Pid be selected, the time of completion for the Project shall remain the same. ~)r each calendar day that any work remains incomplete after the time specified in r ne contract for completion of the work or after such time perio~ as extended pursuant to other prov 1 sions of this contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penal ty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may w thhold and deduct from monies otherwise due the Contractor the amount of quidated damages due the City. A-7 Workers Compensation Insurance Coveraqe I f the Contractor's workers I compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project Furthermore for each calendar day including and after the effective date of termination or cancellation of the Contractor I s workers I compensation insurance :;overage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed ~gainst and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time complete the Project has not expired. [11 accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the C]ty Engineer. A-a Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledqment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Revised 9/18/00) Page 2 of 24 A-!O Waqe Rates (Revised 7/5/00) Minimum .Pl~vailing~a~ Scal~s L,abor preference and wage rates for Heavy Construction. The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechani cs employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, Ct portion thereof, for each laborer, workman, or mechanic employed, if such person s paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and c j assifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi weekly certified payroll submittals to the City Engineer The Contractol will also obtain copies of such certified payrolls from all subcontract ors and others working on the proj ect. These documents will also be submitted co the City Engineer bi -weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) ~ne and one half \1-1/2) times the specified hourly wage must be paid for all hours .vorked in excess of 40 hours in anyone week and for all hours worked on Sundays or nc,lidays (See Sectio!' B-1-}, Definition of Terms, and Section B-7-6, Working Hours A-I! Cooperation with Public Aqencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One-Call System 1-800-245-4545, the Lone Star Notification Company at 1-800 669-8344, and the Southwestern Bell ["ocate Group at 1-800-828-5127. For the Contractor's convenience, the following ':e lephone numbers are 1 i sted , City Engineer Project Engineer AlE Project Engineer Traffic Engineel Police Department Water Department Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department Solid Waste Services Department AEP/ Central Power & Light Co. SEC/ Southwestern Hell Telephone Co. 880-3500 HDR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 857-2216 Fax: 857-0509 880-3540 882-1911 857-1880 857-1818 885-6900 857-1881 880-3461 857-1970 299-4833 (693-9444 after hours) 881-2511 (1-800-824-4424, after hours) (880-3140 (880-3140 (885-6900 (880-3140 after after after after hours) hours) hours) hours) Section A - SP (Revised 9/18/00) Page 3 of 24 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) Regional Transportation Authority (RTA) 857-1946 857-1960 857-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624) 813-1124 (Pager 888-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972-753-4355 289-2712 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. Due to the nature of the work proposed, the drawings may not include all adjacent utility locations. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service t~ 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 u ilities. wnere exist ing sewers are encountered and are interfered with (i. e. broken, cut, e c c . ), flow mus t be ma i nta ined . Sewage or other I iqu id mus t be handled by the ::ontractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface nor routed through underground storm sewers and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. The construction of temporary gravity flow lines, force main lines, pumping '=quipments, plugs, flow diversion structures, etc., required to maintain and control system flows shall be the responsibility of the Contractor. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract pl ice Materials for repairs, adj ustments or relocations of sewer service lines must be provided by the Contractor A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided t:o all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but s not 1 imi ted to, working driveways in hal f widths. construction of temporary ramps, etc l<'or work Wl thin the City controlled right of way, the Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City'S Traffic Engineering Department. Section A - SP (Revised 9/18/00) Page 4 of 24 .'\11 coota. for tr~ffic control -a-re- conoidered aubaidi~ry, therefore, no direct payment \;i11 be m~de to Contractor. If the site needs any adjustment in the traffic control sign location, which may be required for safety of traffic and pedestrians, no additional payment for the implementation and enforcement shall be made to the C'ontractor A-~4 Construction Equipment Spillaqe and Trackinq 'The Contractor shall keep the adjoining streets free of tracked and/or spilled rnaterialsgoing to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Sc reets auei curb line must be cleaned at the end of the work day or more frequently. if necessary. to prevent material from washing into the storm sewer system. No " 1 sible material that could be washed into storm sewer is allowed to remain on the Project site or adjolning streets ~ ~5 Exea7ation and Rcm07uls (NOT USED) The excav~ted areao behind ~urbo and ~dj~cent to oidewalko and driveuayo muot bc €~1-kti~.ft "cle3.n" -dirt ,'''Cle~n" dirt .--i-s-defined aD dirt that io capable of flfoviding a good gro'.Jth ~r~oo Hhen ~pplicd ',,'ith oeed/ood ~nd fertilizer. The dirt mu-s-t;----be-" free of debri;), c.:1liche. .:1Dphnlt. concrete ~nd .:1ny other m.:1teri~1 th.:1t fcletr.:1cto frem---i-ts-- appe.:1r--afl€-e-~r hampero the gro',,'th of gr.:1Ofr.- Ad clCieting concrete ~nd ~oph.:1lt ....ithin the limite of the Project muot be removed IcilH-e&s- othe nJi oe noted. AH neeeooClry" remmralo including but not limited to pipe. drivC'...ayo. oide.Jalko, et~are to be conoidered ouboidiary to the bid item for "Street Excavation" "Point Rcpairo", ..md "Reh.:1bilitation *-hH.:1nholeo", therefore, no direct payment !',ill be !fu~ Contractor ." A-16 Disposal/Salvaqe of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor The cost of all hauling and disposal is considered subsidiary therefore, no direct payment will be made to Contractor. A-~7 Field Office (NOT USED) The Contractor muot furnioh the City Engineer or hiD repreoentative ~ith .:1 field effice .:1t the conotruction oite. The field office muot contain at leaot 120 oquare ~cct of uoc~ble op.:1ce. The field office muot be .:1ir conditioned~nd hC.:1tcd and muot be ftlrniohed with ~n inclined t~ble that me3.0UreD 3.t le.:1ot 3D" x 60" and t~o (2) ch~ira. The Contr.:1ctor ohall move the field office on the oite aD required by the E!4ty Engineer or hiD repreocntative. The field office muot be furniohcd .dth .:1 telephone (\,'ith 24 hour per duy anm..ering oervice) 3.nd F.'\X ffi.:1chine p3.id for by the Eentractor, There -i-e--fi&-oep.:1rate pay item for the field office. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. Section A - SP (Revised 9/18/00) Page 5 of 24 The plan must indicate the schedule of the following work items: , Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2 Items to Include Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Identi fy the first work day of each week. Submittal Dates: Indicate submittal dates required for all submittals. 4 Re-Submission: Revise and resubmit as required by the City Engineer. h. Periodic Update Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Stakinq The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. The major controls and bench marks required for setting up a project, if not shown on the drawings, will be provided by the City Surveyor or a third party Registered Professional Land Surveyor. The Contractor shall furnish all lines, slopes and measurements for control of the Nurk. [: during construction it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City Surveyor 48 hours notice so that 03.1 ternate control points can be established by the City Surveyor as he deems necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractol 's negligence will be restored by the City Surveyor at the expense of the Contractor. [t for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City Engineer prior t~o deviation. If, in the opinion of the City Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements ~s required for the City Engineer to revise the drawings. ~he 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 Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. A-20 Testinq 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 Proiect Siqns- Ref: Standard Specification 021010 The Contractor must furnish and install Two (2) Project signs as indicated in Standard Specification Section 021010. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. All work and materials required for providing project signs shall be considered subsidiary to other work. Section A - SP (Revised 9/18/00) Page 6 of 24 A-2~ MinoritY/Minority Business Enterprise Participation Policy (Revised 10/98) ~o1icy It is the policy elf the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated hereJn, both for minority and female participation by trade and for Minority Business Enterprise. = Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract b. Subcontractor; 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. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, 'lnd share in payments from such an enterprise in the manner hereinafter 3et forth Owned (a) Por a sole proprietorship to be deemed a minority business ,"nterprise, it must be owned by a minority person. (b) Por an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . (c) 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 primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). ~~~r~ in Pa~!!ts Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise Section A - SP (Revised 9/18/00) Page 7 of 24 d. ~inority: See definition under Minority Business Enterprise. p 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 joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carryon 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 f 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% lnterest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial managerial, or technical skills in the work to be performed by the joint venture. Goals a. The goals Enterprises work force collows; for participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate on all construction work for the Contract award are as Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45% 1.5 % b. These goals are applicable to all the construction work (regardless of federal part] cipation) performed in the Contract, including approved change orders The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from proj ect to proj ect for the sole purpose of meeting the Contractor's percentage is prohibited. 4 S-:(?mpl~anc~ a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi -weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. Section A - SP (Revised 9/18/00) Page 8 of 24 A-23 Inspection ReQUired (Revised 7/5/00) (NOT USED) The Contr~ctor oh~ll ~ooure the~ppropri~te building inapectiono by the Building Inopection Diyioion ~t the v.:lriouo inter.'.:llo of ....ork for ',:hich .:l permit io required ~nd to -aeoure .:l fin.:llinopection .:lfter the building io completed .:lnd ready for OCCUp.:lRey. Contractor muat. obt.:lin the Certificate of Occup.:lncy, ,...hen .:lPP~~~~~~c. Section D~ 2 of the Cener.:ll provioiona io hereby .:lmended in that the Co or muot P.:lY <:Ill feeD <:Ind ch<:lrgea levied by the City'o Building Inopection Department, o.nd <:Ill. other City feeo, including iJ.:lter/'h.<:IDte....<:Iter meter feeo <:Ind tnp feeD no CFcqui red by C:ity-~ A-24 Surety Bonds Paragraph two (2) of Section B-3 4 of the General Provisions is changed to read as follows "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Suret y 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 provide 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%) of the reinsurer's capltal and surplus. For purposes of this section, the amount of aUmved 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 above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond \vas ) ssued " A-25 Sales Tax Exemption (6/11/98) (NOT USED) Section B 6 22, .~ Exemption Provioion, is deleted in ita entirety and the 4--o110'..i8g ouboti tuted -i-fll ieu theree-f-o- ContractS-Eor improyement-f!----to.~___property .:H"~rdcd by the City of Corpuo Chrioti ~ frO_I:. qualify for c](cmptiono of 8~lco, E)(cioc, and l!oc Tal(en un.lc;o ~~c ~~n~~~~~; CIC~~: ~~ ~:~~~:~ ~ndcr ~ Depurated eontr~ct ~o dcflned by Cectlo 3. 1 3, Tax Adminiotr;:>.tion -ef-Title ...cH, Public Fin.:lnce of the TeJC;:>.o l'.dminiotr;:>.tive Code, 6r-. ouch other ruleD Gf-regulatiefrS- ~o m~y be promulgatcd by the Comptroller of Public l\.ccounto of To(no, ~~ the Contractorelecto ~oper<:lte~nder Q-&ep;).r;).tcd contr;).ct, he ahall: 't... Obtain the neceooary--B-aleo tux permitD from the 8t.:lte Comptroller. ~.. Identify in the appropri;::Lte op<:lce on the "Ct.:ltement of Hnteri.:llo and Othcr ChargeD" in the propoo<:ll furm-the coot of m<:lterialo phyoic;llly incorporated into the Project. Section A - SP (Revised 9/18/00) Page 9 of 24 ~ Provide reoale certificateo to ouppliero. 4. - Provide the City ',:i th copieo of material invoicea to aubotantiate the propoaal ~ of materialo. If the~ractor doea not elect to operate under a oeparated contract, hc muot pay for all Saleo, EJCcioe, and Uoe Tm(eo applicable to thio Project. 8ubcontractoro CORlpl i co \Ii th eertificatc to eertificatc to arc eligible for oaleo tax e)(emptiono if the aubcontractor aloo the -abeV'e--fe€!uiremento. ~. Contractor muat iaaue a reaale the oubcontractor and the oubcontractor, in turn, iaauea a rea ale hiD oUppt-~ A-26 Supplemental Insurance ReQUirements For each insurance coverage provided in accordance with Section 8-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancell~tio~ or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date ~he City Engineer requests that the Contractor sign the Contract documents. W~thin thirty (30) calendar days after the date the City Engineer requests that the (::ontractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under 1:l1e insurance policy. The City need not be named as additional insured on Worker I s Compensation coverage For contractual liability insurance coverage obtained in accordance with Section B- 6 11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. Section A - SP (Revised 9/18/00) Page 10 of 24 A-27 ResPonsibility for Damaqe Claims (NOT USED) I\:1ra~ruph- (a) Cener.J.l Liability of Section B 6 11 of the Cener.J.l Provioiono io ,J.ffiended to~ Contractor muat provide builder's risk insurance covera~e for the term of the Contr.J.ct up to-Qi'id including the date the City finally .J.ccepto the Project or ~c- Builder' 0 ri ok coyerage muot be an ".".11 Riok" form. Contractor RlUot pay ~cooto neceooary--8T procure ouch builder' 0 riok inourance coyeragc, in~~u~ing any, d,eductible.. The City muot be named .:ldditional inoured on any pO~lCleo provldln~ ouch Incurance coverage. A-28 Considerations for Contract Award and Execution To allow t11e City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any ilens nave been filed against bidder for either failure to pay for services or matenals supplied against any of its projects begun within the preceding two (2) (ears. 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 t he date of the release of the lien. If any such lien has not been released, che bidder shall state why the claim has not been paid; and Whether there are dny outstanding unpaid claims against bidder for services or materials suppliec1 which relate to any of its projects begun within the preceding two (2) jears. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has flat been paid. A bidder lTlay also be Tt"quired 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 dnd foremen who are careful and competent and acceptable to the City Engineer The criterid upon which the City Engineer makes this determination may include the following: l The superintendent must have at least five (5) years recent experience in the day-to~day 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, otructur.:ll otccl creatioR, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and City contract clos~-out procedures. The Superintendent shall be present, on the job site, at all times that work is being performed Foremen, if utiLized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Section A - SP (Revised 9/18/00) Page 11 of 24 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 or foreman 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 n<.:;t 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 :(mtract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration 5 aff for this Project during the term of the Contract, such a failure constitutes a cdsis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Reauirements Jnder "General provisions and Requirements for Municipal Construction Contracts" ~ection B..:..3 -1-_Co!!sideration ~~~)!1tr_act 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: L A list of the major components of the work; A list of the products to be incorporated into the Project; A schedule of values which specifies estimates of the cost for each major component of the work; '1 A schedule of anticipated monthly payments for the Project duration. {:- ) The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. (. A list of subcontractors that will be working on the Project. This list may contaln 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 City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision Section A - SP (Revised 9/18/00) Page 12 of 24 constltutes a basIS upon which to annul the Contract pursuant to Section B-7- 13 A preliminary progress schedule indicating relationships between the major components of the work, The final progress schedule must be submitted to the City Engineer at the pre construction conference; Documentat ion required pursuant to the Special provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. C 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 Chanqe Orders Under "General Provisions and Requirements for Municipal Construction Contracts" ~. 8-5 Policy on Extra ,Work and Change Orders the present text is deleted and replaced with the following Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B 3 -5 E~ecu.~io~o~...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 Contractor, A-33 Conditions of Work Each bidde r completion obligation attend the must famil1arize nimself fully with the conditions relating to the of the Project, Failure to do so will not excuse a bidder of his to carry out the provisions of this Contract. Contractor is advised to Pre-Bid Meetinq referred to in Special Provision A-I. A-34 Precedence of Contract Documents In case of conflict 3n 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 Technical Specifications 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 speci fica t ions, :mch as the Texas Department of Public Transportation Section A - SP (Revised 9/18/00) Page 13 of 24 Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) A.--- Vioitor/Contr~ctor Orientation Prior to performing 'lark ~t ~ny City ....~ter facility, the Contractor, hie oubcontr~ctoro, ~nd each of thcir employeeo muot have on their peroon ~ valid card certifying their prior attendance at a Vioitor/Contr~ctor Safety orientation Program conducted by the City Water Department Peroonnel.-A- ':ioitor/contractor Safety Orientation Program \Jill be offered by authorized City Water Department peroonnel for thooe peroono ..'ho do not h.:lve ouch .:l c.:lrd, ,:md ....ho deoire to perform any '.Jor]. .dthin :my City ...:lteI:' f.:lcility. Por .:ldditional information refer to AttacbmeBt 1. ~ Operation of City Owned Equipmont The Coatractor shall net start, operate, or step any pump, meter, valve, oquipment, -s-witch, brealter, control, or any other item related to City wator facility at any time. .'\11 ouch itema must be operated by an operator or other authorized maintenance employee of the City Water Department ," F~. - protect.ion of Water Quality The City muot deliver ~ater of drinking quality to ita cuotomero at all t~.--The Contractor ahall protect the quality of the ....ater in the job aite .:md ohall coordinate ita '.JOr}. '.lith the City Water Department to protect the quality of the water. ~ Conformity with ANSI/NSP Standard 61 All materialo .:J.nd equipment uDed in the repair, reaoaembly, tr,::moportation, reinotallation, and inopection of pumpo, or any other i temo, ....hich could come into contact with potable '..'ater, FRUot conform to l\mcrican National 8tandardo Inotitute/National Sanitation Foundation (}\NSI!NSF) 8t.:mdard 61 .:10 deacribed in the Standard Cpecificationo. Such materiala include all oolyents, eleanora, lubricants, gas]tots, ~hroad compoundo, coatingo, or hydraulic equipment. These items muot not be uoed unloaD they conform ,dth ANSI/NSF Standard 61 and u81e8s ouch itema are inspected on the oito by authorised City personnel immediately prior ~~ The Contractor ohall provide the Engineer '.lith copieD of '.:ritten proof of J\NSI/NCF Standard 61 ;)pproval for ;)11 FRaterl;)lD '.:hich could come into cont.:J.ct '.lith potable \.';:lter. ~ Handling and Disposal of Trash All traoh generated by the Contractor or hiD employceo, agcntD, or Bubcontractora, muot be contained at all timeo at the ....ater facility aite. Blo',dng traDh \:ill not be allO'...ed. The Contractor ahall keep work .J.reaD clean at all timeD ;:Ind remove all traoh daily. Section A - SP (Revised 9/18/00) Page 14 of 24 CONTRACTOR'S ON SITE PREPAn:.TION ~-- Contractor I 0 peroonnel muot ',;eur eolorcd uniform overalll3 other than orange, blue, or ',;hi te. Eaeh eJllIlloyee uniform must pro.,ride company nama and indi7idual employeo idontification. &,-. - Contractor ofi.a-l-l-. pro'v'ide telephoneo--E-er- Contractor peroonnel. Plant telephoncs arc not availablc for Contractor UDC. H-,---- Working houro ',/ill be 7.00 A.H. to 5.00 P.M., Honday thru Friday. -h-- Contractor muot not uoe any City -- facility reotroomo. Contractor muot provide mm oanitary facilitieD. Jo- All Contractor vehiclen munt be parked at denignated oite, aD deoignated by City Wate~ Department otuff. ^ll Contractor vehicleo muot be clearly labeled '.lith company name. No private employee yehiclco arc allm:ed at O. N. Etevenn ','later Trcatment Plant. 1\11 peroonnel muot be in company vchieleo. Durrng:,,'orking houro, contractor cmployeeo muot not leaye the denignated conotruetion area nor \,'under through any buildingo other than for required ..- ',lode or --as . directed by City Water Dep:1rtmcnt pcroonncl during emergcHey- evaeu:1tion. K-...- Contractor Qualifi~j..ono__~~_ (8UPBRVICORY CONTROL l\ND D.".T.". A..QQ.l!!.~ !'!:.!9~ l'JIY worle 4;-e--.t-fte- computer baned moni tor ing and control oyotem muot be performea--Elflly-----By- qualified technicul and oupervioory peroonnel, ,:UJ determined by meeting the qualificationo 1 thru 9 belm.. Thio '...ork includeo, but--+e---H-&t=- limited to, modific:1tiono, :1dditiono, changeo, gelectiono..-furftis-~. inotalling, connecting, programming, cuotomizing, debugging, cCllibFating, or pl.:icing in operation :111 hard\{:1rc :1nd/or ooftware opec~d or required by theoe opecifieationo. The Contractor or --fH:-s-oubcontractor propooing to perform the 8C,'\DA \lOrle [Runt be abl-e-tO demonotrate the fol1m/ing. h-----Re--:i-s- regularly enguged in the computer baoed monitoring and control oyntem buoineon, preferably aD applied to the municipul ',/aterafl€l--- \Kl.OtC',Jater indun tr-y-;- :6~- He haD performed ,Jerk on oyotemo of comparable oize, type, and complexity aD required in thio Contract on :1t leaot three prior projee-t-s-,- 3-~- He haD been actively engaged in the type of \lorJr opecified herein ~~ leaot 5 yearo. 4-,-- He empl-eyB-a- Regiotered Profeooional Engineer, a Control Cyotemo EngineeT,-er an Electrical Engineer to oupervioe or perform the vork required bythio opecificationo. S- ~-----He- employo peroannel an thio praj ect \;ha have ouooeoofully completed. a m:1nufacturer '0 tr:1ining courDe in configuring and implementing the opecific computero, RTUC'o, and ooft~.~re propooed for thc Contract. S .-----He-- m~intain!J ~ perm:1ncnt, fully ot~ffed and equipped Der.rice facility within 100 mileD of the Project oitc to maintain, repair, calibrate, and program the oYDtemo opecified herein. "___ ---He-- oh~ll - furnioh equipment -'.:hich in the product of one rnanuf~cturer . to the m~]cimum practical extent. Where thio io not practiea-l-,- .:111 equipment of a given type ',/ill be the product of ene--manufacturer-. Section A - SP (Revised 9/18/00) Page 15 of24 &-,--- Prior --performance at the O. N. ete','ens Water 'I're.:ltRlent Plant .:ill be used in evaluating ....hich Contractor or subcontractor programs the new ~ork for this Project. ~ The Contr;]ctor oh;]ll produce ;]11 filled out progr;J;mming blocka ~f'ed to ohm. the progr;]mming ;]s needed ;]nd required, to .:ldd t-fi€-Se t~.'O syoE-effig to the e}cisting City SCADA syatcRl. .".ttuched ia aft example of the required progr;J;mming blocks \.hich the City -r~-e-&-to be filled in ;]nd given to the City Bngineer ',:ith 0.11 changea Rl;]de during the programming ph;]sc. The attuched sheet io aft-- cxaH1plc ;]nd ia not intended to sho',. all of the required ahecto. The Contr.:lctor '.Iill provide ;]11 programming blocks used. In- -- Trenching Requirements ^ll trenching for this project .J.t the O. N. Stevens W.J.ter Tre.J.tment Pl.J.nt oh.J.ll be performed using ;] backhoe or h;]nd digging due to the number of cxisting underground obstructions. No trcnching Rl.J.chines shull be allo'./ed on the project. A-36 Other Submittals (Revised 9/18/00) ~~Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City transmit six (6) copies of each submittal to the City Engineer or his designated representative. The City Engineer will retain three (3) copies. b, Reproducibles In addition to the required copies, required above, the Contractor shall also submit one transparency for all shop drawings six (6) copies (1) reproducible C Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form, d Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. 9 variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Section A - SP (Revised 9/18/00) Page 16 of24 Resubmittals Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal , . Distribution' Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report thru Contractor, any inability to comply with provisions. Sampl.es: The Contractor must submit samples of finishes from the full range of manufacturers I standard colors I textures, and patterns for City Engineer I s selection. T~s!:-. andg~<3:i! Re:f)ort When specified In the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the_J ~latec!~~mentwill~not be apprc>yed for use on the proj ect. A-37 Amended "Arranqement and Charqe for Water Furnished bv the Citv" Under "General provisions and Requirements for Municipal Construction Contracts", B 6_-15 _~rra~ment an~Charg~~()I_Vl~ter_ Fu:rnished by the City, add the following: "Arrangements for the use of City Water includes the payment of the appropriate deposit(s) for fire hydrant meter(s). City Water Department forces will install the meters and move them from location to location based on the contractor's request. Arrangements to move fire hydrant meters must be made a minimum of one week prior to the need to move the meter. The Contractor is hereby advised that other Water Department activities take precedence over the moving of fire hydrant meters. The Contractor shall schedule his work or arrange for a suffi ient number of fire hydrant meters so as not to delay the progress of his work "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implement ing water conservation measures established for changing conditions. The Clty Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker I s Compensation Coveraqe for Buildinq or Construction Proiects for Government Entities The requirements of "Notice to Contractors B'" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance (NOT USED) The ioou.:lnce of -a-€ertific.:lte of oceup,),ncy for improvemento doeo not conotitute fin,),l ,),cccpt,),nce of the improvemento under Ccner,),l Provioion B 8 9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite Section A - SP (Revised 9/18100) Page 17 of24 A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify C::mtractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day. A-42 OSHA Rules & Requlations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agent from any and all damages, injury or liability whatsoever, from an act or omission of the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the City, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Chanqe Orders (4/26/99) Should a change order (sl be required by the Engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's cost and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by t~be Contractor as the basis for the price of the change order. A-45 As-Built Dimensions and Drawinqs (7/5/00) a Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. b Upon completion of each facility, the Contractor shall one set of direct prints, marked with red pencil, dimensions and locations of all work constructed. As a drawings shal include the following: furnish Owner with to show as-built minimum, the final Horizontal and vertical dimensions due to substitutions/field changes. ]j. Changes in equipment and dimensions due to substitutions. IjL Deletions, additions, and changes to scope of work. lV. Any other changes made. Section A - SP (Revised 9/18/00) Page 18 of 24 A-46 Disposal of Hiqhlv Chlorinated Water (7/S/00) (NOT USED) The Contractor ohall bc reoponoible for the diDpooal of yater uDed for teoting, dioinfection and line fluohing in an approved manner. Contaminanto in the ~later, F'dFH-cularly high levelo of chlorine, '.<ill be uDed for diDinfection, and may exceed toe permiooible li~n-f.er diocharge into \:etlando or environmentally oenoitive ,)reao. TheDe arc regulated by oumerOUD agencieo ouch ao nrncc, EI\."., etc. It '..-ill be the Contractor'o reoponoibility to comply ~lith the requiremento of all regulatory agencieo in the diopooal of all~er uoed in the project. The methodo of diopooal shall be oubmitted to the City for approval> There ohall be no oepurate pay for diopoDal of highly chloHfla~,.Jater. Contr.:let;e.r ahall not uoe the city'o aanitury fJC',Jer oyotcm for dioposa-l----Bf--eentaminated '.later. A-47 Pre-Construction Exploratory Excavations Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the proj ect and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. Fur existlng pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pLpelines 3.t a maximum of 300 feet O.C. and Contractor shall survey the accurate horizontal and vertical locatIons of said parallel pipelines at 30Q-feet maximum Contractor shall. then prepare a report and submi tit to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work 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. Exploratory associated established survey work excavations shall be paid for on a lump sum basis. Any pavement repair with exploratory excavations shall be paid for according to the until price of pavement patching. Contractor shall provide all his own effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7!S/OO) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead '",ires crossing the construct ion route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule WIth regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor s sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A - SP (Revised 9/18100) Page 19 of 24 A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B 8 -11- Maintenance -9uar.anty, add the following: "The Contractor I s guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A.50 Trench Safety 11 the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal forms. A-S~ Existing Manhole Conditions The following information is based on discussions with various current and former City personnel. 1) Manhole 9905 . This manhole was originally constructed with a 6'x6' concrete vaul t and 4' dia brick manhole above it. In 1998, the brick manhole was removed as well as the top of the vault and a 5' dia. fiberglass reinforced manhole installed inside the vault. The excavation was backfilled with cement stabilized sand. Subsequently, the manhole began sinking necessitating emergency repairs These repairs consisted of the removal of the fiberglass manhole and the vault to the base, placing additional concrete to expand the base, placing an 8' dia. fiberglass manhole, and backfilling the excavation with cement stabilized sand. The connected lines have been rehabilitated by the pipe insertion method. The 48" concrete pipe has a 42" Hobas pipe liner and che 30" pipe has a 27" Vylon liner. The annular spaces between the two pipes wese filled with grout. 2) Manholes 10359 and 10369 - These manholes were originally 4' dia. brick manholes. In 2004, these manholes were rehabilitated by insertion of 42" dia. fiberglass manholes and filling the annular space with grout. The connected lines have been rehabilitated. At MH 10359, the downstream 30" line has a 27" Vylon liner and the upstream 24" line has cured in place liner. The 12" line has not been rehabilitated. At MH 10369, both lines have cured in place liners .. A-52 Dewatering Sods investigations near Manhole 9905 indicate the presence of groundwater. However previous work on this manhole was accomplished with the use of multiple electric pneumatic pumps. The contractor shall be required to adequately control the groundwater to provide a solid foundation. Should well pointing be required, payment will be made at the contract unit price for Well Pointing as listed in the proposal. Payment will be made at the unit price per linear foot of header pipe installed. Payment shall be full compensation for all Jabor, materials, tolls and incidentals necessary to complete the installation operation and removal of the well point system. Water removed form the excavat ion shall be disposed of into the sanitary sewer system. The contractor shall contact Mark Shell at the Wastewater Department (857- Section A - SP (Revised 9/18/00) Page 20 of 24 1817) to ,jbtain a no cost' permit for the discharge. The permit requires an estimation of the quantIty of flow being discharged into the wastewater system. ~-53 Bypass Pumping Operations Based on prior cleaning operations in the area, the lines in the project area are f Lowing approximately one-hal f full during average daily conditions. Bypassing pumping wi1l be required. The bypass pumping system shall be capable of handling the flow conditions at all times. The contractor shall neither anticipate nor expect assistance or advice from the City of Corpus Christi Wastewater Department staff/personnel and shall be wholly responsible for the operation and maintenance " all bypass pumping se/stems. t shall be the contractor's responsibility to design and submit for City approval a bypass pumping system plan. prior to its installation. At a minimum, the bypass pumping system plan sha 11 incl ude: 1) Size. type, and rating of pumps 2) Size and type of inlet and discharge piping ])Approximate location (schematic) of bypass line routings if different than the recommended bypass line loutings shown on the plans. 4) General arrangement/type of additional support equipment A-54 Pavement Restoration and Project Clean Up It is the Intent of the plans and specifications that any and all areas within the ] Imits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to construction. Where asphaltic pavements are excavated or damaged, they shall be replaced with the same types and thicknesses of materials as the existing pavement. Where concrete pavements, sidewalks, curbs, etc., are damaged, the replacement shall as a minimum conform w.lth the City standard details and standard specifications available on file with the Department of Engineering Services. For work within TXDOT right of ways, the pavement repairs shall conform to their standards. If the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure{s) Restoration of all improvements as described above shall be l accordance with appl1cable City standard specifications, as determined by the Engineer All lawns or other grassed areas, concrete or asphalt driveway, vegetation area disturbed by construction operations for the items mentioned above shall be ,estored to ts original condition unless directed otherwise by the Engineer The Contractor may be requ.lred to perform "clean ups" of the entire project or sections of the proj ect during the course of construction, as directed by the Engineer Upon completion of construction, the Contractor shall perform a final c ean up of the entire project again as directed by the Engineer. Unless shown on the proposal as a unit bid item, all site restoration and project - ean-up shall be considered subsidiary to the various bid items, therefore, no d rect payment shall be made A-55 Cleaning of lines Upon completion of the repairs to the lines and manholes, the man holes and adjacent lines shall be cleaned and televised in accordance with Technical Specifications 27900-T and 27901-T Additionally the line along Navigation Boulevard from Old BrownsviJle Road to Bear Lane shall be cleaned and televised. Section A - SP (Revised 9/18/00) Page 210124 A- 56 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engi neer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are 3C discovered and reported before the work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractor's :;')st, the Contractor shall be compensated for such increase in cost as provided e sewhere. rhe Contractor shall bear the expense of correcting any errors and omissions on the d,-awings or specifications, which are not discovered or reported by the Contractor p.t lor to construction and which, in the opinion of the Engineer, could have been dLscovered by reasonable diligence on the part of Contractor. It is the intent of r::his Contract that all work must be done and all material must be furnished in dccordance with general Ly accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. A. 57 Lack of Information [j the Bidder feels that there is insufficient information in order for him to prepare his bid and/or construct the work, he is required to make a written request for additional information. All costs associated with the pre-bid investigation shall be borne by the Bidder, with no compensation from the City. The Contractor shall not use the lack of information as a basis for requesting extra compensation. A-58 Amended General provisions B-2-7 Preparation of Proposal The Bidder has the option of submitting a computer-generated printout in lieu of the Proposal Sheets showing the Bid Tables. The printout will list all bid items including any options and additives) contained on those sheets. The printout will be substantially in the form attached to these specifications. If the Contractor chooses to submit a printout, properly completed remaining pages of the Proposal shall accompany the printout. In addition, the printout shall contain the following statement and signature immediately following the Bid Summary: (Contractor) certifies that the unit prices shown- on this- prirltout for -bia.- items (including any option and additive) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this printout. .. . .... (Contractor) acknowledges and agrees thatthe-TotalBidAmountshown willbe read as its Total Bid; and further agrees that the official Total Bid amount will be determined by multiplying the Quantity (Column II) in the Proposal by the corresponding Unit Price (Column IV), and then Totaling all the extended amounts. (Signature) (Title) (Date) Section A - SP (Revised 9/18/00) Page 22 of 24 A-59 Measurement and Payment of Subsidiary Items of Work Unless specifically included in the Proposal, the measurement and payment tequirement:s indicated n the individual standard specifications for any work do not apply, and the cost of this item of work shall be included in the cost of the item ~ work tr which it is subsidiary. Section A - SP (Revised 9/18/00) Page 23 of24 PROJECT, SUBMITTAL TRANSMITTAL FORM SANITARY SEWER MANHOLE REPLACEMENT- OLD BROWNSVILLE ROAD/ OMAHA ~R IVEJ.f I TY PROJECT NO. 7335 ) OWNER: CITY OF CORPUS CHRISTI ENGINEER: HDR ENGINEERING.{_INC-.:.._._ CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL ~--'-------'- -_.._._---~-_. --_.~_._-_..- --- -'... ~- --- --- -- -~_'__ .__ ... ___.w_______~____ --"-"'-"'~'- -- _._--~ --.---_.._ - _n _.._______ Section A - SP (Revised 9/18/00) Page 24 of 24 A TT ACHMENT I SAMPLE COMPUTER GENERA TED PROPOSAL SHEETS SAMPLE COMPUTER PRINT -OUT DEL MAR AREA STREET IMPROVEMENTS PHASE rn OCTOBER 23. 1996 (YOUR COMPANY'S NAME HERE) I n ill IV V Bid Item Qty. Item Description Unit Price in Bid Item Ext Units FilM'CS Qtv. X Unit Price AI 37.475 SY Street Excavation 00.00 00.00 A2 5,033 SY 68 Cement STEL Salvage Base 00.00 00.00 Etc. Etc. Etc. 021 33EA Manhole Inserts 00.00 00.00 Sub- Total Base Bid "0" Items (Items DI-D21) Sub- Total Base Bid" A" Items: $ Sub- Total Base:: Bid "B" Items: $ Sub-Total Base Bid "e" Items: $ Sub. I otaI Base Bid "D" Items: $ Iotal Base Bid Items: $ Attachment No. 1 Page 1 of 1 SUPPLEMENTAL SPECIAL PROVISIONS (NOr-r USED FOR THIS PROJECT) SECTION C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of2 eneral DecisIon Numbe TX030039 06/13/2003 TX39 Jperseded General DecJsion No. TX020039 ate TEXAS JDst ruct cn Type' HEAVY unt'y' (le.'. JECE:c; SAN [)ATR::C1 () ~~AVY CONSTRUCTION PROJ~CTS (including Sewer and Water Line nstructlon and Dralna:je Fro:jecc.s) tvlc'(hflcatJ)n Number o Publication Date 06/13/~:O(J3 CCUNTY lies) NUECES SAN P:,TRICIC ~; iTX2052A L2/0J/ICJg' CARPENTERS ExcludIng Form c'ttlnq) Rates Fringes $ 9.05 C0NCRETE FINfSHER 7.56 EU"CTRTCIAN 13.37 2.58 LAHORERS: . orruno n 'lllty 5.64 7.68 POWER EQUIPMENT OPERATORS backhoe ~'1otor Grader 9.21 8.72 WELDERS - Receive rate prescrIbed for craft performing ope! ation tc which weldinq is incidental. ---- ---- -- --- - -.------ -------------------------- Unl sted clctSSifications needed for work not included within the scope at the classifi:ations listed may be added after award only as provided in the labor standards contract clauses (L'3 CFR 5. 5 (a) (1) (i i I ) . --- - -- -- --- ---- - -. -------- - --------- ----------------- Ir he listillCJ above, the "SU" desIgnation means that rates lis.ed under that identif er do not reflect collectively barqained wage and frillge benefit rates. Other designations indJ c:ate uniuns whose rat's have been determined to be PrE'\ aillng. WAGE D~TERMJNATION APPEALS PROCESS 1.) Has thero been an Initial decision in the matter? This can be * 3r existIng published wage determInation * 3 survey underlying a wage determination http://www. wdoI. gov/wdol/scafi les/davisbacon/TX39 .dvb R/Q/')O(), Page 2 of2 'l Wage and Hour Division Letter setting forth a POSItJOn on a Vlage de~ermlnation matter · -i conf:)nnance iaddlti 'nal clJssif1cation and rate) '1.1l1nc; Surve; elated matte; s, Lnl'~ial :ontact, including requests F r summar res of survey~' sh:::lu I d be with the Wage and Hour :~'~,:;ional Office for the3.red 1:1 wruch the survey was conducted b' :ause 'h, 5e Regional ffices have responsibility for the ).] is-Baco: survey progl am. 1 t the response from this initial ntacl lS not satisfactory, then the process described in 2.) <Ii j 3. 'h"uld be f.::)]Lov'ed. Wl h regard to any other matte] not yet ripe for the formal pr'cess described here, lnitla] contact should be with the Branch (lr '::onstruction Wage Det'?rminat lons. Write to: Branch of Construction Waqe Determinations Wage and Hour DiviSion U. S. l)epartment of Labor 200 Constitution Avpnue. N. W. Washinqton, 0 C 021 2. If the rlnswer to the question in 1.) is yes, then an interested party (those lffected by the action) can request re~lew and reconsiderati 'n from the Wage and Hour Administrator (5'~p 29 CFR Part]. 8 and 29 i:FR Part 7). Write to: Wage and Hour Administrator U.S. Departmenr of Labor 2 0 Constituticn Avenue, N. W. Washington, D. C. 20;'10 Tiw request should be accompanIed by a full statement of the irlterested party's position and by any information (wage payment dat el, prOJer.t descriptior. area pract Lee material, etc.) that the requestor considers relevant to the issue. 3 ' If thE decision of the Administrator is not favorable, an interested party may appedl directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: AdministratIve Review Board U. S. Department of Labor 200 Consti1~utiorl Avenue, N. W. Wa.'.;hington, D. 0210 4.) r\II decisions by the l\dministrati ve Review Board are final. [,NO Of' GENERAl DECISION http:'!www.wdol.gov/wdol/scafiles/davisbacon/TX39.dvh Q IO/')flfI-C A G R E E MEN T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THI~ AGREEMENT LS entered into this 25TH day of OCTOBER, 2005, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, 3cting throuah its duly authorized City Manager, termed in the Crntracr:: i)ocuments as " it y," and Big State Excavation, Inc. termed in the Contract Documen's as "Contractor," upon these terms, performable in N,leces CO'mty, Texas: In crlnsideration of the payment of $1,093,730.00 by City and other 01: L iga t io s of City as set out herein, Contractor will construct and complete ertain improvements described as follows: SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE PROJECT NO. 7335 (TOTAL BASE BID + ADO. ALT. No.1: $1,093,730.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prlces and conditions set out in their attached bid proposal supplying at their expense such materials, se rvices / labor and lnsurance as required by the attached Contract Do(;uments, including::)Verseeing the ent ire job. The Contract Documents in lude this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related I , documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 i H'-JL "- (/ ..:i":J CIX~ OF CORPUS CHR~STI BAN;[TAR~ SKnR. KARBOLB UllLACaMBN'r OLD DItONB8V'ILLB ROADI OIDUIA D:QIVlil I II III IV V j UNIT PRZCJE BID ITEM EXTENSION BID QTY & , (QTY X UNIT PRICE ITEM UNIT DBSCRIPTION IN FI!1t1RES IN' PXG'tmBS) Mobilization! Demobilization, and 8onds, p-.l ~ complete in place per ~ump' L$ $ ldS,DOo,oo LS Sum . Demolition of Existing 00 A2 EA Manholes, per Each $ '000 - $ '1-"1,000 . 00 --. . Concrete Manhole Support A3 EA Foundation, complete in 't'30D ~ place per ~ $ $ '2.') 9.00 # 00 f-- Drilled and Cased Concrete 271 Piling, complete in place oC> A4 VF per ver.tical Foot $ ~~O- $ '1~) eSO.OO Special Fiberglass 1 Reinforced Plastic (FRP) AS Manhole r complete in place $ OD J/5~oc~ ell BA per Each 1,5;000 $ f---.-- S'Dia. Fiberglass Reinforced A6 2 Plastic (FRP) Manhole, ElA COmplete in place per Each $ Jl"t JOUQ, dO $ a. b 53 ~J. 60Q,,~ 80 48" FRP Sanitary Sewer A7 LF Gravity Main, COmplete in ~ , 40 2! '=>9 .c.OO ,00 place I per linear foot. S 80 30" PVC Sanitary Sewer A.8 LF Gravity Main, complete in $ lo~2! $ 51,4Do.o-o place, per linear foot. 120 24" PVC Sanitary Sewer AS LF Gravity Main, COmplete in place, per lineal:' foot. ()P ~J 000.00 $ 5'00 - $ f---. 12" PVC Sanitary Sewer 20 AlD LF Gravity Main, complete in $ 00 $ tllaoe, per linear foot. 350- 1) OCsD.o"O All 3285 Clean Sanitary Sewer Gravity $ 4~ $ LF Mains I per linear foot. \ "'3 J 140,1)0 3285 Inspect and Televise A12 LF Sanitary Sewer Gravity $ i~ $ Mains I per .:linear foot. '3, \40. 00 r---- 300 Trench Safety fo~ A13 Excavations, per linear DO LF foot. $ 2- $ (POO,OO BASE BID REVl'Sl!:O PROPOSAL FORM PAGE 3 OF 9 ADDENDUM NO.2 Attachment No. 5 Paa8 3 of 9 CITY OF CORPUS CHRISTI SANI'1'AR.'r SDBD. KAmIOLIll aDLACJIOQr.r OLD BROWNSVtLLB ROAD/ OKABA nnlvm BASE BID ( CONTINUED) -.---.-.-.- T .u III IV V " B:m QTY & WIT PRICE BID ITEN EX~ENSION ITRM UNIT DESCRIPTION IN J'I:GtJRIlS (QTY X UNIT PRICE I:t4 l!'1:GUQS) AJ4 3 Trenoh Safety for $ ~OOO 99 EA Structures, per each $ C[ooo.OO A15 1 Traffic Control Measures, .-9 LS per lumo $um $ '5"000 $ '5000.00 A16 150 Well Pointing I per linear 00 LF foot $ ~O- $ 4'500.00 '"---.--------.....-. TOTAL BASE BID (I~ems Al through A16) t $ 901 ~J30. CO . . REVISID PROPOSJl.L FORM PA.GE 4 OF 9 ADDENDUM No.2 Attaohment No.5 Page4of9 ADDITIVE ALTERNATE NO. 1 ..----1-.. ---r----- III IV V I , II , - ---+- UNIT PRICE BID ITEM EXTENSION :aID QTY & (QTY X ON! T ErRI CE ITEM UNIT DESCRIPTION IN FIGURES IN FIGURES) , f..--__ 1---- I Manhol@ No. 2~26 Replac@m@nt, AAl LS including: · Complete removal of the existing manhole including compl@t@ r@moval of existing foundation. · Install Ctty P%Qvided new 8 ft. d1amete~ fiberglass reinforced polyester (FRP) manhole locat@d at Titan Pipe Co~any, 8213 up Rive~ Road · Install conorete foundation, set at proper elevation to be dete:tminecl in field and approved by Ci ty (&iproximately one (1) ft ad ustment per Geot@chnical R@port · Remove and re~lace eXistinl 36N VCP pipe (w2.th 36" .wc 0 25-C90S pipe and 8" ~ SDR 26 Heavy wall Pi~) up to 50' upstreu and 0' downstream for 36" p1pe and 20' upst.ream a.nd 20' downstream for 8" pipe (inoludin~ lateral tie-ins and all drop connections) · Install a new invert, new frames & oove~s, concrete collar, and flOWable fill · Removal ~ rep1acuuant of pa?...n~~v-..nt repairs with full dep saw cuttill9 of all asphal ~'f'eaent and aiU.nimum 4" o~ pavement repair · :Bypass P~ihi including no.ise eont:to. 0 street: .1nterseotiot\. shall b. blooked. All piping '1::0 he installed balow pav-.ent at int.~BeotiOb. and backfilled with o...nt stabilized .and and oveZ'lay.d wi th a mi..niJnum 4H of RNac pave.ent. · Well pointing/ ineludinq noise contl:'ol · Traffie oontrol · And any other i t-.. reCIUired to pZ'oduoe .. new aaDbol. per Oi ty W..tewat:er St:andard Si:eifications, c~lete, in p aOe, ready to use, per !!!!!!2 LS $ 105,000,00 sum R,li:'\f:t.S8D PROPOSAL FORM PAGI!: 5 01" 9 ADDENDUM No.2 Attachment No.5 Page 5 of9 I II III IV V ~ BID QTY & UNIT PRICE BID ITEM EX~NSION I'1'EM UNIT DElSCRIP'l'l:ON IN FtGURli:S (Q'l'Y X UNIT PRICE l:N Fl:GtmES) "- 50 20~ $ AA2 LF Trenoh Sali~ty $ } 000. 00 "-- Pre and Poet Construction AA3 LS Cl@aning and CCTV $ LS $ 40ro.oo i (ApproX1.ately 200 LF) TOTAL ADDITIVE ALTEMATE NO. 1 (Items AAl-AA3) : $-1 '\O~jOOO. D<2 No~e: Contractor to notify in writing LOCAL AREA Residents seven (7) days prior to commenoinq construotion. REVISED PROPOSAL FORM PAGE 6 OF 5l ADDENDUM No.2 Attachment No.5 Page 6 of9 The ~ntla t r 11 commence work within ten (10) calendar days from j te the\ receive written w K order 1nd will complete same within 180 CALENDAR DAYS after:or:struct !1 is bt=::gun. Should Contractor default, , ntrac'~c ma I ;)E j ae l e f I liqui cia ed damages as set forth in the (' ntrac'::.)ocument~. (::i1~'y wil. f'a ont ract rln current funds for performance of the c ntrac 1n a(~-_~ rdanc with the C ntract Documents as the work pi )gresse'. S.igned ill _~ parts at Corpus Christi, Texas on the date shown ar-,cve. ~. Ci +- Y Secretary J CITY OF CORPUS CHRISTI By: Ronald F. Massey, Asst. Ci of Public Works and Otilitie t~- By: Asst r ~ TO LEGAL FORM: . ( II~ ~K~#lob~+ 1<V-0'r Oir ctor of Engineering Services I / CONTRACTOR Inc. ATTE1fT: (If Corporation) Bi . t. , .' i (Seal Below) - {, " I " " i By: (Not_ L:f Person signing :for co.z:pj;Fat:ion i. not pre.i.e, att. Oopy o:f authorization to sign) \ Tit 1 e: ~t<~~I.:DP ('\T 1553 KUYKENDAHL, STE. 280 (Address) HOUSTON, TX 77090 (City) (State) (Zip) 281/440-8500 * 281/440-8088 (Phone) (Fax) Agreement Page 2 of 2 llJ]Q~:3(P_~.. AU1HO~ILI / l;i)/}V( BY COUHC4l._....... ..V.k.:lf_.) '.SECIITt~1Vl/ ,r-""._.L_. ~ '_' ......J PRO P 0 S A L FOR M FOR SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE OgP.ARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM PJ\GE 1 OF 9 ADDENDUM No.2 Attachment No.5 Paae 1 of 9 PRO P 0 S A L Date: C \ 't"t\ 0 -e: c...oCU' ()~ C ~l~ \o/rLJos Place: Proposal of 'SIb <;''A-TE ~\lAJ'loNJ ING a Corporation organized and existing under the law~ of the State of 1t. '1-..~c;__~___. OR n rartflerofiil!! er I l"ltH ".ri e.ua 1 eleir!g s1:laiftcss as TO! The City of Corpua Christi, Texas Gentlemen: The undersigned hereby propOSes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: SA.NIT ARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to. WIt: ~JW:rSBD PROPOSAL FORM PAGE 2 OF 9 ADDENDUM No.2 Attaohment No. 5 Pane 2 of 9 r--UL -::J"':' CIXY OF CORPUS CHRISTI SANITARY SBWZIt DDOLB UPLACIDOIN'r OLD BRO'HHSVILLB ROAD/ OIDUIA .o:aI'\.P1ll i'=.- I I II III IV V r I BID ITEM BXTENSION i UNIT PRICE BID Q'I'Y & i (Q~ X ~XT PRICE I ITEM UNIT DBSCRIP'I'ION IN F!<;O'RIlS IN P:r:G'(I'~BS) Mobilization, Demobilization, and Bonds, Al complete in place per ~ump' LS $ <d S,OOO. 00 LS Sum - - Demolition of Existing 00 A2 EA Manholes, per Each $ 1000- $ 1. .., J 00(;:) . 00 ~,.. . Concrete Manhole Support AJ EA Foundation, COmplete in 2SJ place per ~ $ 't'3oo $ 7.'1,9.00 # 00 ~_._.. Drilled and Cased Concrete A4 271 l?ilingl complete in place 00 VF per ver.tical Foot $ "3~o - $ Q<\leSO.OO Speoial Fiberglass 1 Reinforced Plastic (FRP) A5 Manhole, complete in place $ oQ J/5';OCc:" O(J ~ per Eaoh 11S:OOO $ S'Dia. Fiberglass Reinforced "" A6 2 Plastic ( FRP) Manhole, SA complete in place per Each $ Il't lOUO. dO $ -a b t~ C)OQ,,~ 80 48" FRP Sanitary Sewer Ai LEi' Gravity Main, complete in <: ".(0 2! ~q 400,00 place, 'Per linear foot. ~ 80 30" PVC Sanitary Sewer AS LF Gravity Main, complete in $ ~<OO2! $ 5"1' I 400. 0'0 place, per linear foot. 120 24" PVC Sanitary Sewer AS LF Gravity Main, complete in place, per linear toot. ()O Ceo,OOO.OO $ 500- $ "---. .20 12" PVC Sanitary Sewer AID LF Gravity Main, complete in $ 00 $ plaoe, per linear foot. 350- .) 000.0-0 All 3285 Clean Sanitary Sewer Gravity $ 4~ $ LP Mains, per linear foot. \ 3. 140.1)0 32$5 Inspect and Televise A12 LF Sanitary Sewer Gravity $ 1'~ $ Mains, per linear foot. \3,\4(.0.00 300 Trench Safety fo~ A13 Excavations, per linear ()O LF foot. $ 2- $ v,OO ~OO BASE BID REV!Sl!:D PROPOSAL FORM PAGE 3 OF 9 ADDeNDUM NO.2 Attachment No.5 Paae 3 of 9 CITY OF CORPUS CHRISTI SANITARY SEWBR 14QOLB Ui~CBMQT OLD BROWHSVtLLB ROAD / 0JWrA. :DIUVil BABE BID ( CONTINUED) ---------. ------...... I II III IV V - BID Q'I'Y & WIT PRICE BID ITEM EX~ENSION ITRM: UNIT DESCRIPTION IN l"IGURBS (QTY X UNIT PRICE .-..- l~ Il'1:G11.US) A14 3 Trench Safety for $ ~OOO gg EA Struotures, per each $ GfOOO.OO A15 1 Traffic Control Measures, .tiI LS per lumtl sum $ '5000 $ -5'000,00 AJ.6 ISO Well Pointing I per linear 00 L-. LF :foot $ ~O- $ 4'500,00 "'-.-- ~OTAL BASE SID (I~ems Al through A1G)f $ 90l.J30. CO - . REVJ;SEO PROPOSAl. FORM PA.lJE 4 OF 9 ADDENDUM No.2 Attaohment No.5 PSAe 4 of 9 ADDITIVE ALTERNATE NO. 1 ...--.----- ...-.. -.-.---.------.-. r II IXI IV V .~ _.~ -.-...--- UNIT PRICE BID ITEM EXTENSION aID QTY & (QTY X ONIT PRICE ITEM UNIT DESCRIPTION IN FIGURES IN FIGURES) --- Manhol@ No, 2226 Replacem@nt, AAl LS 1n~ludin9': · Complete removal of the existing manhole including campl@~@ removal of existing foundation. · Install City p~ovided new 8 ft. aiameter Fibe~glas$ reinforoed polyester (FRP) manhole loca~ed at Ti~an Pipe Oompany, 8213 Up River Road · Install oonorete foundation, set at pr~er elevation to be dete~ned in field Bnd approved bt Ci ty (a~proxima ely one (l) ft adJustment per Geoteohnical Report · R~ove and re~laoe eXi8tin~ 36H VCP pipe (wJ.th 3fJ" PVC D 25-C905 pipe and 8" ~ SDR 26 Bea"'Y wall pipe) up to 50' upstre_ and 50' cIOwnstr81lnl for 36" J?.1pe and. 20' upstream and 20' downstream for 8" pipe (inoluding lateral tie-ins and all drop oonn@c~ions) · Install a new invert, new frames & oovers, conorete collar, ~nd flowable fill · Removal ~ rep1aolllllent: of pa".....nt./P."....nt :repairs with .full depth saw cutting of all asphd~veaent and minimum 4~ of pavement repair · .Bypass ~,:!inl including no.18. eon ro. 0 street: intersections shall be blocked. All piping ~o he installed ~low aav-.ant at int.erseoti0ft8 an backfilled with o_nt stabilized sand and overlayed with a minimum 4N of RM&c pavement. · Well pOinting, inoludin9 noise oontl:'ol · Traffic control · And any other itQs required to produoe . new "'Dhole per CitY W..tewa1:er Standard Sr:eifioations, oomplete, in p 80e, ready to use, per !!!!!2 LS " 16'5,000,00 ZIlum 'R.lt'\fI $13,1;> PROPOSAL F"ORM PAGE 5 OF 9 ADDENDUM No.2 Attachment No.5 Pelge 5 of9 I II III IV V BID QTY & UNIT PRICE BID ITEM EX~ENSION ITEM UNIT DESCRIPTION IN FlGURJi:S (QTY X UNIT PRICE tlf Fl GORE S ) --.--..., 50 20~ AA2 LF Trenoh Safety $ $ 1000. 00 Pre and Post Construction AA3 LS Cl@aning and CCTV $ LS $ 4oro. DO (ApproXi.ately <00 LF) ----....-...--. TOTAL ADDITIVE AL'l'ElUfATE NO. 1 (Items AAl-AA3) : $-1 <\0 ~~ f)OO. D9 Note: Contractor to notify in writing LOCAL AREA ReSidents seven (7) days prior to oommencinq construction. REVISED PROPOSAL FORM PAGE 6 OF 9 ADDENDUM No.2 Attachment No.5 Page <<) of9 Ii } ii) f.-L 151 'i5b U7131 tK:;H t~U:..K If'llJ Id.1 OOi PAGE 31/33 The undersigned hereby declares that he has visited the site and has carefully sxamined the plans, specifications and Contract documents rslating to the wo:z:k covered by his bid or bids, that he agrees to do the wcrk, a.nd that no representations mads by the City are in a.ny sense a warranty but are mere estimates for the guidance of the Cont~actor. Upon notificatlon of award of contract, we will within ten f 10) :,alendar days execute the formal contract and will deliver a ?erf~rmance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount elf 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the 1elay and additiC':1hal work caused thereby. Mino~itylMinority SUsineaa Enterpriae Pa~t1~1pation: The aPP~~ent low bidder shall, within two daY8 (five days for Contrac~o~s Outside Nueces County) of receipt of bids, submit to the City Engineer, in writi~gr the names and addres~es of MBE firms participating in the i~ontradt and a description of the work to be performed and its dollar '.;alue for bid @valuation purposs." Number of Signed Sets of Doc~ants; The contract and all bonds will be prepared in not less than four count~~part (original signed) sets. Ti~e of C~letion: The undersigned agrees to complete the work within 150 calendar days from the date designated by a Work Orde~ if only thelSas~ Bid is awarded. If both the Base Bid a.na Additive Alternate No. 1 are awarded, the und~~aigned agrees to dompi~te the work within 180 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessat"}. tooiB and appara.tus, do all the work and, fumish all materials and do everything required to carry out the above mentioned work oO~ered by this proposal, in strict aooordance with the oontract documents and the requirements pertaining there~o, for the sum or sums sbove set forth. .Re~~iPt ot the following addenda is acknowledged (addenda nUmber) '---J1b<;. I) '2.. ... S Sy: Respectfully Name: (SEAL - If Ej,dder ~s a Corporatl.OI"d Address: Teleph.one: NOTS= D? not deta~h.bid from other papers. F~ll in with ~nk and submit complete with attached papers. PR.(7j90) RElV1SBD :PROPOSAL P'OI<M PAGE 7 OF 9 ADDENDUM No.2 Attachment No.5 PIAE!' 7019 PAYMENT BON D Bond No. 022017570 STATE OF TEXAS g COUNTY OF NUECES g KNOW ALL BY THESE PRESENTS: THAT Biq State Excavation, Inc. of HARRIS County, Texas, h:,?i naftE' t called ": r iLci:Ja.l ", and Libertv Mutual Insurance Company a c.:: :)oratic orqaY'l~:ec unJ.el thE- laws f the State of Massachusetts aJ du l~ tnoL =.e:1 Li but: li'C:SS ln +-he State of Texas, hereinafter OJ _eo "5 rety",:;rE hc_d anJ :'irrnl Lxnmd ULtO the City of Corpus Cll s t -'-, c: mun i .pi 1 CUJ pi a t 1 i.-,n , [J ece sCour: t y , Texas, hereinafter ca ,eel ,,~ ., y", and u to aJ r'2Jsons, f inns and corporations supplying laJ ,r and mater1a,s lL p'osec:ution c' the work referred to in the a" -:lched untra,-::, n Uk p'C:nal sum of ONE MILLION, NINETY-THREE THOUSAND, SEVEN HUNDRED THIRTY AND NO/100 ($1,093,730.00) DOLLARS, lawful mo f t e [Jr:i t eo S a ti~S, t. be pai d .i.n Nueces County, Texas, for the pa.rnen' )f whi'r: 81m welL 3nd !:r.'uly :'::0 be made we bind ourselves, our hE' - s, e :.: e u t 01 S, ",.::1m n i ,< t r at, t a !1 d 8 11 C e S s 0 r s , j 0 i n t 1 y and severally, fJ tn'lv b nese ::::reser ts: THE CONDITION OF pr.l-lcipa entered In:o Ch!~stl, d2ted the 25TH at': lched a-:d made a p rt THIS OBLIGATION IS SUCH THAT: Whereas, the a certain cont ract with the City of Corpus dav OCTOBER , 20~, a copy of which is hereto here f, for the construction of: SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE PROJECT NO. 7335 (TOTAL BASE BID + ADD. ALT. No.1: $1,093,730.00) NOW, THEREFORE, it: the crin::-ipal shall faithfully perform its duties aneJ ma ke prompt pa '/ment to all persons, firms, subcontractors, corrorations and cl imants supplying labor and material in the prosecutioJ of the wo~k provided for i~ said contract and any and all duJ autho:ized modif ca-ien of said contract that may hereinafter be ma:H:" noti'e of v,;h cr. mcdiEication to the surety is hereby expressly wai' ed, then thi2 ool_gat 0:1 shall be void; otherwise to remain in full fore anc effect. PROVIDED FURTHER, tha'C if any legal action be filed upon this bond, \Te.l Ie shal~ lie i~ NUE::es C unty, Texas. And tLat sa i d su et~ f ',1" V Ci 1 ue re:::ei ved hereby stipulates that no :::ha ge, extensi:lJn of ime, a1 teration or addi tion to the terms of the ':::0:1 " ract, ::)r t (> th "vOl k performed thereunder, or the plans, spe lficati ns, dravJirgs, e-::::., accompar:ying the same shall in anywise affect its obligation ~n thls bond, and it does hereby waive notice of an'! such:::hange I ext er.3io, c f time, alteration or addition to the terms .)f 'le:ont act, oJr tc th v rk to' be performed thereunder. Eayrnent Bond ;'age ] or ~ 'T ~_ Dona ~::: ':J vel meet the requirements of Article 5160, Vev~on's Civil Sta1ut?s f Texas, and ether app~icable statutes of the ST e f rr xa.s. T'le ':.elffiS ""'3imant", "LabDr" and "Material", as used nC"::f,=' 'L In i, ::-. r da' ce Vil '11 ~Hld as de ined in said Article. T e u l.:ler~ lJnf,j gE? t- "esioell': Ln NUf:::e lnd ()I'l i/:t on s':" '\' c i'Jereb." de lc:mated :)y the Surety herein as C>!lr:t,;/ t whom any r equi site not ices may be :'t f E=\roce::s fLay' be had in matters arising _ ) _,vi ded Art. --, .19-1, Vernon I s Texas th de ACjHj '/el ed 1,; - V, ,: U "'l 81 I c't '8 j ~;:", rat::::"',: ')de. Ir Dr IN WITNESS WHEREOF, v Ii L '3 of whi h shav :)e::ieune::i November 05 ::nstrument al: rigina, is executed in ~ caples, each th i 8 the 11th day of I PRINCIPAL I ~jg Stat. "'Cd;t'ool By -hi t:I. l !.~, J~ntrelll President PrInt ~ame & TItle) ATTEST " " (./~ . ~' <.' <.. ./ Secretary (\af\(t C Clr*(p\\ 'FrInt Name) !/ -;~~; /:;. c( y! (/y,L';- SURETY Philin j;laker iD:rJnt Name,! The Resident Agent oE the Surety in Nueces Countv, Texas, Ear delivery of notice and service of process is: Agency: Contact Person: Address: Keetch and Associates J. Michael Rhyne 1718 Santa Fe Corcus Christi, Texas 78404 Phone Number: (361) 883-3803 (NOTE Date ,)f Faymen" fonl n- st (Revied 9/02 - be prior to date of contract Payment Bond Paqe 2 of 2 R~RFORMANCE BON D Bond No. 022017470 STATE OF TEXAS ~ COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT Biq State Excavation, Inc. f HARRIS County, Texas, hE- E?ir,.aft,,'r c:a11eci "1 rincic.a1", a:Jd Liberty Mutual Insurance Company a c - () 0 rat i ( v j r q a rn . e C U :J () e ,[. "' 1 a vi s D f the S tat e 0 f Massachusetts a - ciL. 1 \ t h () r L- e: 1 lY.J S n e s s _ n ~_ hE S tat e 0 f T e x as, her e i n aft e r , ~ Lee "3,;-ety", are hE:lcJ ani firml)! round unto the City of Corpus l, ~s t, mun J pl1, pc ~a t: 1 11 of tJueces County, Texas, hereinafter ca eo ":2 C y", lL hE peLCl LSUTL of ONE MILLION, NINETY-THREE THOUSAND, SEVEN HUNDRED THIRTY AND NO/100 ($1,093,730.00) DOLLARS, lawful money of th Un: t"~d State:", -0 ')e I,a di Nueces:Junty, Texas, for the payment of wh :h s umNe 1 J en ru i +- be ma je we bind ourselves, our heirs, e;.:.- 'ut'L3, administ ra or cndcl.lccessorjointly and severally, firmly b' he e p eserT.s: pr Cft; at: THE CONDITION OF ,cipal entered in'o .st , dated the 27TH jched a' d made a p rt THIS OBLIGATION IS SUCH THAT: Whereas, the a ce rtain cOn'ract with the City of Corpus :Jf OCTOBER , 20~, a copy of which is hereto nereof, for the construction of: SANITARY SEWER MANHOLE REPLACEMENT OLD BROWNSVILLE ROAD/ OMAHA DRIVE PROJECT NO. 7335 (TOTAL BASE BID + ADD. ALT. No.1: $1,093,730.00) NOW, THEREFORE, 2: the principal shall faithfully perform said work in ::icce,rdance Hith tl e plans, specifications and contract documents, ine uding any changes extensions, or guaranties, and if the principal sha I r epa.l rand! ejl ppla ce a 1 de fect s due to f aul ty materials and/or wOlKmanship tha~ appear witt!in a period f one (1) year from the date of comflet ion and accep' ance of improvements by the City, then this JbJ ~ation shal_ be vc ~d; 0 herwise ta remain in full force and effect. PROVIDED FURTHER, that if any legaj action be filed on this bond, Ie,; co shalJ lie in Nue:es C.tmt ,," , Texas. And that said sUlety f r value received hereby stipulates that no :::ha qe, ext'2nsian a':: 1 iInE, a1 t eration or addition to the terms of the 'on :~act, r tc ~h.- v!ark performed ~hereunder, or the plans, spe _fi~a:i0ns, drawin~s, e ~., accompanying the same shall in anywise af~ ~t its 0bligation In thlS band, and it does hereby waive notice of an'; sucn:::hange, ext en i OJ! eft ime, a1 tera t ion or addition to the terms of he ~ont~act, r to the work to be performed thereunder. Per~ormance Bond Fa oe 1 cd '- >,.~ e~" i T h ~:m d .m' =::i IiI .l.::. 'J l en t. ffiEC< the c,=quirements of Article 5160, fexas, and ether applicable statutes of the "=: L, imant", ,. Labo r" and "Material", as used itn a d as deflned in said Article. c:;tatU"':E ~, .- ,J ....___ "td Te ":as . Tr:-~ . e rm ~ el r~ n a (':: [3. n e Tr'j 1[: jer.'S~.t;rLe a rer1'- he2"~eb~/ des____qnatea by~ the Surety herein as : nEge ~ R"sident l:l 1 ue '25 ::: unty t "'Jf:'::lm any requisite notices may be :[e~ 'er d ad on v;ncm;er- l '-:=; f proces~ may be had in matters arising 'ut f SlC surEt';, h :), a:': E vide:i b' "';rt. --:.19-1, Vernon's Texas -' n.:<an 'e C de. onE IN WITNESS WHEREOF, t'll:':' Jlstrument f~ih__c shall be leeme:::: arc :ciglna1. ---.--, 2U.~_ lS executed In ~ caples, each this the 11ili day of November PRINCIPAL , I I B~: : ATTEST I .....' 1'. f .' ([U_ l -< '" ( d i If u' .if>' S-"'rn::>t-arv ~S~ra~~r ~~~\\ SURETY PhiliD ?aker Pr.:.nt Name; Tbe Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service or process is: Agency: Keetch and Associates Contact Person: J. Michael Rhyne Address: 1718 Santa Fe CorPus Christi, Texas 78404 Phone Number: (361) 883-3803 NOTE Da;:e of E'ayment. Bond m st I.:,t be pr io:c to date of cont::cact Fevi,:ed 9/02 E'errormance Bond Faqe 2 of :2 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated, 1680773 LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company'), a Massachusetts stock insurance company pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint JOHN D. COLLADO, RANDALL F. GREEN, ROBERT E. HOLLOWAY, BETHANY L. LOVING, STEVEN E. WHITE, DON WEIDENFELLER, PHILIP BAKER, EDWARD ARENS, RAY GARCIA, JR., DIANA GLADWELL, ALL OF THE CITY OF HOUSTON, STATE OF TEXAS................................................................................. ............... ...... ........ ....... ........ ...... ........... , each Individually if there be more than one named, Its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, anv and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY FIVE MILLION AND 00/100**'***************** DOLLARS ($ 25,000,000.00***** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. .. That thiS power is made and executed pursuant to and by authority of the following By-law and Authorization: ~r 11. ( Q. ~. 11 Jill: ..:~ .- Cll N ~ II) ~.2 ...~ fi ,,2 cal/) O~ ~ .1 0 ~~ fi 0.5 e - 11 l~ Cllt: >11) n ... ;:, . u By the fOilowing Instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: :>. Cll " I/) I/) CI) C 'ii) ;:, .a >- C Cll =5 ~I- >-cn II)W Ee IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of 0 Q. Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 10th day of Februarv , = 0 _~_____ ~ CO) o. ..." Cl)C ~Cll ~i .!eo .co - .. -0) Oc >-CI) ~I -CI) ~.a Cl)o =~ eCP .!::~ -CIO go u..... O~ 1-..... ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact. subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as If signed by the president and attested by the secretary, Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W, Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. LIBERTY MUTUAL INSURANCE COMPANY BY~--st- tW, ~ Garnet W, Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY S5 On this ~ day of February , 2005 , before me, a Notary Public, personally came Garnet W, Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affix~.l~!:~orporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. ,.. .''',<. ". ~~~~nto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year CERTIFICATE BY~~ Ter6sa Pastella, Notary Public IN TESTIMONY WH first above written. I. the undersigned, ASsist~~Secret~ry of Liberty Mutual Insurance Company, do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company, This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed, IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this November 2005 11th day of Liberty Mutual Surety Bond Number 022017570 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by anyone or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 11/15/04 f... Libert): .~ Mutual. Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND OR TO MAKE A COMPLAINT: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Your notice of claim against the attached bond may be given to the Surety Company that issued the bond by sending it to the following address: Liberty Mutual Surety I nterchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the claim office by telephone at: 610-832-8240 Premium or Claim Disputes If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice IS for information purposes only and does not become a part of or a condition of the attached document. It is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code, Effective September 1, 2001 11) 05 i j FAX 361 358 766 _'"" ..._'-'.....~, '..,l.;. k~i '...... ,j" j","""L.1 \...1. I "1\...,/ 141 0 08 r.H~c. ..,jLf ...;l..:'! ft CITY OF CORPUS CHRISTI DISCLOSl.1RE OF lNT~RJtSTS City of Corpu~ Christi Ordhlance 11112, as amended, reJ;j\lire~ all p\ll1lon~ or firm! seeking to do bUQln~s with the City to pro....ide the following nformatil'111. Every que.~tion mu!:t be ~t1,wel'l'!d. rfthe qUf:9tit:>n is net npplic:able, Iln'Wflfwith ClNA[I. VlRMNAME: ""P.,i~~4g ~~ ~ti On ~.: 'TRllEl': /5 S ~ I kp ,.A- ~ h - ,'-10 CI1'Y: #0 \A ~.j. U) FIRM is: 1. Corporation JOY' 2. PartnershIp 0 3. Sole Owner 0 5. Other ~; T><. ZIP: 110Q() 4. Association o DISCLOSURE QUEST.TONS Ifadditiona.l sp~.oe jg t:lecesslUjl, please use the reverse side of this pagE: or attaob separate shee:L Stnte the TlallleS of each 0 employee 0 of the City of COrpllS Christi ltavillg ab C oWllersbjp interest[] Clmstituting 3 "/0 or . IMre of the ownership In the :above namlld OfinnO. NameA] ~__ __ job Tide and City Department (if known) _.__..._-_..._-~-~...._._.- 1. S~t8 the b~me9 (If r,l:leb O.,mcllJD nftbe City ofCorpns Christi hllvine an DowDerJlhip InterestD cDnstituting 30/.. or IIIOre ofthe ownersllip i. tM above Darned DfinnD. NamAi it ~._____..__ Title 3. Stale the D.lUDe5 of each Oboard 1bembel'O of tile City of CorpllS Christi hS'Ir'il'lg an OOWDI!1"SJdp inte..cstD constituting 3% or more of tile ownersldp iR tfu~ above Ramed DfirmO. . NarniV A ___ ___ ___ Board, COlTlmis!liOll or Conunittce 4. State the names of caell eqaployee or officer of 8 OcoDsolmntD Cor die City of Corpus ChriRtl who worlc:ed on any matter rdatell to the object ofthi'l cou....ct lllld hall IIIl o ownership interestO conllltltuting 3% tJr mote oftbe ownenhip in the sbove Ranted L1firmn. _~A ConsultQlt CERTIFlCATE I ClI!I'tiiY that all information provided is true and corr disclosure ofany lntOnnation requestedj and that suppJem Texas as changes occur. Certifying Person: (Type or as oftbe date o(thi15 :.rtatoroent, that I bave n<lt knowmgly withl;lekl s1atements will be pm'mptly submitted to the City ofCorpu.c; Christi, Pre $ i c:l ~^ f Title: Signature of CertifYing Person: Date! -.1'D 1/7./05 I REVIs:sn PROPOSAl.. PORM PAGE S OF 9 ADDENDUM No.2 Attachment No.5 Page a of 9 l~ f.'L\. ) I) .j '> 6( I4J 009 rHl.X.. "::!...J,'.J.:J DEFINITIONS a. OBoard Me:mbetO. A member of any board, commission or committee appointed by the City Council of the City of '--:01'1'1.13 Cbristi, 1'cxas. b.._IEmployccC. Any person emplo,.ed by the City OfCQrpU5 Cf1riAli. Tcxas, e;thF on a full. or part time ba~ls, 1mt not as an. mdependent contractor. ) Q, ] r'irmO. Any en.tity operated for c::a011omi.c gai,r:t, whether professionaL, industrial Qr comml!:["cial and whether established to produce (lr deal with n product or senrice, including but not lindeed. to, entities operated in the form of sole prnprierorship, as self-employed p[;;~on. partrNrahip, c:orpOT,ati,OTl, joint stock company, joint "ent\l1'e, receivership Orttust and entities whioh, for purposes of taxation, are treated as non-profit organi1.atiol'ls, d. rJOffioialO. Tbe Mllyot, me,mbl!rl'; oithc Clty Council, City Manager, Depul)' City Manager, Assistant City Manaj5t:rg, DepartmenL and Division Heads and Municipal Court Judges of the City (If Corpus Christi, Texas. c..JOwnershi.p Intere:::tfJ. L!:gal or equitable interest, wh~1:;r actually c:lt t>Onslruetively held, in afum) including when such interest is lleld tl1rough an agaJt,. trust, estate or holding entity. OConstructively heldlJ ref'erll to holding or control established through voting trusts, pn:JXies or special tcnns ofventur~ or partnership agreE:t'l1cnts. f. !Con5ultEmtC, A.ny person or firm, JUch AI; I!>nginl!:efS and architects, hlted by the City of Corpus Christi forme purpose of professional con9ultation and recommendation. REVISED PROPOSAL FORM PAGE 9 OF 9 ADDI!NDUM No.2 Attachment No, 5 Page 9 of 9 /lCORD~ CERTIFICATE OF LIABILITY INSURANCE OPID M BlGO-Sa 11 15 05 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW PRODUCFR Guaranty Insurance Services p 0, Box 4745 Houston T.X 77210-4745 Phone 713-939-9898 Fax: 866-652-9382 Big State Excavationf lnc Lonqhorn InterestsA nc. 15531 Kukendahl #2~0 Houston TX 77090 v INSURERS AFFORDING COVERAGE NAIC # -------- --- ---[----- Val1e:.'_>'or!1" I"""".once CalIp~ _ _~__ n ~20508 ___ HUc!f>.~liSf>ecialty Ins,_ Co"---- 37079 20443 ~--- 20478 41262 \'8..JR::Q iNSURED \s.IR~::;; ',S.JR::q Corlt~-"-="!:_al Cas_uaJ,ty Canpany Nat~onalFircrnsco of Hartford \..s..)Ri=~ ",S-jRER F TravelerB Lloy~ Insuranoe Co. COVERAGES THE POLICIES OF INSURANCE LISTED BE LOIN HAVE BEE" ISSUED TO THE INSURED NAr.ED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREM:NT, TERMOR CONDITION OF Al\Y CONTRACT OR OTHER DOCUM:NT WITH RESPECT TO WHICH THIS CERllFICATE IAAY BE ISSUED OR IAAY PERTAIN, 1lHE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDI1lONS OF SUCH POLICIES AGGREGATE UMTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS - POLICY EfFECTIVE DATE MIDDIYY rYPE OF iNSURAN POLlCV NUMBER L1M ITS L TR NSRD GENERAL LlABILI~" ':::;l,4;;Ij'tS'i.ioDE X '''~L,"'( / ~ACH OCC.lJRRENCF Sl-....Jl..OO ,000 ::J.il.!9fAt.:;t': IUI'(t':NIt:U PREMIS=S(Eaoccurence) S 50,000_ '<IE.o_EXP (Any one persoo) S 5,000 PERSON_Al_"-J\I)~~RY--0- ' 0 OO,QQ.()__ GENERAL AGGREGATE 2,000,000 PRODUCTS- COMP/OP AGG S 2, OOO,OOQ D x 'COM\I1E"':;-;'A: c;:::NERfI~I1,~ U2072771335 02/01/05 02/01/06 X Contractual Liab -- - X ~s~ r.iquor Liab ::::::N'l A(~RFGATt:: MIT A';;P: ::::~; ;:;:;:::;: --.4---- PO iCY IX PRO- :FCT , <,:>i t/~- -- - c "-lJTOMOBILE _IABIL: 'V X AN' '\U' 02072771.383 02/01/05 i cor~BINED 51NGlE LIMIT 02/01/06 :Faacdden,) ~OOOOO A )'N~,::":_) r"J:=:; I v'" 30Dil y INJURV :P fY persm) SD-~DL_ ~D ..,'OS ~iR;::i) l\:.jTQ<:" Nor-';..(JV\!~,FD .,_'cQS 30DIl Y INJURv (Pel" accident) I $ PROPERTY DAMAGE :P er acci den~ GARAGE LIABiliTY Ai.;TO ONL V - EA ACODENT EXCESSIUMBRELLA LIABILITY -r-- --- B xloCCR C!"'~''''v'!\-JF CSPI-{JM-00517 / t::~:.;:i;:~;:;oooo> ! - - A ,ANV ~ROPRIETCRIP^,llNER!EXE'Cl,T /' WC2(127714)3 OFFICERIMEMBER EXQl. ')~O? v' ~b1.r~~b~s~S bel"" OTHER AGG S S S 4000000 $ 4000000 -.-.--.-. S $ S AN'vA.L.iT,' OTHER THAN AUTO ONLY FAACC 02/01/05 02/01/06 v/ EACH OCCURRENCE AGGREGATE X S 1000000 S 1000000 S 1000000 02/01/05 02/76 E LEACH ACODENT E l DISEAS= -EAEMPLOYE E l DIS=AS= - POLICV LIMIT E Install/BldrRisk QT6603246B752 02/01/05 02/01/06 E Lsd/Rentd t QT6603246B752 02/01/05 02/01/06 DESCRIPTION ~ OPERATIONS! LOCATIONSI VEHICLESIEXCLUSlONS ADDED BV ENDORSEMENTI SPECIAL PROVISIONS Re:Sanitary Sewer Manhole Replacement Old Brownsville Road/Omaha Drive Project No.7335 Additional Insured and Auto Liability Jobsite Per Item 1,000,000 500,000 in favor of City of Corpus Christi as respects to General where required by written contract. V' CERTIFICATE HOLDER I I I CANCELLATION CITCORl SHOULD ANV OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ~L ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT ~LL IMPOSE NO OBliGATION OR LIABILITY OF ANY KIND UPa-l THE INSURER, ITS AGENTS OR REPRESENTATIVES. City of Corpus Christi Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi TX 78469-9277 y I ACORD 25 (2001108) TATlVE / @ ACORD CORPORATION 1 5-20C5 14.2;PM ;POM- eNA :Cy NU~1BE~ 2C7277 33 V" H46 POOl Has (Ed. 01101) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C1. OF THIS ENDORSEMENT FOR THESE DUTIES. /' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE Ti-1S endorsement modifies ,nsuran-:e provided urder the following COMMERCIAL GENERAL L.lARILiT\ COVERAGE PART Name of Person or Organization: Designated Project: SCHEDULE (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) ~ '" i I B. ~ i:l 5i = - ~ ~ == - === == - A WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization, including any person or organization shown in the schedule above, (called additional insured) whom you are required to add as an additional insured on this policy under a writ1en contract Of written agreement; but the written contract or written agreement must be: 1. Currently in effect or becom!ng effective during the term at this pOlicy: and 2. Executed prior !o the "bodily inJUry" "property damage," or "personal and advertising inJUry" The insurance provided to thtJ additional insured IS limIted as follows. 1. That person or organization is an additional insured solely for liability due to your negligence speciflcally resulting from "your work" for the additional insured which IS the subject at the written contract or written agreement No coverage applies to liabililY resulting from the sole negligence of the additional insured 2. The Lrnits of Insurance applicable tD the additional insured are th,:j$8 specitied in the written contract or writter, agraement or in the Declarations of this policy, whichever is less. These limits of Insurance ana inclusive of. and not in addition to, the limits of insurance shown in the Declarations. G - i 4033 , .A (Ed 01/01) 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the definition of "insured contract" under DEFINITIONS (Section V) do not apply to "bOdily injury" or "property damage" arising out of the "products-completed operations hazard" unless required by the written contract or written agreemenl. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of an architect's, engineer's, Or surveyor's rsndering of or failure to render any professional services including: 8. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and spacifications; and b. SupelVisory, or inspection actiVIties performed as part of any related architectural or engineering activities. C. As respects the coverage provided under this endorsement, SECTION IV COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as follows: 1. The following is added to the Duties In The Event 01 Occurrence, Offense, Claim or Suit Condition: Page 1 of 2 5-200: 04 29P~ F ~OM- e. Ac' additional inswred under 'hiS endorsement WI!I as SOO'1 as practicable: (1; Give 'Nntten 'lotic,;; at an OC2,"rrenca or an offense '0 uS which may result ir1 a claim or "suit" :.mder this Insurance; (21 Tender the defense and indemnitY of any claim or "suit" to any ether insurer which also has Insurance for a loss we cover under this Coverage Part' 8'ld (3) AgreE :0 make available any other insurance wrich the additional insured has 'or a .0S$ we cover under this Coverage ParL f. We have no duty to defend or Indemnity an additional ,nsured u"der this endorsement ~/' JII; / ~t" Uti ~ G-140331.A (Ed_ 01/01) T -046 P OOZ Haa I .........._. (Ed.Oi/01) urtil we receive wrinan notice of a claim or 'suit" from the additional insured. 2. Paragraph 4.b. of the Other Insurance Condition is deleted and replaced with the folloWing: 4. Other lnsuranca b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as ar. insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires thaI this insurance be either primary or primary and noncontributing_ Page 2 of 2 5-2005 )4 'OPM ;POM- pcCY NUM8;.rl J2J727 33 H46 P 003 Has -' L,\..::l Uc: l.JO I I .Q<> THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. t / TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE "Tl::s endorsem€l!:[ modiiies Insurance provided under the following " COMMERCIAL GENERAL LIABILITY COVERAGE PART UQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECT!VE LlA8ILl~Y COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE L1A8ILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance aHordsd by this Coverage Part, we agree to ~ail prior written notice of,:ancellation or material change to: SCHEDULE 1. Name: Any perso~ or Qrgan~za~icn that vcu are 2. AddrEl9s: required ~o provide wich n~~ice of cancella LOn cf this ~ 12cy Dnd~r writtsn conLract or agreem~nr . 3. Number of days advance notice: C3 0 /' !Mt. Jt,.j,rI. I CG 02 05 11 85 Copyright, Insurance ServicBs Office, Inc, i 984 ~ I I I ""... - ~ !!!!!! == == =- .. - = == - = " H005 J4: !CPM F ~OM- T-046 P 004/012 F-088 CG24 U4 11 e>::> DOUCY NUMBER: 1J20 U / 13 ) icc icy Period: 02-01-05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS TflS endorsemEnt modifies Insurance provIded under the following: COMMERCIAL GENERAL UABILlTT' COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABiLITY COVERAGE PART SCHEDULE Narne of Person or Organization: BLANKE'I' - S EE ENDOR SEMEN'!' v (it no entry appears above, Information 'equwed to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) We waive any fight of recovety WFJ may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of 'your work" done under a contract with that person or organization, The waiver applies only to the DerSOr or organization shown in the Schedule CG 24 04 11 as Copyrighl. Insurance Services Offica, Inc, '984 . - 5-2005 J4:3~PM FPOM- T-046 P 005/012 F-088 : ~::1:';;;~~~ ~b,t::. i~~:~;;;)~:.: .~;:~~f,::~,;;~~!:~,., \~~ i1.~~t;\ ::; POLICY NUMBBIl U 2-'2771335 " ;':;-~:~~:.....;;:'" n...~ j " .;;..:<~~::}~! ::~:::;~::';~', ;':':r'~-;:,'::,;x:::'\>: INSURED BIG STATE EXCAVATION, lSS?l K0YKENDAHL #282 (SEE ENDT) POLICY CIlAN~S B~K~ WAIVER OF SUBROGATION: This Ch(u~ge Endo;s:'sGment changes the Policy. Flea/3e read it carefully. This Change EndorsGmont is a part of ~our policy and takes effect on the effectl~e date of your Policy, unless anotber &ffectivQ date is snown. ANY ;JERSON OR ORGANIZATIJN ON WHOSE BE:F.A~F YOU ARE: REQUIRED '1'0 OBTAIN THIS WAIVER ~F OUR RIGH? To RECOVER FROM UNDER A WR=TTEN CONTRACT OR hGR EEMEN'I . ~ l!l!!im sa! === ~ ia !!!!!!!! ;II """-" == ~ a = Ml.~ n-( ~r.~ G-S6J15-B {En 11/91) - S-2005 J4:3CPM FROM- PC CY NUMBEqJ';;V,,'"' ':8~ T-046 P.006/012 F-088 '-UIV1H/U:.n'-"&J1.L... IW'oU . 1..t CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAFlEFULL Y. /DESIGNATED INSURED T....:5 endorsernef1t modif:es Ir,suranc" provideo under the following ..j BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOToR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With rsspect 10 coverage provided by this encorsement. Ihe provisions of the Coverage Form apply unless modified by this endorsement This endorsement idenltfies person(s) or crganization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form This endorsement does not ailar coverage provided in the Coverage Form_ ThIS endorsement changes Irle policy effective on the inception date of the policy unless another data isindicated below. ~~~!~~~:!"~~~..ctive ... _~.==-._~OU~'."ig"," By ~. UJ V i LBill State_Excavaton.__ 1:---;:. ~L ___ I (AuthorizeoReprasentatlve) SCHEDULE I Name of Person(s) or Organj.~ti~n(s); I Clty:::f ,"JT"PUS Chn stl / I Departmen": of Eng i ~"aer ng SVC -./ I P.O, Box 9277 I COfOuS Cf"1risti. TX 78469-9',77 L _:~_____ _ ~_ (If no entry appears above, intormatior required to complete this endorsement will be shown in the Declarations as applicable to the endorsement) Each person or organization showr in the Schedule IS an "insured' for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is Ar Insured Provision contained in Section II of the Coverage Form CA 2048 02 99 Copyright Insurance Services Office, Inc., 1998 Page 1 of 1 iiiIiiii =-= .~ ~ ~ 5Eiii: iiE5 == iiii ~ =-= =-= === !!iIi5 ~ - 0-2005 Jt:3:P~ :OCM- A. CO\lerage 1. Any . eased auto' desigrated or described in the Schedule will be considered a cov~red "auto" you own and not a covered "auto" you hire or borrow. For a covered "auto' thats a 'Ieasec auto Who Is An Insured is changed te include as an ",,,sured" the lessor named in the Schedule 2. The coverages provided under thiS endorsement apply to any "leased auto" described In the Schedule until the expiration date shown in the Schedule, or when the 18ssor or his or her agent takas possession at the leased auto" whichever occur'> first. B Loss Payable Clause 1. We wlil pay, as Interest rnay appear, you and the lessor named ;'1 this endorsement for "loss" to a "leased auto". 2. The insurance covers tr El Interest ot the Isssor unless lhe "loss" results from fraudulent acts or omissions on your part ~ I I ~ ! T-046 P 007/012 F-088 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accardance with the Cancellation Common Policy Condition. 2. it you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional DefinITion lIS used in this endorsement: Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" ~eadad to meet seasonal or othSlr needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor CA20011001 Copyright, ISO Properties, Inc.. 2000 Page 2 of 2 - '-2005 Jd" "A ~ ~CM- 1_, T-046 P 009/012 F-088 "OLrCY NtlMBER , 207;:T":'3':'; .; INSURED NAME AND ADDRESS /'B10 S~AT~ EXCAVATION INC, (SEE 8Nn~) y 1S53":' KDYK~NJAHL #28~ H0USTJN, TX '709C l'OLICY CHANGES RNnORSEMBNT EFFECTIVE S/2~/OS 'Thl3 Change Endorsement r;:h~nges the Policy. Please read it carefully. 'this Change EndorseJIlent ill a part of your policy and takes effect on the effe<;tivl;' date of your- PCllicy, tlnless another effectiv8 date is shown. :: ,J ClAY NOTICZ or Cf'_"lCELL"..T10N ThS BEEN AJCE:::l IN FAVOR OF THE / PX.l.OWING: C:TY OF CORFJS CHRISTI DEF&~TMENT OF ENGrN2ERING SERVICES A~TN; CO~TR~CT .~MINISTRATQR F.C. sox 9:2- CORPUS CHRISTI, 'I'X 78469.9277 ~ ;;;;;;;;; iiiiiii ~ 3!Ii!!!5! -::!! Eii51!; - ~ Ml,~ n-( j ~re~ 3 56015-B (ED. 11/91: 1:_: " ' I;: - 5-2005 34:3 PM F ~OM- T-046 P 008/012 F-088 ~,j}J.~r:(::~: ::~:{g:~r:~r~(:)i$~:i\~~I POLJ:CY HmUlE:R . '.' r; (' -, .~.., 7 1 J 8 ~ J .~1 .4 _ ~ I ,;... ,.1 ",' NAME AND ADDRESS BIG ST.l'cTE EXCAVATION, INC. (S:2~ ENCT) 15531 K::YKENDAHL #280 J?OLJ:CY CElAIlGES EHDORS-.sN! EFFECTIVE 06/0~ 05 This Chuge Endorsement changes tho policy. Plaa,88 rea~ it carefully. This Change Endors~ant is a part of you~ pOlicy ~nd takas affect on the aff&ctive date of your Pol~cy, unless another effactiv& data is shown. The ~ollowing Add =ional I~s~=ed(s) ha5~ave) been added: FOrT IF :CA204n ~it~e: DESIGNATED INSURED Nam~ and Address: CITY OF coRPUS CH8IST: i - =- e! ;;:'iiii ill iaii5 . !!iE!: - MJo~H/ ~fe~ G-5601S-B (ED 11/9:: 5-2005 J4:~ PM FROM- T-D46 P.DID/012 F-088 ';:~ii~~r~1iif~~~~L:l~~&~;f,/~;l(: ; ;:U~~;::! E~. ,\";."., ,-;,:.', "," .. ,-,.., ; ';,,::~:~:::-~~~:;~.; ":.")! :.: ~''':::(':''-'--;':{'''r''''''''-'''',,', J.",\"<,', AND ADDRESS BrG S~ATE EXCAVATION. INC. (SEE 8ND~: 1353: KUYKENDAHL #280 POI..:I:cY NO!Ill3El1 U ,,0'7277138' POI..J:CY CHANGES BLAl4l1:E'l' 'WAiVER OF sUBROGATION '1'his change Endorsement changes th8 Policy. please read it carl'lfully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unle~s anoth8r effective date is shown. ANY peRSON OR CSlGANlZATION O!-J TI'IHOSE BEHALF yOU ME REQUIRED TO oBTAIN TRlS WAIVER JF )UR RIGHT ~~ RECOVER fROM UNDER A WRITTEN CONTRACT OR AGREEMENT Ii """""'" ~ iiiiiiii !iiii; iiiE === J ~ ~ ~ d J~n-( I~ V C~afrm an of m. Board ~,a~ G-560lS-B (EO. 11191) iiiiiiiiii ~ --- ~ - === ....... = !!!!! - - '-2DOE )~ "\1 POA- T-046 P 012/012 =-088 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC42 06 01 (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement appl:c~, Gnly \e the i'1su'ance provided by the policy because Texas is shown in Item 3A of the nformation Page. n the event of cancellation or other matenal change of the POliCY, we will mail advance notice to the person or Jlganizatlor .lamed in the Schedule. The nunlber of days advance notice is shown in the Schedule. This endorSlJrns;nt shall not operate dire.::ly or indirectly to benefit anyone r.ot named In the Schedule. Schedule Number of days advance notice: J <] / 2, Notice will be mailed to CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERI~G SVCS j?). BOX 927, CCRPU5 ~RIST=, TX 78469-9177 I M N M ~ ~ ~ This ando(sernenl changeS tile policy to which it is attached and i~ effective 0l"1 tile dale issued unle~s otherwiee slated. (The Information below is raqui(ed only when '.his endo(Sement i5 issu,.o 5ubseqlJ9nlto preparation of the policy.) Endorsement !::r(ccllve 05- 25-05 Peliey No. WC2072771433 / Endo~ament No. Insured ;;:;re ium $ U;~ Big State Excavation. Inc. Insuraf1ce Con1pany Valley Forge Insurance Companfountersigned by ~ 't. /' v we 42 06 01 (Ed 7-84) - =-2005 j~: 2 P!11 FP(M- WORKERS COMPENSATION AND EMPLOYERS L.IAB1LlTY INSURANCE POLICY 7-048 P 011/012 F-088 ~y I". 't..:: v.:> V'1 .... (Ed. 1-00) -- -- ...----..-- ,----_.~.__._-_.. -._~.._-_.__.---...~~ TEXAS WAIVER OF OUA RIGHT TO RECOVER FROM OTHERS ENDORSEMENT TI1S. endorsement applies cnly :0 tie 1r,SL.rarCB provided by 1::8 policy because Texas is shown in Item 3.A of the Information Page We rave the right to recover Dl:r payments trom anyone liable for an injury covered ty this policy_ We will not enforce our right against the ;:larSon or organization named in the Schedule. but this waiver applies only with respect to bodily injury arismg out of the 'Jperations describAd in the Schedule where you are required by a written contract to obtain this waiver from us. This sndorsemen' shall not opGrate directly or indirectly to benefit anyone not named In the Schedule. Tne premium for 'his endorsement IS shown in the Schedule, Schedule 1. )Speci!ic Waiver Name ot Dsrson or organization X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: A::,L TEXAS OPERATIONS 3 Premiurr The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work perormed fer the above person(s) or organization(s) arising out of the operations described, 4 Advance Premium ThiS andors9mant changes the poliCY to which ;1 Is attachad and Is effective nn the date issuad unless otherwise Slated. (The Information below is required only when this endorsement is is&ued subsequent to preparation of the pc:Ilicy.) Endorsement Effective 02/0 1 /05 Policy No_ we 2 07277 1433 Endorsement No. Insured Big State Excavatio!";. Inc, Pramium$ Insuranne Company Valley Forge Insurance Company Countersigned by ~J. we 4203 04 A (Ed. 1-00)