Loading...
HomeMy WebLinkAboutC2005-698 - 12/20/2005 - Approved r r r 2005-698 12/20/05 M2005-437 Coastal Resources S dE C I ALP R 0 V I S ION S SPECIFICA TIONS AND r- f l FORMS OF CONTRACTS AND BONDS ,... , F'O R .. ,... C$NCRETE LIN"ED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 - _. Prepared by: ..... I-i}, - HDR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 36l/857-2216 Fax: 361/857-0509 FOR CITY OF CORPUS CHRISTI, TEXAS STORMWATER DEPARTMENT Phone: 361/826-1881 Fax: 361/826-1889 NOVEMBER 2005 ~,\\\\\\\HUIt II) ~\..,~..~. :c{'(111 ~ ~""*"'~S' ~ -:::::- *.' '.* ;;>/ :::::::*: '.*~ - . . r :::::......................~ ~ CARL E. CRULL ;:::; r-"." 4_........... ,..... .._____ -;::::;. 46706 .::::: :0 -<)'. :..,. ~ ~ 1>.'.-f> <;..(;)..<." '1; O.<'..~!J'tsH.~...~~<v if/, ~ss ....... '/(11 tONAL <linm j jO'J JlfD $ , PROJECT NO: 2247 I r DRA WING NO: STO 528 1 0907921366.21 t 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: December 2, 2005 (l L l..;) Pages: 19 (including cover sheet) Angel R. Escobar, P.E. ~J ~~-t Director of Engineering Services {O (- Subject: Concrete Lined Channel Rehabilitation Airport Ditch, Phase 2 Project No. 2247 Addendum No.2 From: Comments: This fax transmission contains the signed, sealed addendum from HDR Engineering, Inc. The addendum modifies the Special Provisions, adds Narrative Descriptions for Additive Alternates 3 and 4, provides a REVISED Agreement, 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 :=r == ChrIsti ~DENDUM NO.2 I ~~~ December 2, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH, PHASE 2 PROJECT NO. 2247 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. J, SECTION A - SPECIAL PROVISIONS: A. A-3 DESCRIPTION OF PROJECT DELETE: Section A-3 Description of Project in its entirety. ADD: The following section in lieu thereof. A-3 DescriDtion of Proiect The oroiect consists of the removal and replacement of concrete channel liner at multiple locations. (BASE BID - 2.200 S. Y. in 10 locations. ADDITIVE AL TERNA TE 1 _ 1,040 S.Y. in one location, ADDITIVE ALTERNATE 2 - 1.170 S.Y. in one location). ADDITIVE ALTERNATE 3 - repair of approximatelv 90 L.F. of slope failure alonQ the south side of the Horne Road Ditch and ADDITIVE ALTERNATE 4 _ repair of approximatelv 270 L.F. of slope failure on the north side of the Horne Road Ditch includinq all appurtenances and associated work in accordance with the plans. specifications. and contract documents. (See Attachments No. 1 and No.2 for additional description of Additive Alternate NO.3 and No.4) B. 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 following order of priority: Engineering Services P.O. Box 9277 . Corpus Christi, Texas 78469-9277 . (361) 880-3500 ADDENDUM NO.2 Page 1 of 3 1. Total Base Bid (Items A1 thru AS). 2. Total Base Bid (Items A1 thru AS) plus Total Additive Alternate 1 (Items B1 through B7). 3. Total Base Bid (Items A1 thru AS) plus Total Additive Alternate 1 (Items B1 through B7) and Total Additive Alternate 2(ltems C1 through C7). 4. Total Base Bid (Items A1 thru AS) plus Total Additive Alternate 1 (Items B1 through B7) plus Total Alternate 2 (Items C1 through C7) and Total Additive Alternate 3 (Items 01 through 013). 5. Total Base Bid (Items A1 thru AS) plus Total Additive Alternate 1 (Items B1 throuah B7) plus Total Additive Alternate 2 (Items C1 throuah C7) plus Total Additive Alternate 3 (Items 01 throuah 013) and Total Additive Alternate 4 (Items E1 throuah E5). C. A-6 TIME OF COMPLETION/LIQUIDATED DAMAGES DELETE: The first paragraph in its entirety. ADD: The following paragraph in lieu thereof. A-6 Time of Comoletion/Liauidated Damaaes The working time for completion of the project shall be 75 Calendar Days (Base Bid), 120 Calendar Days (Base Bid plus Additive Alternate 1), 160 Calendar Days (Base Bid plus Additive Alternates 1 and 2), 190 Calendar Days (Base Bid plus Additive Alternates 1, 2, and 3), 220 Calendar Davs (Base Bid plus Additive Alternates 1. 2. 3. and 4). 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. II. AGREEMENT DELETE: The current AQreement in its entirety. ADD: The REVISED Aareement in lieu thereof. (Attachment No.3) III. PROPOSAL DELETE: The current Proposal Form in its entirety. ADD: The REVISED Proposal Form in lieu thereof. (Attachment No.4) Engineering Services P.O. Box 9277. Corpus Christi, Texas 78469.9277. (361) 880-3500 ADDENDUM NO.2 Page 2 of 3 Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO, 1 :) III J ) I , I^i. (; .or T f:; r i<:; ""'*'"4.';,,, ~ *"*' . *,' '* ~~ , , ~L r CRI.ILL .... ., -" '.~, .{}', 4671)6 <).. ~.=:: ! ~/',; "0",,:9~ G I 51 t..~\' ~'v<V ~'/ 0 . <', , "~'t:1 . ;;J; I ~\s ION;' l' ','-,~' I, !111.\\ \wl Carl E. Crull, P,E. Vice President HDR Engineering, Inc. ATTACHMENTS 1, Revised Additive Alternate No, 3 Horne Road Ditch Repair Narrative Description 2, Additive Alternate No, 4 Horne Road Ditch Repair Narrative Description 3. Revised Agreement 4, Revised Proposal Engineering Services PrO, Box 9277. Corpus Christi, Texas 78469-9277' (361:) 880-3500 ADDENDUM NO.2 Page 3 of 3 CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH, PHASE 2 PROJECT NO. 2247 HORNE ROAD DITCH SLOPE FAILURE REPAIR ADDITIVE ALTERNATE NO.3 NARRITIVE DESCRIPTION (REVISED) 1. The purpose of the project is to repair the slope failure in the side slope of the Horne Road ditch near Theresa St. (See Location Map in Addendum No.1). The project area begins approximately 10' east of the storm sewer outfall and extends eastward approximately 90'. 2. The repair will, in general, consist of excavation of the slope failure and placement of embankment per the specifications and Typical Section E on Sheet 11 of the plans. Pavement, curb and gutter, and steel beam guard fence shall be removed and replaced as necessary to accommodate the placement of the embankment. The existing pavement consists of 1-1/4" of Hot Mix Asphaltic Concrete (HMAC), a two course surface treatment, 12" of lime stabilized caliche base (1-1/2%), and 6" of lime stabilized subgrade (1-1/2%). Pavement replacement will consist of 4 inches of HMAC, 12 inches of Flexible Base - High Strength, and 6 inches of compacted subgrade. Pavement Replacement shall meet the applicable requirements of Standard Specification 025205. The steel beam guard fence shall be removed as necessary to accommodate placement of the embankment, salvaged and replaced. The contractor shall be responsible for replacement of any lost or damaged components. All components shall conform to the applicable requirements of TXDOT Specification 540 "Metal Beam Guard Fence" and TXDOT Standard Detail MBGF-03A. 5. The Contractor shall install Temporary Erosion Control Fencing downstream of the project site per the detail on Sheet 12 of the plans. 6. Traffic control shall be per the Exhibit in Addendum No.1 Upon completion of the embankment, the disturbed area shall be sodded. 8. Applicable specifications, in addition to those currently in the bid documents are attached. 9. The limits of the water line replacement shall extend from the meter to the fence on the north side of the ditch and shall include any portion of the service line under the pavement disturbed by the excavation and embankment operations. The minimum cover on the waterline shall be 3.5' below finished grade. 3. 4. "7 i ADDENDUM NO.2 ATTACHMENT NO 1 Page 1 of 1 CONCRETE LINED CHANNEL REHABILlTAT-lON AIRPORT DITCH, PHASE 2 PROJECT NO. 2247 HORNE ROAD DITCH SLOPE FAILURE REPAIR ADDITIVE AL TERNA TE NO.4 NARRITIVE DESCRIPTION 1. The purpose of Additive Alternate NO.4 is to repair the slope failure along the north side slope of the Horne Road ditch near Theresa St. (See Location Map in Addendum No.1). The project area encompasses the area opposite the slope repairs included in Addendum No. 1 and extends the length of the corrugated metal retaining fence, approximately 270 linear feet. 2. The repair will, in general, consist of removal of the corrugated metal retaining fence, excavation of the area behind the fence including the caliche fill material and placement of embankment per the specifications and Typical Section E on Sheet 11 of the plans. 3. The temporary retaining fence and posts and caliche material shall be stockpiled along the ditch. Representatives of the Storm Water Department shall select the materials for salvage. These shall be removed by Storm Water forces. Any materials not removed by Storm Water shall become the property of the contractor and shall be disposed of off site by legal methods. 4. The Contractor shall install Temporary Erosion Control Fencing downstream of the project site per the detail on Sheet 12 of the plans. 5. Access to the north side of the ditch can be obtained from Airport Road. The contractor shall confine his access and work area to the area between the existing fence and the ditch. 6 Upon completion of the embankment, the disturbed area shall be sodded. ADDENDUM NO.2 ATTACHMENT NO.2 Page 1 of 1 AGREEMENT THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT is entered into this day of ----, 200 , by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly .Ciuthorized Ci ty Manager, termed in the Contract Documents as "=itv ;f and ...I. , __________ termed in the Contract Documents as "Contractor," upon these terms, performable In Nueces County, Texas: In consideration of the payment of $ by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 according to the attached Plans and Specifications In a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and l.nsurance as required by the attached Contract Documents including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. REVISED Agreement Page 1 of 2 ADDENDUM NO.2 ATTACHMENT NO.3 __.~._ n.........1....f. 0"') The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 75 Calendar Days (Base Bid),or 120 Calendar Days (Base Bid plus Additive Alternate 1),or160 Calendar Days (Base Bid plus Additive Alternates 1 and 2)',0(.190 Calendar Days (Base Bid plus Additive Alternates 1,2, and"6..l/of2~0 Calendar Days (Base Bid plus Additive Alternates 1,2, 3 and 4}to finish job after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contr~ctor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in -1- parts at Corpus Christi Texas on the date shown ---:-- above ATTEST: CITY OF CORPUS CHRISTI City Secretary By: Ronald F. Massey Assistant City Manager of Public Works &-Utilities APPROVED AS TO LEGAL FORM: City Attorney By: Angel R. Escobar, P. E". Director of Engr. Services ATTEST: (If Corporation) CONTRACTOR (Seal Below) By; (Note: If person signing for cOrporation is not President, attach copy of authorization to sign.) Title: (Address) to sign.) (City) (State) (Zip) (Telephone Number) REVISED Agreement Page 2 of 2 ADDENDUM NO.2 ATTACHMENT NO.3 PRO P 0 S A L FOR M FOR CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 DEPARTMENT OF ENGINEERING SERVICES crn' OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM PAGE 1 OF 11 ADDENDUM NO.2 AITACHMENT NO.4 Page 1 of 11 PRO P 0 S A L Place: Date: Proposal of a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and mater ials I tools, and necessary equipment, and to perform the work required for: CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 at the locations set out 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 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 2 of 11 CITY OF CORPUS CHRISTI CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH, PHASE 2 PROPOSAL BASE BID I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) Al 1 Mobilizatlon, Demobilization, LS and Bonds, complete in place I per Lump Sum $ $ A2 2 100 Concrete Channel Liner Removal SY complete ln place per Square Yard $ $ 3, 676 Excavation, complete in place A3 :Y per Cubic Yard $ $ . .'-'.4 3 400 Embankment, complete in place :Y per Cubic Yard $ $ '-'.5 2,100 Concrete Channel Liner, S!! SY thickness complete in place per Square Yard $ $ .\6 1 Erosion Control (Temporary) , ,S complete in place per Lump Sum $ $ -;7 2,470 Erosion Control Sodding, 2Y complete in place per Square Yard $ $ :,8 3,940 Clean Lined Channel, Remove LF vegetation, Herbicide Application, complete In $ $ place, per Linear Foot TOTAL BASE BID (Items Al through AS) : $ REVISED PROPOSAL FORM PAGE 3 OF 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 3 of 11 CITY OF CORPUS CHRISTI CONCRETE LINED CHANNEL RRIU.RILITATION AIRPORT DITCH, PHASE 2 PROPOSAL ADDITIVE ALTERNATE 1 I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) Bl 1 Mobilizat1.on, Demobilization, LS and Bonds, complete in place per Lump Sum $ $ 82 1 060 Concrete Channe 1 Liner Removal SY complete in place per Square Yard $ $ 1 595 Excavation, complete in place 83 -:Y per Cubic Yard $ $ 84 1,425 Embankment, complete in place ~Y per Cubic Yal:d $ $ 85 1.060 Concrete :hannel Liner, 5" >3Y thickness complete in place per Square Yard $ $ 86 1 Erosion Control (Temporary) , LS complete in place per Lump Sum $ $ 87 1,040 Erosion =ontrol Sodding, ,~y complete ill place per Sauare Yard $ $ Total Additive Alternate 1 (I tams Bl through B7) : $ REVISED PROPOSAL FORM PAGE 4 OF 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 4 of 11 CITY OF CORPUS CHRISTI CONCRETE L7HBD CHANNRL RRH&RIL7TArIOH AIRPORT D7TCH. PHASE 2 PROPOSAL ADDITIVE ALTERNATE 2 I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PR7CE IN FIGURES) Cl 1 Mobilizatlon, Demobilization, LS and Bonds, complete in place per Lump Sum $ $ <::'2 1 250 Concrete Channel Liner Removal SY complete in place per Square Yard $ $ L 820 Excavation, complete in place <::'3 -:Y per Cubic Yard $ $ ~4 1. 610 Embankment, complete in place ~y per Cubic Yard $ $ '5 1 250 Concrete ':hanne 1 Liner, 5" Sy thickness complete in place per furuare Yard $- $ '6 "- Erosion Control (Temporary) , 1.,5 complete in place per Lump Sum $ $ 7 1, ] 70 Erosion 'ontral Sodding, S '{ complete in place per Square Yard $ $ " Total Additive Alternate 2 (Items Cl through C7) : $ REVISED PROPOSAL FORM PAGE 5 OF 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 5 of 11 CITY OF CORPUS CHRISTI CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH, PHASE 2 PROPOSAL ADDITIVE ALTERNATE 3 I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) Dl 1 Mobilization, Demobilization, LS and Bonds, complete in place per Lump Sum $ $ D2 480 Excavation, complete in place :y per Cubic Yard $ $ 480 Embankmen t , complete in place D3 ,;Y per Cubic Yard $- $ D4 . Erosion Control (Temporary) , LS complete in place per Lump Sum $ $ [IS 320 Erosion ,:ontrol Sodding, .sy complete in place per Square Yard $ $ IJ6 1 0 Remove and Replace Steel Beam LF Guard Fence, complete in place per Linear foot $ $ [n 120 Remove existing Pavement, S'{ completE' in place per Square Yard $ $ 11.'0 Remove existlng Curb and iF Gutter, complete In place per Linear foot $ $ l' Replace Pavement, complete In <. SY place per Square Yard $ $ REVISED PROPOSAL FORM PAGE 6 OF 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 6 of 11 CITY OF CORPUS CHRISTI CONCRETE LINB~CHANNEL RE~ILITATION AIRPORT DITCH, PHASE 2 PROPOSAL ADDITIVE ALTERNATE 3 ( CONTINUED) I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITBM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRJ:CE J:N FIGURES) DI0 lOO Replace Curb and Gutter, LF complete In place per Linear Foot $ $ Dl1 1 Remove and Replace Water LS Service Line, complete In place per Lump Sum $ $ D12 ~ Reset Water Meter Box, LS complete in place per Lump Sum $ $ '13 1 Traffi Control I complete in LJS place per Lump Sum $ $ Total Additive Alternate 3 (I tems D1 through DB) : $ REVISED PROPOSAL FORM PAGE 7 OF 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 7 of 11 CITY OP CORPUS CHRISTI COlfCRBTB LInD CBANlfBL RBBABILITATIOlf AIRPORT DI-TeH, PHASE 2 PROPOSAL ADDITIVE ALTBRNATB 4 I II III IV V BID QTY & UNIT PRICB BID ITEM BXTBNSION ITEM UNIT DESCRIPTION IN PIGURBS (QTY X UNIT PRICB IN PIGURBS) EI 1 Mobilization, Demobilization, I LS and Bonds, complete in place per Lump SUl!1 $ $ E2 1450 Excavation, complete in place CY per <:ubic Yard $ $ E3 1450 Embankmen t , complete in place I CY per Cubic Yard ---..- $ $ E4 1 Eroslon Control (Temporary) , LS complete in place per Lump Sum $ -- $ E5 1300 Erosion Control Sodding, SY complete in place per Square Yard $ $ -- Total Additive Alternate 4 (Items E1 through E5) : $ Bid Swmnary TOTAL BASE BID (Items Al through A8) TOTAL ADDITIVE ALTERNATE 1 (Items Bl through B7) : TOTAL ADDITIVE ALTERNATE 2 (Items Cl through C7) : TOTAL ADDITIVE ALTERNATE 3 (Items Dl through D13) : TOTAL ADDITIVE ALTERNATE 4 (ltems EI through E5) $ $ $ $ $ REVISED PROPOSAL FORM PAGE 8 OF 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 8 of 11 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estImates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as requlred) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within 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 description 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 withln 75 Calendar Days (Base Bid), 120 Calendar Days (Base Bid plus Additive Alternate 1), 160 Calendar Days (Base Bid plus Additive Alternates 1 and 2, 190 Calendar Davs (Base Bid plus Additive Alternates 1, 2, and 3) or 220 Calendar Days (Base Bid plus Additive Alternates 1, 2, 3 and 4) from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contra~,t documents and the t-equirements pertaining thereto, for 'he sum 01 sums above set forth. Re~eipt of the following addenda is acknowledged (addenda number): Respectfully submitted: Name: By ( SIGNATURE) SEAL - If Bidder is a Correration) Address. (P.O. Box) (Street) (City) (State) (Zip) Telephone: NOTE: Do not detach bid fn)m other papers. Fill in with ink and submit complete with attached papers. PR(7!90) REVISED PROPOSAL FORM PAGE 9 OF 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 9 of 11 8 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME: STREET: FIRM is: 1 5 CITY: ZIP: Corporation 0 Other 0 2. Partnership 0 3. Sole Owner 0 4. Association 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant CERTIFICATE I certify that all Information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. CertifYing Person: Title: (Type or Print) Signature of Certifying Person: Date: REVISED PROPOSAL FORM PAGE 10 OF 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 10 of 11 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. .... "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. REVISED PROPOSAL FORM PAGE 11 OF 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 11 of 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: November 17,2005 , " ~/ Pages: 16 (including cover sheet) From: Angel R. Escobar, P. E. 'I:. ~ Director of Engineering Service Subject: Concrete Lined Channel Rehabilitation Airport Ditch, Phase 2 Project No. 2247 Addendum No. I Comments This fax transmission contains the three (3) page, signed, sealed addendum from HDR Engineering, Inc. Additionally, it contains the two (2) page REVISED Agreement and the ten (10) page REVISED Proposal Form ,. The entire addendum including all attachments (56 pages) will be mailed to your office today. If bidders prefer, they may reserve a copy by phone. Copies will he ready for pick up at Engineering Services after 3 p.m. today. The addendum modifies the Special Provisions, adds various Specifications and Details, provides a REVISED Proposal Form, and provides a REVISED Agreement 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. ~ " / ' ~ ~~~~~ = == ChrIsti [ A~_~ENDUM NO. 1 I .....,.... ~ ..... -...-..~ NOVEMBER 17, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH, PHASE 2 PROJECT NO. 2247 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-3 DESCRIPTION OF PROJECT DELETE: Section A-3 Description of Project in its entirety. ADD: The followinQ section in lieu thereof: A-3 DescriDtion of Proiect The project consists of the removal and replacement of concrete channel liner at multiple locations, (BASE BID - 2,200 S.Y. in 10 locations, ADDITIVE ALTERNATE 1 - 1,040 S.Y. in one location, ADDITIVE ALTERNATE 2 - 1,170 S.Y. in one location) and ADDITIVE ALTERNATE 3 _ repair of approximately 90 L.F. of slope failure alonQ the Horne Road Ditch including all appurtenances and associated work in accordance with the plans, specifications, and contract documents. (See Attachment No.1 A throuQh 1 N for description of ADDITIVE AL TERNA TE 3) B. A-4 METHOD OF AWARD DELETE: Section A-4 Method of Award, in its entirety. ADD: The followinQ section, in lieu thereof: A-4 Method of Award The bids will be evaluated based on the following order of priority: Engineering Services PO. Box 9277 . Corpus Christi, Texas 78469-9277 . (361) 880-3500 ADDENDUM NO.1 Page 1 of 3 1. Total Base Bid (Items A1 thru A8). 2. Total Base Bid (Items A1 thru A8) plus Total Additive Alternate Bid 1 (Items B1 through B7). 3. Total Base Bid (Items A1 thru A8) plus Total Additive Alternate Bid 1 (Items B1 through B7) and Total Additive Alternate Bid 2(ltems C1 through C7). 4. Total Base Bid (Items A1 thru A8) plus Total Additive Alternate Bid 1 (Items B1 throuah B7) plus Total Additive Alternate Bid 2 (Items C1 throuah C7) and Total Additive Alternate Bid 3 (Items 01 throuah 013). C. A-6 TIME OF COMPLETION/LIQUIDATED DAMAGES DELETE: The first paragraph, in its entirety. ADD: The following paragraph, in lieu thereof: A-6 Time of ComDletion/Liauidated Damaaes The working time for completion of the project wiU shall be 75 Calendar Days (Base Bid), 120 Calendar Days (Base Bid plus Additive Alternate 1), 160 Calendar Days (Base Bid plus Additive Alternates 1 and 2), 190 Calendar Days (Base Bid plus Additive Alternates 1, 2,and 3). 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. II. AGREEMENT DELETE: The current Aqreement in its entirety. ADD: The REVISED Aareement in lieu thereof: (Attachment No.2) III. PROPOSAL DELETE: The current Proposal Form in its entirety. ADD: The REVISED Proposal Form in lieu thereof: (Attachment No.3) Engineering Services P.O. Box 9277 . Corpus Christi, Texas 78469-9277 . (361) 880-3500 ADDENDUM NO.1 Page 2 of 3 Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO. ATTACHMENTS NO.1A NO.1B NO.1C No. 10 NO.1E NO.1F NO.1G NO.1H No. 11 NO.1J NO.1K NO.1L No. 1M NO.1N NO.2 No.3 puV! Carl E. Crull, P.E Vice President HDR Engineering, Inc. ;;,ARI .. . 7e6 -<1 ('<l: (' l' .1'" ,--J.<v<V.~ 0",'.. C ISH":.',"" ~:-7'~O ("s . . .' ",G '--):' /} s IONAL '- .ft'7 ! ))1" 0". '\\ I, <i 1'1\1\\\ 1" Horne Road Ditch Repair Narrative Description Horne Road Ditch Repair Location Map Horne Road Ditch Repair Photogr-aph Horne Road Ditch Repair Traffic Control Plan 025205 Removing and Replacing Pavements 025222 Flexible Base - High Strength 025404 Asphalts, Oils and Emulsions 025424 Hot Mix Asphaltic Concrete (Class A) 025610 Concrete Curb and Gutter 025802 Temporary Traffic Control During Construction 026404 Water Service Lines City Standard Curb Gutter and Sidewalk Details TXDOT Standard Specification (Item 540), Metal Beam Guard Fence TXDOT Standard Detail (MBGF-03A), Metal Beam Guard Fence Revised Agreement Revised Proposal Engineering Services P.O. Box 9277. Corpus Christi, Texas 78469-9277. (361) 880-3500 ADDENDUM NO.1 Page 3 of 3 CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH, PHASE 2 PROJECT NO. 2247 HORNE ROAD DITCH SLOPE FAILURE REPAIR ADDITIVE ALTERNATE NO.3 NARRITIVE DESCRIPTION 1 . The purpose of the project is to repair the slope failure in the side slope of the Horne Road ditch near Theresa St. (See Location Map, Attached). The project area begins approximately 10' east of the storm sewer outfall and extends eastward approximately 90'. 2. The repair will, in general, consist of excavation of the slope failure and placement of embankment per the specifications and Typical Section E on Sheet 11 of the plans. Pavement, curb and gutter, and steel beam guard fence shall be removed and replaced as necessary to accommodate the placement of the embankment. 3. The existing pavement consists of 1-1/4" of Hot Mix Asphaltic Concrete (HMAC), a two course surface treatment, 12" of lime stabilized caliche base (1-1/2%), and 6" of lime stabilized subgrade (1-1/2%). Pavement replacement will consist of 4 inches of HMAC, 12 inches of Flexible Base - High Strength, and 6 inches of compacted subgrade. Pavement Replacement shall meet the applicable requirements of Standard Specification 025205. 4 The steel beam guard fence shall be removed as necessary to accommodate placement of the embankment, salvaged and replaced. The contractor shall be responsible for replacement of any lost or damaged components. All components shall conform to the applicable requirements of TXDOT Specification 540 "Metal Beam Guard Fence" and TXDOT Standard Detail MBGF-03A. 5. The Contractor shall install Temporary Erosion Control Fencing downstream of the project site per the detail on Sheet 12 of the plans. 6. Traffic control shall be per the attached Exhibit. 7 Upon completion of the embankment, the disturbed area shall be sodded. 8 Applicable specifications, in addition to those currently in the bid documents are attached. Addendum NO.1 Attachment No. 1A Page 1 of 1 '~'_~"","- I r" I A I I J J ==;1.\8E LOZ!\NC rv1L'I\i\C!PP\L GOLF COuRSE PROJECT AREA ADDITIVE ALTERNATIVE NO.3 1 _I .~---------, " "', \ -~.-- .r--" I' , . HORNE ...!!--. . I '<t N i ' -r---+-- --T-~------_._-;-..__-L 1""-'----'-~- M~Nn~7L~~-1-1bl j' ~ !:f 2.\ l-~ I '::? ~ (Jl ........-- . " CONCRETE LiNED CHANNEL REHABILITATION AIRPORT D/Tl-;H PHASE 2. PROJECT #2247 HORNE RO/,D DITCH SLOPE FAILURE REPAI"! ((-CATION MAF CITY OF CORPUS CHRISTI, TEXAS PAGE: 1 OF:3 DA TE: 11/15/2005 ~ -- - - - - ~"'__.-...AlIl.4" Addendum No.1 Attachment No.1 Page 1 of 1 ..-" .;"~.': -' -. .~-.c.~""''''l-- I I I , .,if '- ,. , .. ~ 'J-,t, t ~"C.. , ' ,~,~. 1" HORNE ROlin DITCH SLOPE FI\ILURE REPAlf DN/1TC' CITY OF CORPUS CHRISTl, TEXAS PAGE: 2 OF 3 DATE: 11/15/2005 ~ -- - - - - - .'U_ , ,. ,. CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH PHASE 2 PROJECT #2247 ~.......'" _--.--,..--..-.,~___. .,.""'........_....~._..llI_. Addendum No. 1 Attachment No. lC Pagel of 1 :J\;. V'/i ~' ~ \ i ---- I" I t>.,,__,,__" G t ( [[ \/,C;:','~ '~Qr;.- --- --"T- ~ _ €! _ _ <E' __:E _ €L ~_ If " . u_u-~,r---- ~ ~ N ~~.T S CW20-5R /~ 48"X48" / ~".. / RIGHT ~ ~ C=6~~D // ~ / 15~~1 R20-2L 48"X60" .-=--tI i ~ORM I (;[\IE I UNI- I LEF~ _ CHA~jNE0,~~;C-oE'v'IC=E5 . = = = = = = = =HORr~E ROAD CE"'ERe F ~, VV' '" c., c~ ~. i- /~ -- .;:.;' 4; CONCRElE _INEL CHANNEL REHABILITATION ~RPORT D~~H PHASE 2 - PROJECT #2247 HORNE F' ;,0 DrrC~t SLOPE fAILURE REPAIR TP,pFFIC SONTRO:" ~ \ ~ err, Of CORPUS CHRISTI, TEXAS PAGE :3 OF :3 O/>,TE: 11/15/2005 END ROAD WORK G20-2A ~ =~i Addendum No.1 Attachment No. 10 Page 1 of 1 ~;ECTION 025205 REMCIINC ANIl f<EPLACING PAVEMENTS (S- ')4) ~SC~RI.PTION rius specI f ication shall govern the removal and replacing of all types of pavement and surfacing OIl streets, roads, alleys, parkways and other places where Indergrouncl facilities ,lre '0 he constructed. ~ MATERIALS ~JIless otherwise specifIed )n the plans, materials and proportions used along "NLth this specification :3hall conform to the respective following specifications: 'Flexible Base Caliche" "Hot Mix Asphaltic Pavement"; "Cold Mix Limestone Rock Asphalt Pa-!ement."; "Concrete Curb and Gutter", and "Concrete Sidewalks and D: L veways" L METHOD OF CUTTING The outllne of the trench shall be marked upon the surface of the pavement to be (:ut, and all cuts into the pavement shall be saw cut as nearly vertical as it is possible to make them. All wlwanted materials removed shall be disposed of by the ~ontractor and shall not be used as backfill material. ~l BACKFILL OF TRENCH EJccav~tion o.nd b~cJ(filling of trench oh~ll be in ~ecord~nce "ith Cpecification "EJccu"Jo.tion & B~cJcfill Utilitieo o.nd Ce....ero. " ;ic REPLACJ:NG STREET PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better replacements. 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavement, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 b6.rs at. 12 each way Any other type shall be replaced with like or better 1> .pl acement REPLACING SIDEWALKS On all sidewalk pavement, the replacement shall consist of a reinforced Class "A" CCIlcrete slab four (4) inches thick. The type of finish for the replaced section dlall be the same as that appealing on the old sidewalk. Replacement shall, in general. be to original 10int or score marks. Reinforcement shall be 4" x 4" _ W~ 9 welded wire fabric She} 1 ~)l asphalt ,:idewalks shall be replaced with c-,,; iche ur'lsphalt '3l11fa,.e L REPLACING CURB.ANIL.g~JTTEg Cn 'ill curb and gutter, t tIe lep}acement shall consist of a section conforming in a: detaIL; to the origInal se"ction or to City Standard if required by the Enqineer Cuts through the curb shall be replaced with Class "B" concrete. freserve oliginal steelmd re2nforce all new curbs with 3 - #4 bars. Adjust qJ~des fur drainage l:25205 RevIsed 12/96 paCJE' 1 of 2 Addendum No. 1 Attachment No. 1E Page 1 01 2 , _ REPAlRJ NG "2_IB-l';J:':L SHUULDF:R0 ,ANj2lTNIMPROVEQ_ STRE~1'~ .,' streets ')r rCl<ld,; without c\lrb and gutter, where a shoulder is disturbed it 31ldll be r' ,;tored to like Ol 1,ettE'1 conditio:,. The shoulder surface shall be led t[, ill acceI!tably staLle ~-ondition. L _ MEA"SUREMENT ANDPAYMEN'l' ." street pavement, dri -.Jeway pavements, sidewalks and curbs and gutters removed ~nd replace~l as specifie<J above shall be ouboidi.:lry foe measured and paid per the ~ppropriatp bid item listed in the proposal. 025205 Revised 12/96 Page 2 of 2 Addendum No. 1 Attachment No. 1E Page 2 of 2 SECTION 025222 FLEXIBL~_DASE __HIGH STRENGTH (S-24Ai _ De", Cril' t i OIl rillS Specit ication shal i gC1ern all work for furnishing and placing Flexible Bilse - High Strength reqllired to complete the project. _~ Materia! The material shall consist of crushed portland cement concrete, crushed asphalt concrete, (Tushed masonr y, crushed gravel, crushed stone, and sand, and shall bp free of vegetation. The material shall be approved by the Engineer. All d.cceptabl e material shall be ;;creened and the oversize shall be crushed and returned tc the screened mat en al in such a manner that a uniform product will pl'lduced Percentaqe Gradation Limits (Before & After Compactlon) Pa~;sing 2" Sieve 10C Passing 1" Sreve Passing 3/8" Sieve40-75 Passing No. 4 Sieve Passing No. 10 Sreve Passing No. 40 SIeve Passing No. 200 sieve 75-95 30-60 20-45 15-30 2-10 b A representatIve sample of the material shall be slaked for twenty-four (24) hours and then the washed minus 40 material shall have: Liqurd Limit (L. L. ) Plasticity Index (P.I.) 25 max. 6 max. . (( A representatrve sample of the material shall be tested in accordance with ASTM (:-131 for abrasion loss. The maximum loss shall not exceed 45%. i d _1\ representat i ve sample of material AASHTU T193 and the CBR shall not standard proctor) AASHTO T99D shall be tested be less than 75 in accordance wi th at a density of 98% " . Testrng The Engineer may accept recent tests of proof of compliance with the above material specification. The City will engage a laboratory and pay for one test ea h gradat,)n, '-'_1,_ P.l., ::;tandard proctor, moisture-density relation, CBR, ani necessary field densJtie:'. The Engineer may call for additional tests at an time The cust of all r,"tests, 111 case of failure to meet specifications, WJ bl':: deducted from th,e' Contra.ctor' s payment The City will pay for proctor an.i soi 1 ccnstant s ,md abraSi on tE'st s, at the rate of one test for each 1,500 025222 Page 1 of 2 R~3/91 Addendum No. 1 Attachment No. 1F Page 1 of 2 ~'luano yal is. 1 f ntract ~l! shal L mate] ial pay t',e cha.nges and this ratio of one tests increase, the .~;t of "ddi t ional tests reguired by the Engineer. t ,;t inc md/or 1 ime admix for small amounts for "h~ Engin"pr may In i.mport an' use, W,j 1 'J. ~ Construction Methods ~ lor to placement. of t,nished true to line "pical se. .tion base, the and gr ade surface of the previous course shall as established and In conformity with be the shown on t he plans. Grade tolerance shall be generally % inch, and highs and eMS must dpproximately balance. Ease shall be delIvered and spread the same day if possible (no later than the ", pxt riay) . 1)e f.a.se shall be mixed as :'eguired to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 6" and compacted to a minimum of 8% of standard proctor density AASHTO T99D at a moisture content of not less t rlan 1% p)int below optimum moisture nor more than 3% points above optimum tnnisture. The surface of the compacted base, after meeting moisture/density requirements, fhall be 1 ightl y scarif ied and primed by tight balding/rolling approximately 15 gallons per square yard of CCS-l Asphalt Emulsion diluted at 1.1. The "..tual amount of emul sion may be varied in the field by the engineer. complet Ion ':Jf compact ion and priming, t he surface shall be smooth and .mform t( lines, grades, and sections shown on the plans. Areas with any leviation In excess of '/4 inch HI cross-section and in lengths of 16 feet flleasured longitudinally shall be corrected by loosening, adding or removing nEtter ial, '-eshaping, and recompact ing by reprlming and roll ing. !\luisture and denSIty shall be maintained until the paving is complete. Measurement and Payment rlc,:wurement :Jhall -Be'~ the :Jquarc.. yard, ao. opecified on the plana. Payment ] nclude:J all matcrial-s, ft~'td.l+y,--.haul ing, labor and equipment to complete. hHfle-sftaHbe mca,)~~:nd paid under other end item, if required. Fr4ffte.-sfia-J1---be- mC<:lour:d by'''-i;fien~llon per ""3qu<:lre )'<:lrd if included in the pTopoo.:ll-:- Measurement and payment shall be made for Replacing Pavement, per Square Yard, as listed in the proposal. 025222 f'age 2 of 2 R-3/91 Addendum No. 1 Attachment No. 1F Page 2012 :;ECTION 025404 A: PHAJTS OILS AND EMUL.SIONS IS-29) __lJE~~RI PTIOIJ IS specit lcatJOn shal gO'eln all work for asphalt cement, cut-back asphalts, mulsi fi ed asphalts, at her rni~-.eellaneous asphaltic materials and latex additives r ,'.quired t ) complete the project .~ --~_._...._---_..- MATERIALS When tested according ta Texas Department of Transportation Test Methods, the ''-Irious materials shall meet the applicable requirements of this specification. (1) ASPHALT CEMENT. The asphalt cement shall be homogeneous, shall be free from water, shall not foam when heated to 347 F and shall meet the requirements in Table 1. TABLE 1 Viscosity AC-l 5 AC-3 AC-5 AC-10 AC-20 AC-30 C;rade Property Min Max Min f.lax Min Max Min Max Min Max Min Max Visc>:lsity, 14 e, F, 100 200 250 350 400 600 800 1200 1600 2400 2400 3600 poises 0.7 1.1 1.4 - 1.9 - 2.5 - 3.0 - 27'. F, poises Penetration. "7 F 250 210 135 85 - 55 - 45 - 100 9, 5 see Flash Point C.O , F 425 425 425 450 - 450 - 450 - Solubility in 99. . 99. 99. .. 99. . 99.0 - 99.0 - Triehloroethy 0 0 0 0 lene % Spot Test Negative for all grades Test ~~. on Resijue from Thin Film Oven Test: Visc::sit-/ , 15 - "00 150 3000 - 6000 - 9000 140 r 0 poiSe.::; lOC 100 100 lOCi - 70 - 50 - Duct il i t Y , * . :'7 F <- em per min. em . [f the du,~tility at 77 F is less than 100 em, the material will be acceptable if rs dueti] ity at 60 F i mere than 100 em. .' ';:mTI ON r''-Izard. Heating of a,,;phal tic materials (except emulsions) constitutes a fire ropel precaut ion:' ;::hould be used in all cases, especially with RC 025404 Rev.3/96 Page I of 16 Addendum No. 1 Attachment No. 18 Page 1 of 16 ltback:3. The utmost C dre :;hidl be' taken to prevent open flames from coming in 'ntact wlth the asphal~ic material or the gases of same. The Contractor shall respC)f): lble for 'lamlge from -lIlY fire~~ OJ accidentE' which may result from ,'atinq t aspha ti' nHteJla E3. (2) LATEX MODIFIED ASPHALT. (a) Latex Additive. The latex additive shall be an emulsion of styrene~butadiene low~temperature copolymer in water. The emulsion shall have good storage stability and possess the folIc ."..;in",] propert.ies. Monomer Ratlo of Latex, 73.:t 5 butadiene to styrene 27 .:t 5 Minimum SOllds Content, percent by weight 45 Visccsit) ot Emulsion at 77 t 1 F, cps, max (No 3 spindle, 20 rpm, Brookfield RVT viscometer) 2000 The manufacturer shall furnish the actual styrene-butadiene rubber content for each batch of latex emulsion. This information accompany all shipments to facilitate proper addition rates. (SBR) shall (b) Latex Modified Asphalt Cement. The latex modified asphalt cement shall consist of an AC~5 or AC~lO asphalt cement in accordance with Subarticle \00.2 ill to which a styrene-butadiene rubber latex has been added The amount shown is based on latex solids in the finished asphalt cement~latex additive blend. Possible combinations and their intended uses are as follows: Material Use AC~5 + 2% latex solids Surface treatments AC~lO + 2% Latex SOllds Surface treatments or asphaltic concrete AC~lO + ~% Latex SOllds Asphaltic concrete AC~lO + 3% latex solids (High viscosity blend) Asphaltic concrete where maximum high temperature toughness is needed. The finished asphalt cement~latex additive homc'geneous, and '~omI.ly with the requirements blend shall in Table 2. be smooth, 025404 Rev-3/96 Page 2 of 16 Addenlum lb. 1 A ttacl1llent lb. 1G ~2d6 1'YJ Grad", lroperty f"linimum ~;BR content, percent by wI ,;olids (IR ietermi na t ion) · PenetratIon, 100g, sec, 77 F min Viscosity, 140 F, poises, minimum Viscosity, 275 P, poises, maximum Ductility, 39.2 F, Iem/min, em, minimum Ductility, 39.2 F, ') :em/min, em, minimum Separation of Polymer after 48 hrs. at 32 F Separation of Polymer after') hrs. at 325 F ** TABLE 2 - ---" P.C S AC J 0 AC 10 AC-10 -l + + + 2 %- Late): 2~ Latex 3% Latex 3% Latex . 0 Sol ide; Solids Solids Solids (High Viscosity Blend) -- 2.D - . ( 3.0 3.0 <. 120 80 75 75 700 l30D 1600 2300 ~, 't 7.D 8. C' 12.0 12.0 - - 100 100 70 60 - - 5 None None None None None None None None The asphalt supplier shall furnish the Department samples of the asphalt cement and latex emulsion used in making the finished product. Applies in lieu of the 48 hour requirement when the latex modified asphalt is to be used in asphaltic concrete and the latex additive is introduced separately at the mix plant, either by injection into the asphalt line or int( the mi xer (e) Latex Modified Cutback Asphalt. The latex modified cutback asphalt shall be a medium curing cutback produced from an asphalt cement to ~hich has been added a styrene-butadiene rubber latex. The latex modified cutback dsphalt shall comply with the requirements in Table 025404 Rev-3/96 Page 3 llf 1 f, Addendum NO.1 Attachment No. 1G Page 3 of 16 TABLE 3 --,--, Type Grade IvJC-2400 Latex PJoperty Min Max Kinemati Viscosity cst 140 F, 2400 4800 Water, rercent 0.2 Flash POInt, T o.c, F 150 Distillation Test: Distillpte, ~ercentage by volume of total distillate to 680 F to SUO F 35 to 500 F 35 80 Residue from Distillation, volume % 78 Tests on Distillation Residue: Minimum SBR Content percent by 'lit solids (IR determination). 2.0 Penetration, JOOg, 5 sec., 77 F 150 300 Ductility, 5em/min, 77 F, em 50 SolubilIty In Trichloroethylene, % 99.0 * The aspha 1 t sllppl ier shall fun} i sh the Department samples of the asphalt cement and latex emulsion used In making the finished product. (3) CUTBACK ASPHALT. Cutback asphalt shall meet the requirements indicated i Tahles 4 and 5 for the specified type and grade. D25404 Rev-3/9n Page 4 of 16 Addendum No.1 Attachment No. 1G Page 4 of 16 TABLE 4 FAPID CURING TYPE CUTBACK ASPHALT Type Grdde RC~250 RC-800 RC-3000 Property Min Max Min Max Min Max Kinematic ViC;COSlty (~ 140 250 400 800 1600 3000 6000 P, cst Water, percent - 0.2 - 0.2 - 0.2 ,- Plash Point, T.O_C. , F 80 - 80 - 80 - D is ti 11 at 1 on Test Distillate percentage by volume of total distillate to 680 F to 4 3~' F 40 75 35 70 20 55 to 50C! F 65 90 55 85 45 75 to 600 F 85 - 80 - 70 - Residue from 70 - 75 - 82 - distillation, volume 0 'Ii Tests on Dis t i 11 Cl t i on Residue I PenetratIon. 10)9, 5 80 120 80 120 80 120 sec. T7 F Ductility, [,cm/min, "7 P, 100 - 100 - 100 - (:m Solubility n 99 0 - 99.0 - 99.0 - Trichloroethylene, 0 'Ii Spot Test Negative for all grades --- CAUTION :_R. C. CUTBACKS ARE EXTREMELY FLAMMABLE! 025404 Rev-3/96 Page 5 of 16 Addendum No. 1 Attachment No. 1G Page 5 of 16 TABLE 5 MEDIUM CURING TYPE CUTBACK ASPHALT Klnemd i40 F Type Grade MC 30 MC-70 MC-250 MC-800 MC-3000 - Property flr1in Max Min Max Min Max Min Max Min Max tic Vi se ,)sity ',0] 10 60 70 140 250 500 800 1600 3000 6000 cst percent - 0.2 0 .2 - 0.2 - 0.2 - 0.2 Point 1 o.e. 4' LOO - 100 150 - 150 - 150 - latlon Test: iIIate, percentage 'olume of 'tal distcllate to 437 F - ~) 5 - 20 - 10 - - - - 500 F 40 -, 0 20 60 15 55 - 35 - 15 600 F '5 93 65 90 60 87 45 80 15 75 ue from ';0 55 67 - 75 - 80 - lation, volume 0 .,; . on Disti:lation le: ratIon, DOg, 5 i20 2S0 120 250 120 250 120 250 120 250 "77 F lity, 5crn/min, lr} 110* 100* 100* -. 100* - 100* - )Llity in 9).0 99.0 99,0 - 99.0 - 99.0 - oroethyl~'ne , 0 -0 _. - est Negative for all grades __ 1...-.._. WateJ Flash Distl.l Dist b" y \ ': 680 F ReSlG Distil Tests Residl Penet sec, Ducll F em SOlui Tlich] Spot I 1 f th., penetral lor, of re,;idue IS more than 200 and the ductility at 77 F 1S lpss than 100 em. the material will be acceptable if its ductility at GO F is more than lOO (4) EMULSIFIED ASPHALT. Emulsified asphalt shall be homogeneous. shall show no separation of asphalt after thorough mixing and shall meet the requirerrents for thE, specified type and grade shown in Tables 6 thro1Jgh Q 025404 Rev-3/96 Page 6 of 10 Addendum No. 1 Attachment No. 1G Page 6 of 16 ~ ~~ype - Gra;;----- RS2 L Property I . ISCOSIty Saybolt I, "'urol at n F 'Oe Cl t 12 see leve 'les' % MiscibIlity Standard Test) 'ement Mixing, % )emulslbi, i ty, 35 ml 'f 0 02 N CaCl, % I ;t.orage St abil i ty, :lay, % ~=-,.."'reeZing Test, " ,'yeles' ! 'lstillat on Test I i I I I . Oil Dist ll1at e, ~! Ly vol urne " ~mulsion rests on Pesidue I i from Dist llation , ! i I ~. Residue by :' is t i 11 at 1 on, % ..veight by PenetratIon <1l 100 'J, 5 see I I I I 'olubiJ it). in j !richlnroethylpllP ! i I l uctlll ty at T F L, 'm/min, ern -------,._------,-- TABLE 6 ANIONIC EMULSIUNS Rapld Setting Medium Setting Slow Setting RS-2h SS-l SS-lh MS-2 11in Max Min Max Min Max Min Max Min Max --. - - 20 100 20 100 L50 4)0 150 400 100 300 - - I - - 0 1 0 1 - 0.10 - 0.1 - 0.10 J 0 0 - - - - Passing Passing - - - - 2.0 - 2.0 60 60 - . 30 - - - - - L 1 - 1 - 1 - 1 Passing passing Passing 65 60 65 60 65 % '/2 '/2 112 112 '12 L20 1-00 110 L 2 0 160 120 160 70 100 80 37 5 17 ~. - 97.5 - 97. - 5 100 - 100 - 80 - 9'/ [. 100 80 Applies orlly when the EnJineer designates material for winter use. 025404 Rev.3/t)n Page 7 llf 1(, Addendum No. 1 Attachment No. 1G Page 7 of 16 TABLE 7 HIGH FLOAT ANIONIC EMULSIONS Type - Grade Property seosity, Saybolt Furo at 7 F see at L.2 see Sleve Test % Coating Ar'llity and Water Ppsistanee ~oating, dry aggregate Coating after spraYIng Coating wet aggregate Coating after spraying Demulsibill ty 35 ml of '1.02 N Cael" % Storage Stability Test, 1 Gay, % Distillation Test: Residue by Distillation, % weight Oil Distillate, by volume nt emllls ion / % sts OE Fesidue 1. , s till a t i)11 : troIn Penetlation at '17 F 10,' " 5 se.: Solubi lity In Trichlo2oethylene, -0 DuctilIty at 77 F, i'm/min, ern Float Test at 140 F se.' HFRS -- ~ Rapid Setting AES - 300 Min 150 Medium Setting Max Min Max 75 400 400 .10 0.10 - good - fair - fair - fair 50 - - - 1 - 1 65 100 97.5 lOO 1200 025404 Rev-3/96 Page 8 of 16 65 112 140 300 97.5 1200 5 Addendum No. 1 Attachment No. 1G Page 8 of 16 ~~=-- Ccade rype Propelty VJSC:,,'lty, SaytJ)lt FUl(,l at 7 F, se at 122 F, s, 5i eve rest, % ,('emen Mix in(], Demulsi.bility, 35 ml 0,8 percent 40 sodium dioctyl sulfosuccinate % Storage StabilIty, 1 day, o 15 Coating Ability and Watel Resistance: Coating, dry aggregate Coating, after spraying COdting, wet aggregate Coat,ing, aft er spraying Part] Ie charg~ Test Distillation Test: Re::;ldue by Dlstil1ation, by wt Oi Distill,te, % by vclumE' of emul,;ion Tests on Residue from Iil s t il 1 at i on : P'"lletratiotl at "') F, 20 lCO c; 5 see S,," lubility In TJichloroethylene, [iolc:tility :t 77 F, C, 00 cm/mjrl/ ern Ti\BLE 8 CAT [Om C Et",ULSIONS R - dpid Settlng Medium Setting Slow Setting · - 2 CRS-2h CMS-2 CMS-2s C88-1 CS8-1h Max Min Max Min Max Min Max Min Max Min Max -- - - 20 100 20 100 400 1',,0 400 100 300 100 300 - - - - 0 1 0,1 0,1 - 0.1 - 0.1 - 0.1 ( 0 0 0 0 0 I - " - 2.0 I 2'.0 I I 40 - - - - - - - 1 1 - 1 - 1 - 1 - - - good good - - - - " fair fair - - - " - fair fair - - - - - fair fair - - - - t,i ve positive positive positive positive positive 6":, - ':',5 65 - 60 - 60 - 1.7 '12 5 - 1/2 - '/2 IhO 80 110 1) 0 200 )00 - 120 160 80 110 -97 Q7 97. - 97. - 97.5 - L) 5 5 5 80 J 00 - 100 - 80 , CR~ Hin 150 posi 65 7. 5 025404 Rev-3/96 Page 9 of ] (, Addendum No.1 Attachment No. 1G Page 9 of 16 TABLE 9 POL,yr.'1ER i'10DIFIED EM1ILSIONS High Float Anionic Cationic Rapid Setting Type-Grade Rapid Setting HFRS-2P CRS-2P _. --.. Property Min --.. polymer Content. percent by weJght of the distillation resIdue * 3.0 Viscosity Saybolt Furol at 15u 12:: F, see sturage Stabllity Test, 1 day, % Demulsibillty, N ('aCl, % 5 ml cf 0.02 40 Demulsibillty, J5 ml 0.8 percent sodium dioctyl sulfosuccinate, % Sieve Test, % Particle Charge Test **Distillation Test Oil distillate, by volume of emulsion, % Residue, % by wt 65 Tests on Residue from Distillation. Float Value at 140 F, see 1200 Penetration, 77 F, 10') q, 5 ,~ec IOU Duetillty, CF' !min, em 50 'J.2 F, c. viscosIty at 14C F p" i ses 1500 Solubllity In Tljchloroethvlene, % L-... . 97 Max Min Max The emulSIon supplier shalJ cement and polymer used in furnish the Department samples of the asphalt making the finished emulsion. 025404 Rcv-3/% Page 10 of 16 - 3,0 - .' 400 150 400 1 - 1 - - - 40 0.10 0.10 positive '12 112 65 140 110 150 50 1300 97 Addendum No. 1 Attachment No. 1G Page 10 of 16 .. ~ I'h, t plus t ot aJ lv '~mperdture on ,r minuc; 10 F distlllation !r~;t 'lppLj('at the lower thermometer shall be brought slowly to 350 F and maintained at thL; temperature for 20 minutes. The shall be completed in 60 plus or minus 5 minutes from on)f heat (5) FLUXING MATERIAL. Fluxing material shall be free from foreign matter and snaIl be comprised of flux oil or a blend of flux oil and aromatic oil The materials, when tested separately, shall meet the following requir8ments (a) Flux Oil. Properties Minimum Maximum Water, weight percent Kinematic Viscosity, 140 F, cst. Flash Point, c.O.C , 1-.. Loss on Heating, ~o g, 5 hrs at 325 F, 0.2 60 200 200 weight.percent. . . . Asphalt Content (100 to 200 Penetration 10 esidue by vacuum distillation), weight percent. Pour Point, F. 25 60 (b) Aromatic Oil. Minimum Properties Maximum Water, weight percent Kinematic Viscosity, 1.40 F, est..... Flash Point, C.O.C., F..... Loss on Heating, SO g 5 hrs at 325 F, 0.2 150 250 \'leight percent Pour Point, F 12 60 The "romat ic oil, when blended with a maximum of 30 percent by weight of bitumen recovered from limestone .. .rock asphalt by Test Method Tex-211-F, shall produce a materlal with a minimum penetration at 77 F of 85. (6 ) lowing SPECIAL PRECOAT MATERIAL. Special precoat material shall meet the . . . requirements: Properties Mlnimum. .Maximum Wate . %. Flash Point, co. .~ Kinematic Vi,;cosity a~ 140 F. cst. Distlllatlon to 680 F ] !litial Boil in:] Pomt IF. Residue by wei]ht, % . F,'sidue Penetration, 77 F 100 g, ') see 0.2 200 300 500 500 70 200 G (7 ) CRACKED FUEL OIL. Cracked fuel oi 1 shall meet the following quiremen s: Properties Minimum. . . . . .MaXlmum 025404 Rcv-3/96 Page 11 of 16 Addendum NO.1 Attachment No. 1G Page 11 of 16 A;;pl:ilt C:mtent f leo 77 F, n. F ai n Point, C.O F. K nunatic Viscosity at L()s~ at 212 F', 2C 9, Water and Sedime~t, Penetration 65 250 80 l40 F, cst. hrs. 550 3.0 2.0 (8) CRACK SEALER. This section sets forth the requirements for SS-lP polymer modified emulsion... . suitable for sealing fine cracks, and a rubber asphalt compound suitable for sealing cracks 1/8 inch or greater width. For cracks on the order of 1/8 inch width, HFRS-2P polymer modified emulsion as described in Section (4), Table 9 of this item may be used. Requirements for SS-lP and rubber-asphalt crack sealing compound are as follows: (a) ,llows SS-lP Polymer Modified Emulsion. Specif ic requirements are as Prcperties Minimum. , .~ j ; . Maximum Polymer Content, percent by weight of the distillate residue*. Visc:osity, Saybolt Furol at 77 F, see Storage Stability Test, one day, %. Cement Mixing, %. Sieve Test, %. Miscibility (Standard Test) 3.0 30 100 1 2.0 0.10 Passing ** rilstillation: 011 distillate. by volume of emulsion, % Residue, %. '12 60 Requirements on Residue from Distillation: Penetration, 77 F 100g, 5 sec.. DuctLlity, 39.2 F, 5 cm/min, em. Solubility in trichloroethylene, %, Viscosity at 140 P, poises 100 50 97 1300 140 The ic'mulsion supp1 ier shall furnish the Department samples of the asphalt cement, and polymer used in making the finished emulsion. The temperature on the lower thermometer shall be brought slowly to 350 F plus or minus 10 F and maintained at this temperature for 20 minutes. The total distillation shall be completed in 60 plus or minus 5 minutes from the first application of heat (b) Rubber-Asphalt Crack Sealing Compound. This may be a proprietary material The compound .shall be capable of being melted and applied at ,I temperature of 400 F or less by a suitable oil jacketed kettle equipped with a pressure pump, a hose and a nozzle. It shall contaIn no wate] 0]' highly-volatile matter. It shall not be tracked by trafflC ~hen cooled to road temperature. The lubber-asphalt Clack sealing compound shall meet the following '4uirement ,;: Properties Minimum. . Maximum Rubb'>l Cont ent, p",r'Celtt by wt 22 26 U25404 Rev-1196 Page 12 of 16 Addendum NO.1 Attachment No. 1G Page 12 of 16 F 1 a>c"1 Point Mod tied C F* 400 Pene! ration at 7 F, 50 g, sec * * 30 50 Pene' t'a t ion at 3 F, 00 q, a see . * 12 The ".plipment ,.md prc~'edur(O ~;hall be as specified in ASTM D 92 with the t 11 Ming modific"tiCIl. PIlOt to passing the test flame over the cup, aqit.ite the sealing compound with a 3/8 inch to '/2 inch wide square-end meta, spatula in a manner so as to bring the material on the bottom of the cup 0 the surface, I, e , turn the mat erial over, This shall be done, starting at one slde of the thermometer, moving around to the other, then rf:'turning to the stal t.ing point 1 using 8 to 10 rapid circular strokes. The agitation ::;hall be lccomplished in 3 to 4 seconds. The test flame shal l be passed over the cup immediately after the stirring is completed. rhi procedure shall be repeated at each successive 10 F interval until the flash point il redched The penetration ,thaI be determined by ASTM D 5 except that the cone specified in ASTM D 217 shall be substituted for the penetration needle. Properties of Rubber Used in Sealer. 1.1owing 'ypes The rubber shall :b~ one of the T'y'PE' Ground tlre rubber, Type II - Mixture of ground tire rubber and high natural reclaimed scrap 1 ubber. The natural rubber . , . . . content, determined by ASTM D 297, hall be a minimum of 2C, per-cent The Jround rubber shall comply with the following gradation requirements wher, tested by Test Method Tex-200-F, Part 1 u S Standard Percent Retained ,~i eve Size Type I Type II N, 8 0 Nc 10 0-5 0 Nc. 30 90-100 50-70 N( 50 95-100 70-95 Nc 100 95-100 The ground rubber shall be free from fabric, wire, cord or other lntaminating materials Packaging. The rubber-asphalt crack sealing compound shall be packaged in boxes which contain two (2) 30-35 pound blocks that are individually pdckaged in a liner made of polyethylene, or other packaging approved by the Engineer. (9) ASPHALT RECYCLING AGENT. The asphalt recycling agent shall be either a petroleum oil, referred to as recycling agent, or a petroleum (lil emulsion, referred to as emulsified recycling agent, These agent'; may be lIsed alone or the emulsified recycling agent may be used il conjunct ion with emulsified asphalt having the same particle cllarg<--, i.. e" a cationic emulsified asphalt must be used with a cati.mic emul~;ified recycling agent and an anionic emulsified asphalt with all anionic emulsifjed recycling agent, The supplier must clearly state whether the emulsified recycling agent being furnished s c'ition'" ')1' anionic_". Specific requirements are as followS: 025404 Rev-3/96 Page 13 of 16 Addendum No, 1 Attachment No, 1G Page 13 of 16 (a) Emulsified Recycling Agent. P 01."rt Ie:> ~linimum Maximum ";CO' l' y, ';aybolt Filrc) at 77 F, ,~ec. eVE T""st % 10 tv: scibil it,. * h.'sidue, %. by wt. * * '!"c'st on Re;sidue from Evaporation Test: F 1 asl1 Point, CO. '., F.. Viscosity at 140 F, cst. Viscosity at 275 F, cst. 1 c, 100 No Coagulation 60 400 75 250 10.0 Perf Jrmed according to Test Method Tex 521-C except that 0.02 N calcium chleride solution shall be used in place of water. ResiJue shall be determined by the evaporation method set forth in ASTM D 244 except that the sample shall be maintained at 300 F until foami~q C("3,'e8, then cuol,2d and. weighed. ." "',,j The abilit.y of the residue from the evaporation test to restore the original properties of an aged asphalt cement shall be determined as follows. The residue shall be blended uniformly in the laboratory with a standard 14 to 16 penetration asphalt at a maximum rate of 20 percent by weiqht of the asphalt. The resulting blend must comply with all the requirements of Subarticle 300.2. (1) for AC-20 asphalt cement. The standard asphalt cement for the above blend shall be obtained by subjecting an AC-20 produced by Fina Oil and Chemical, Big Spring, Texas, meet ing all requirements of this Item, to the thin film oven test as specified in Test Method Tex-510-C except that the test period shall be increased so as tJ obtain t.he required penetration. (b) Recycling Agent. When recycling agent (petroleum oil) is specified, it shall meet the same requirements indicated above for the ResidUE frem Evaporation Test on emulsified recycling agent. STORAGE, HEATING AND APPLICATION TEMPERATURES AsphaltIc materials should be applied at the temperature which provides proper iIld uniform distribution and within practical limits avoiding higher temperatures han necessary. Satisfactory application should usually be obtained within the ecommended ranges shown below No material shall be heated above the maximum emperat.ures shown in Table 10 025404 Rev-3/96 Page 14 of I () Addendum No. 1 Attachment No. 1G Page 14 of 16 TJI.BLE 10 TYPE GRADE Application Storage Recommended Maximum Maximum, F Range, F Allowable, F 220-300 350 350 275-350 375 400 ~.C-1 5 and AC-\ .';C-5 10, 20, >0 )9- 300-375 ':1 v. .:'.C - 5 or A,~~ - 1 2 + ~ Q SBR 390* 375 .~.C-IO t -J '~ SSR 300-350 350 360 _' 0 PC-250 125-180 200 200 PC-800 170-230 260 260 PC-300 215..275 285 285 tvIC- 3 70-150 175 175 1'1C-70 125-175 200 200 1'1C-250 125-210 240 240 MC-800 175-260 275 275 fvlC- 3000 (. MC-2400 Latex 225-275 290 290 SS-l, ss Ih, S3 - 1 P, CSS-1, CSS- lh, recycling agent, emulsified recycl Ing agent 50-130 140 140 RS-2, RS 2h, MS-2, eRS 2, "RS2h, eRS 2f- eMS-2, eMS - .J. s , HFPS- HFR:;- r. l',ES-300 110-16C 170 170 , 3peClal !'recoat Materidl 125-250 275 275 Flux eel 275 275 Aromatlc li 1 275 275 'racked Fuel C i 1 160-220 260 260 RubJ:,er A,;phal t Crack Sealer 350-:nt, 400 025404 Rev-3/96 Page 15 of 16 Addendum No. 1 Attachment No. 1G Page 15 of 16 AC 5 t .; % SBR and A; wOlk mac be heated t thlougnJ.n in Ilne h' [nay De heated appl i Ci'j ion. \'1hU1 asphal t ) ::~Tncret c'", ex.'eed ~50 F. IYlEA;3UREMENT AND PAYMEN1 10 2% SBR which 1S designated for surface treatment a 'nClximum temperature of 390 F by the supplier loading atel, .)r, wi th the Enc]ineer's permission, these materials llla-:imum ()f 390 F by the Contractor just prior to my of t'lt; SBR-modi f ied asphal t cements are used in tne ,;1 ur iqe temperat1ne at the mix plant should not AsphalL3, Oils, and EmuL;ions shall not be measured for payment, but shall be subsidiary t,) the appro]:)date bid item. 025404 Rev-3/96 Page 16 of 16 Addendum No. 1 Attachment No. 1G Page 16 of 16 SECTION 025424 ~,_HO'L11l:>: ASPHALTIC CgNCRETE_.l'AVEMENT (Class A) (S-34) J:2~SCRIPTION This specification shall govern all laying Hot Mix Asphalt Concrete (HMAC) reql) 1 red to campI ete he proj ect . work required for furnishing and surface, binder and base courses MATERIALS 2.1 aggregate. Aggregate: The aggregate shall consist of a blend of course fine aggregate and, if required, a mineral filler. 2. I .1 Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deterious material in course aggregate shall not exceed 2% per TEX-217 F. Course aggregate shall be crushed such that a minimum of 85% of the part icles have more than one crushed face, unless noted otherwise on plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TEX-438-A. 2,1.2 Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that passes the Los Angeles abrasion requirements per above. Screenings shall be blended with a maximum of 15% un-crushed aggregate or field sand for Type D mixes or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve, Siz~ No. 10 No 200 Percent passinq by Weiqht 100 0-15 2.1.3 Filler shall consist of dry stone dust, portland cement, hydrated lime, or other approved by the Engineer. Grading of filler shall be as follows: SievE_ Siz~ No 3. C1 No. e J No :10 Minimum Percent passinq by Weiqht 95 75 55 2.2 Reclaimed Asphalt Pavement may be incorporated lnto the hot mix proJect, provided that the mixture is meets the appli abl~ provisions of spec ification RAP): Reclaimed asphalt pavement asphalt concrete furnished for the designed per the TX DOT Methods and said TX DOT Item 340 and this 2.3 Asphal 0~:5404 "Asphalt, Asphalt Material shall be in accordance with Section JilF and Emulsions" 025424 R 10/96 Page 1 of 7 Addendum No. 1 Attachment No. 1H Page 1 of 7 mixturES, B, dnd C' ,.1 P:lving Mixture: ;'.C 20 shall be used for Type D alid Ai'. 30 shall be used for coarse grade mixtures, Type A, " \ '. Tack Coat shall con,:ist of an emulsion, SS-l diluted with ,,-,qual .olu:ne of 'waler and aI,plied at a rate ranging from 0.05 to 0.15 gallons per square yard. PAVING MIXTURE 3.1 Mix Design: The mixture shall be designed in accordance with TX ['UT Bullet~in C 14 3.nd TEX~204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job- mix to be used for the project, unless shown otherwise on the drawings. The 'nix design shall be submitted prior to placement of mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications and when properly placed the Job mix will be durable and stable. The sieve analysis of the j ob- mix shall be 'JJi thin the range of the Master Gradation an~hTqlerances sl.ecified herein The job mix shall meet the density and :Stability requirements as spec] fied and shall be included with the mix design as submitted per above. If the specIfic gravity of any of the types of aggregates differ by more than 0.3, use volume method. Plot sieve analysis of job-mix; percent passing versus size on four- cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2 Master Gradation of Aggregate: The aggregate for the type of mlX specified shall be within the following tabulated limits per TEX-200-F (Dry Sieve Analysis) I Type Sieve rA B C D Size I Course Fine Course Fine Base Base Surface Surface 1-1/2" 1(10 1-1/4" i5-100 1" 100 7/8" 70 90 95-100 100 _.. 5/8" 75-95 95-100 - 1/2 " ':'0 70 100 31 e ,. 60-80 70-85 85-100 "--. 1/4" No. 4 30 50 40..60 43-63 50-70 .-. No. 10 20 34 27-40 30-40 32-42 ---..-. No. 40 5 20 10~25 10-25 11-26 .~. No. 80 2 12 3.13 3-13 4 -}4 ~---- L-.-_ _ 025424 R 10/96 Page 2 of Addendum No. 1 Attachment No. 1H Page2of7 1,:' J ',:' ] ',:' I :oon~F, Part II (Washed Sieve Analysis) is used. Nc 200 1 - 6 * \lfvll\, o " 1] nlJ L 1 mUIli * 2 ~ ",",'hen Te~n Met'lOd Tex 3.3 Tulerances: The mixture delivered to the job site shall not vary from the job mix by more than the tolerances specified below. The gradation of the IJroduced mix shall not fall outside the Master Grading Llmit 3, w.ith the foIl )wing exceptions: for Type B material courser than 3,8" and L:n Type D material courser than #4. variations from job-mix shal not exceed he allowing limits, except as noted above: Item. 1" to No 1 No. 40 to n. 2 i 0 Asphalt Weiqht Asphalt Vol.J[T1e Tolexances Percent bv Weight or Volume Plus or Minus 5.0 Plus or Minus 3.0 Plus or Minus 0.5 Plus or Minus 1.2 3.4 Mix Fropertles: The mixture shall have a stability of 40 fer Type A,B, and C mixes and 35 for Type D 208 - F at an optimum density of 96% (plus or minus 1.5) maximum per TEX-2 7-F and TEX-207-F. minimum Hveem mixes per TEX- of theoretical 3.5 Sampling and Testlng of raw materials: The Contractor shall sample materials as necessary to produce a mix in compliance with these specLfications 4 gQUIPMENT 4.1 Mixinq Plants. Mixing plants shall be either the weight batching type or t:he drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screenE; and flins (weigh batch only), and pollution control devi ':es as requir~'d. 4 c, .L. measuremerrt Truck shal Scales. A set of truck scales, if needed be placed at a location approved by the Engineer. for 4.3 Asphalt Material Heating Equipment. Asphalt material heating equipment shall bt' adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24 hour continuuus chart that will record the temperature of the asphalt at the highest temperature 4. 4 ~;urge StoLage System. A surge-storage provLJed t:hat the mixture '~omlng out ot the bins is that ,::omingJut (,f tl,e 'nixe!:. The sYE;tem shall be hopper, rotating hut Jl other devices designed to of the asphalt mi,tur'~. system may be used of equal quality to equipped with a gob minimize segregation 4. ", [,aydo"iD M\chi ne. The laydown machine shall be capable of producing a 'iulfa'e that will meet the requirements of the typical cross section, of adequdte power to propel the delivery vehicles, and produce the ';urface oJ. er,nce herein required It shall be wide enough to lay a 2h - f Jot back back st r,cet in d maximum of two passes. 025424 R 10/96 Page 3 of '7 Addendum No. 1 Attachment No. lH Page 3 of 7 4.6 ~ol~er All rollers shall be self c:dpalle f obtaininq the required lensity. Oidti :factol,/ opel ,tiIl'l condition and flee from allY "her f L \Ii d 1 aks propelled and of any type Rollers shall be in fuel, hydraulic fluid, or ~'ITOR;~;E.L1P,J.lPOR TI)N I N'3L 6-lliLt1JJP NG 5.1 SI01ag., and Heating of Asphalt Materials. Asphalt cement shall not be heated tc a temperature in excess of that recommended by the producer. Asphal t ~3torage equipment shall be maintained in a clean condltion and operated rn such a manner that there will be no contamination with foreign matter. 5.2 Feedinq and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flo'N of materials in the required proportions will be maintained In n, case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. ~. .'_/:,i.~l,. _ ( '. -'__~ ::":l' 5.3 P,'o1'or' ionlng. All materials shall be handled ancF'prbportl'oned in a manner that field an acceptable mixture as herein specified and as defilled by the i.Q1:J.-mi;.;:. 5 4 f'.1ixrng 5.4.1 Weight Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2 Drum Mix Plant. The amount of aggregate and asphalt cement ente1'ing the mixer and the rate of travel through the mixer shall be cJordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3 Th", mixture produced from each type of plant shall not vary from the job-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when 1etermined by Test Method TEX-212-F. 5.4.4 The mixture produced from each type of plant shall be at .3 tempel atUl e between 250 and 325 degrees F. After a target mixrng temperature has been established, the mixture when discharged from the mixer 3hall not vary from this temperature by more than 25 degrees F. CONSTRUCT LQ~~TH()DS 6.1:'<Jnst1\1ctim conditions. For mat thicknesses greater than 1.5 inch,~s, the asphal t mdterial may be placed with a laydown machine when the all' temperature LS 40 degrees F. and rising but not when the air temperature i" 5C deciree,; and falling In addition, mat thickness less than and~ncludin'l 1. rnche" shall not be placed when the temperature of t.he ;nrface nn '",:bleh -he mat LS placed is below 50 degrees F. 6.::: Prime 'oat J f cl prime coat is required, it shall be applied and [Jaid f 01 ciSl separate item conforming to the requirements of the speccficati.:m, "Prime Ceat', except the application temperature shall be a, I rovided ar.uv. rrw tdck coat 01 asphaltic concrete shall not be appl ed on d Ere' Lou::1y pl imed flexibl base unt il the primed base has ccm1,letel',' "ll,'d 0 the "ati~;fdction of the Engineer. 025424 R 10/96 Page 4 of Addendum No. 1 Attachment NO.1H Page 4 of 7 11[Or t.he 6.3 Tack which the t at isfacc ['lD '~at iun ,f ta oat ~k roa t if the k c.'c ,at Ian:; . Before the asphalt mixture is laid, the surface ie; to be pL1ced '3hall be thoroughly cleaned to Encprreer. The surface shall be given a uniform usin'J materiaL; and rates herein specified and/or The tack cc;at shall be rolled with a pneumatic aI-pI a I rf " own' n 1011.:r t rH~ f u; ne 'eSE;~rj 6.4 TransportJng Asphalt Concrete. The asphalt mixture shall be hauLd to the Job sitt' in t.iqht vehicle'3 previously cleaned of all foreign matter, In cool weather or for lonq hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent flOTTi adhering. Llesel c,il not allowed 6,5 Placing, The asphalt mixture shall be spread on the approved pr epared surface wi tit a laydown machine or other approved equipment in such a marmer such that when properly compacted, the finished surface will be ~;mooth or uni form densi ty, and meet the requirements of the typical crOES sections as sholom on the pl.3D.., ,- ,._, ~ ~. 1_ 6,S,1 Fl.lsh Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure b.~,L Construction joints of successive courses of asphaltic material shall be offset at least six inches, Construction joints on surface ('OUL3es shall coincide with lane lines, or as directed by the Engineer, 6,6 Compacting The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all roll ing shall be ':omplet ed before the mixture temperature drops below 175 degrees F 6,7 In-Place Density. Tn-place density control is required for all mIxt ures except for thin, .Lrregular level-up courses, Material should be compacted to between ')6% and 92% of maximum theoretical density or between 4% and 8% air VOIds Averaqe density shall be qreater than 92% and not individual determination shall be lower than 90%. Testing shall be in accordance with TEX-207. F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture will be tested as required to determine the percent air voids. Other met~ods Buch as nuclear determination of in-place density, which correlate satisfactorIly with actual project specimens may be used when approved by '.he Enclineer 6 8 ThlCy.;les, The total compacted average thickness of the cc>ml:ined HMAC~Ol: ,'sef shall Ilut be les,; than the amount specified on the drawi ngs, No mor" than 10% of the measured thicknesses shall be more than 1. 4' less than tL.~ pI an thickness (es) T f so, the quantity for pay shall be decreased as deemed appropriate by rhe Engineer. 6.9 Sur ra( e STlloot~hness criteria and tests. The pavement surface af to compaction sh-J.lJ be smooth and true to the established lines, grade, and cross section. The surface shall be tested by the City with the Mays Roughn(':c~s f'1eter The Mays Roughness Value for each block ( nt ersect ion to int el ,;ecl. j un) or 60 - foot sect ion, whichever is the IF's,;,cT, shall not exceed ninety inches per mile per traffic lane, 025424 R 10/96 Page 5 of '7 Addendum NO.1 Attachment No. 1H Page5of7 For each bl ck of (U I) f out sect ion not meet ing this criteria, the EWJi it'er :",hall ha, e the upt i on of requ ring that block or section to be r-eworked to meet the ritelid, or paying an adjusted unit price for the ::;urf ce CCUl::'e "he mit III adju::;tm"nt ,;hall be made on the following ~)a i Adjusted Unit PI ice Price (Adjustment Factor) X Surface Course Unit Bid The adJustment factol shall be: For Resident ial St;!::eeJ:012: Adjustment Factor = L999 . 0.0111 M For All Other Class Streets (Non Residential) AdJustment Factor = 1.287 - 0.0143 M l'ihere M Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized Defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten-foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not exceed 1/8 inch in ten feet. Areas not meetinq this criteria shall be corrected to the satisfaction of the Engineer, 6.10 Opening L) Traff i c. The pavement shall be opened to traffic when directed by the Engineer, The Contractor's attention is directed to the fact that all crnlstruction traffic allowed on pavement open to the publLc will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the contractor's responsibility to correct this condItion at his expense MEASUREMENT Measurement shaLl be as described below as specified on the plans or as specified by the Engineer A, Measured by the square yard of the type and thickness of "Hot Mix Asphaltrc Concrete" as shown on the plans and as listed in the proposal B. Measured by the total weight of "Hot Mix Asphaltic Concrete" of the type sr>:cifiecl on the plans delivered to the job site. The Contractol shall provide the Engineer with copies of the "pay tJcket" identifying the truck and showing the gross empty weight of the truck with drivel as It arrIves at the plant and the gross loaded weight of the t ruck wi th dr i 'ler a::' it leaves the plant. The measured amount will be the differenCE of the loaded and empty trucks converted to tons, I:I-\y[vlENT The work p~rformed and materials furnished as prescribed by this spec ification and measured as provided under "Measurement" will be paid for at the unIt prlCes bid for "Het- r1ix Twph,:lltie Concrete" Replacing Pavement, of the ypes ,;pecified, which prices shall be full compensation f"r quan:ying turn.shinq all matenals, frei'Jht involved; for all 025424 R 10/96 Page 6 of Addendum NO.1 Attachment No. 1H Page 6 of 7 heat lng, miXIng, llaull.ng, cleaning the existing base course or pavement, tack coat, placinq asphaltic concrete mixture, rolling and finishing; and for I 1 manipulatlons labor, tools, equipment, and incidentals necessary tc c,rnplete the wrk ,~xcept prime coat lHhen required. The pl Hne c at, perfermed where r,~quired, will be measured and paid tor n accordance .....it.lo the provisions ~loverning the specification, Section 0;' 54 "Prime Coa'''. All templar, es, straightedges, scales, and other weights and measilring devices neces~]ary for the proper construction, measuring and check ing of the w'lrk shall be furnished, operated and maintained by the Contractor at his expense. '., ,-~'t: ','"r 025424 R 10/96 Page '7 of '7 Addendum No.1 Attachment No. 1H Page 7 of 7 ,mCTION 025610 CON' 'RETE CORB AND GUTTER (S.. 52) ....J2~ S C R I l'TI Ql\l Ttns speci f ication shal] consist of Portland Cement combined concrete curb and Slltter (r c;eparate conCI ete curb with or without reinforcing steel as required, ()Ilstructed on an approved subgrade or foundation material in accordance with Ulese specifications, in conformity with the lines and grades established by the Englnepr and detail~c shown on the plans. MATERIALS T:nless utherwise specit ied on plans, materials and proportions for concrete l::;ed 'n construct ion under t:his specification shall conform the requirements as sIcecif ied "or Class "A" Concrete under specif icat:ion, Section 030020 "Portland (,"ment::'OIlcrete" Reinforcing steel, if required, shall conform to the "'quirements as specif Led in the specification, Section 032020 "Reinforcing reel". Expansion jOint filler shall be premoulded material meeting the c-'quirements specified n specification, Section 038000 "Concrete Structures". CONSTRUCTION METHODS The subgrade or founda, ion shall be excavated and shaped to line, grade and ross sect ion, and, if considered necessary in the opinion of the Engineer, t,emd t.amped and sprinkl ed. I f dry, the subgrade or foundation material shall be sprinkled lightly immediately before concrete is deposited thereon. ("Itside furms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp and a depth equal to the depth of the curb and clutter They shall be securely staked to line and grade, and maintained in a t rue posit ion during the depositing of concrete. Inside forms for the curb snaIl beipproved material. ~;hall be of such design as to provide the curb t':;quired ,md shall l:e 1 igldly attached to the outside forms. Where ~pecifically permitted by the Engineer in writing, the Contractor may place mcrete curb and qutte: with an extrusion machine. ;'he reinfor.cing steel, ',,epical s'ctions. Acr~ .cat 10L f r~quired; slall be shall be placed in position as shown on the exercised to keep all steel in its proper 'mcrete tor curb and Jut t er sba l1 be mixed ln a manner satisfactory to the Englneel. The curt. and jutter ~3hall be placed in sections of the length ndicated 'm the plans. ane! each :3pction sha] 1 be separated by a premoulded or I"ard J Di:i( of C10S~; :.ect on spec i f ied fOI the curb Clnd gutter, and of the '!lickness i.ndicated un he plans. f.,tter tne concn:,te has been c-;tnlck off and after it has become sufficiently .c~t. the t,:-cposed surfac':,s :::hall be t horoughl y worked wi th a wooden float. The 025610 Page 1 of 2 Rev. 11/94 Addendum No. 1 Attachment No. 11 Page 1 of 2 e' posed eciqes shall be ,;hcated n plan" l\l Ishc] ro , ,3mc~,th and rOUlldf"d by the use eXJ<):c;p,j 'ol1rfaces of lnl j enT; S'lI j ace. A an edging tool to the radius urb and gutter, or curb, shall be r e,mI,le"ed CUll- ,tnd gut el ,;l1<',ll be ,,'unc.d with Type 2, white pigmented, !'incj 'ompound unle,~s ;~hown )therwise on pJ ans. Other methods of curing as o'ltlined )11 the speciflcat lon, Section 038000 "Concrete Structures" will be aceptable with a requil ,~d curing period of 7) hours. The curb and gutter shall be backfilled to the full height of the concrete, tamped and sloped as dilected. 5 ' MEASUREMENT C.ncrete Curb and Guttel or Concrete Curb will be measured by the linear foot, C';,mplete in place .? PAYMENT The work performed and matelials furnished as prescribed by this specification, measured as provided under "Measurement", wi 11 be paid for at the unit price 1 d for " ::'oncrete Curb and Gutter", or "Concrete Curb", of the type indicated en the plans, as the case may be, which prices shall each be full compensation et preparlng the subgrade furnishing and placing all materials including H'inforcing steel and expansion material; for furnishing, placing, shaping and tamping backfill; and fOl all manipulation, labor, tools, equipment and incidentals necessary tl complete the work. 025610 Page 2 of L Rev. 11/94 Addendum No. 1 Attachment No. 11 Page 2 of 2 SECTION 025802 TEMPORARLTRAFFJ~_i;,ONTROLS DURING CONSTRUCTION =' -11]lSCR 1 PTION This speclfication shall Jovern all work required for Temporary Traffic C;ntrols during conscrw.:tion. The work shall include furnishing, j llsta 11 inq, moving, .r eplaci ng, and maintaining all temporary traffic cmtrols including, but not: 1 imi ted to, barricades, signs, barriers, C' ,nes, liqhts, signaIE:, temporary striping and markers, flag-men and such t "mporary devices as ;ecessary to safely complete the proj ect. L. MATERIALS Traffic control devices shall conform to the Traffic Control Manual on Uniform Traffic Cant tal Devi ces, unless indicated otherwise, in the Traffic Control Plans 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists. Traffic Control Plan TCP schematics are provided in Appendix A of the dc)cuments J,. competent person, lesponsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided ln writing at the Pre-Construction Conference. The competent person shall be on site, during working hours and on call ,~- the event of off-hlur emergency. 4. MEASUREMENT AND_PAYMENT Temporary Traffic Controls will be measured as a lump sum. Payment shall 'i nclude, but not bF. 1 imi ted to, furnishing, installing, moving, leplacing, and maintaining all temporary traffic controls including, but Let limited to, barrJcades, signs, barriers, cones, lights, signals, temporary striping and markers, flag-men and such temporary devices and 1 ,e.locat ien of existing .;igns and devices and all materials, labor, f"Iuipment and incidelltal s necessary to provide a safe condition and to .cmpl et e 'he w.::)} k . F ayment ~;hall be macie ( :3 t i ma t eN ill i ne 1 ude ). The balance wil the pr)ject. OIl the following basis: the initial monthly 50 of che lump sum bid minus rentage (typically be IH id WI th the f ina 1 estimate, upon completion 025802 5/93 Page 1 of Addendum No. 1 Attachment No. 1J Page 1 of 1 ;;ECTION 026404 c'l]\.TER SERVICE LINES (S-87) __ DES('Rl1'TION Tlns specit ication shal govern all work necef3sary for furnishing and installing water serVice lines required to complete the project. Water Service lines are those lines from the City main to the meter at the property line MATERIALS 0.ENERAL Service fittings shall have :3. minimum of 150 psi working pressure rating, unless indicated otherwise. Flttings alld materials shall be ln accordance with the applicable provisions of ]\WWA C-800 I": .A.l1 service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The Nuts shall have unitized washers Straps shall be 5/8" high quality silicone bronze flattened and contoured to provide a wider bearing surface against pipe. Clamps shall be comparable to: Ford 2028, Smith Blair 323, Rockwell 323 !,,()RPORATION STOP Corporation Stop shall be of brass with I. P. thread inlet and Muller 110 Compression connection outlet designed for type K copper pipe and be comparable In design to the following: Muller H 15CJ28 for 3/4" & 1: sizes Muller H-15023 for 1112" & 2" sizes ANGLE METER STOP Jo.ngle Meter Stop shall have a Teflon coated bronze ball which rotates within two [';una-N rubber seats Inlet shall be packed joint for Type K copper and be '.Jmparable in design tc the following: For BA43 33 for :' / 4 " Brass gate valve req & BA43-444 for 1" for 1'12" and 2" SIzes E:,ERVICE LINE rvice llne shall be oj type K copper tube. 'ther products of comparable featured and equal quality may be substituted for Ihe above items with approval of the Engineel 026404 Revised 11/97 Page 1 of 2 Addendum NO.1 Attachment No. 1K Page 1 of 2 C9~J2TRUCT I ON_l'1ETHOD; E: ,c_~_~_ H:m----thl-~c -9, --ILF*€-a-v-a+- i:-eH--a n d D Cl c let i 1c-l-----t-er- Uti lit i c :J Cln d c c.; c r 0" . tvice lilies shall be I~~acej Ly the Contractu[ as indicated on the drawings and ~ directerl by the EngiI eer Pelocation of existing metels dnd change overs to the new system shall be done Y;1y under the diI:ect supervision of the City Water Department. 1 MEASUREMENT Service lines shall be measured with the units indicated in the proposal for each size of service line indicated in the proposal. ? PAYMENT Pd.yment fOl serVlce lines shall include but not be limited to the :oppel tubing, corporation atop, service clamp, angle meter stop, ':lench;::;aL>ty, testing, flushing, clean-u!:-" site re:storation, all Pluipment, and lncidentals required for the proper lnstallation. following: trenching, labci>lj, .elB. 026404 Revised 11/97 Page 2 of 2 Addendum No. 1 Attachment ~o. 1K Page2of2 ITEM 540 METAL BEAM GUARD FENCE 540.1. Description. Furnlsh and install, replace, or adjust metal beam guard fence consisting of metal beam rail element support on timber or steel posts. 540.1. Materials. When directed, provide samples of metal beam rail elements, terminal sections, bolts, and lluts for testing for compliance with the physical and chemical property requirements of AASHTO M 1 XO in accordance with Tex- 708-1 and Tex-713-L When the plans designate that the Department will furnish the materials, pick up the materials at the locations shown on the plans. A. Metal Beam Rail Elements. Furnish new metal beam rail clements for rail and terminal anchor .;ections that meet the requirements of Table I. I ype I or IllS allowed unless otherwlse shown on the plans. Base metal for metal beam rail elements ITlllst not contain more than 0.04% phosphorous nor more than 0.05% sulfur. Furnish metal beam raIl elements from approved manufacturers. A list of Department-approved manufacturers is maintained by the Construction Division. B. )'osts. Furnish new round timber. rectangular timber, or rolled steel section posts in accordance with details shown III the plans and the following requirements: 1. Timber Posts. Meet the requirements of DMS-7200, "Timber Posts and Blocks for Metal Beam Guard Fence" 2. Steel Posts. ProVide rolled sections conforming to the matenal requlTements of ASTM A 36. Drill or punch posts for rail attachment as shown on the plans. Galvamze in accordance with Item 445, "Ga]val1lzmg " Type Table I Rail EI.ement1ieqt!i!e!ll~llt~ AASHTO M ] 80 ----..--- "--------------- --- A Base metal nommal thickness 0.105 in. erO.OOS in., or B Base metal nomina] thickness 0.] 35 in. cleO.008 in. -------------- --~_._--_...__._----------~-~---- I Zinc-coated 1.80 ounces per square foot minimum smgle-spot, or II Zinc-coaled 3.60 ounces per square foot minimum single-spot. IV ~.<:athenn8...SteelJrequireQ. when.?.t!~n onlhe~sL W-beam or thrie beam or W-beam-to-thrie-beam transition. --~~_..- -~--_.._-----_._--- "- ----- Pemlanently mark each metal beam rail element with the iDfonnation re4UIred in AASHTO M 180. Permanmtly mark ;ill curvet! sectIOns of metal beam rail clement wJlh the radius of the curved seeton in the fonnat "R ~ xx ft." Markings (die- Impnnted kllcrs and numerals no more than 1/2 in. high) must he OIl lhe back of the metal beam raIl section away from trame .tnd Visible after erection. Specif~ation ("lass ---" Shllpt' Markings C. Blocks. FunlIsh new n:ctangular timber or composite blocks III accordance With details shown In the plans and the following requirements: I. Timber. Meet the' equlTt'ments of DMS-7200, 'Timber Posts and Blocks for Metal Beam Guard Fence .. 2. Composite. Meet the reqUIrements of DMS- 7210, "Composite Matenal Posts and Blocks for Metal Beam Ciuard Fence" D. Fittings. Furnish new littings (bolts, nuts, and washers) In accordance with the details sho\>o'll on the plans and galvanJ7ed in ,lccordance with Item 445, "Galvanizing." Addendum No. 1 Attachment No. 1M Page 1 of 3 E. Terminal Connectors. Furnish new terminal connectors, where required, meeting the material and galvanizmg requirements specified for metal beam rail elements. F. Concrete. FurnIsh loncrete for termmal anchor posts meeting the requirements for Class A concrete as required IJl Item 421 "Hydraulic Cement Concrete." G. Curb.] f mdlcated in the details, furnIsh the curb shown with metal beam guard fence transition as required by Item 52l) "Concretc Curb. Gutter, and Combined Curb and Gutter." 540.3. Construction. Install posts and raIl clements In accordance with the details shown on the plans. .\. Posts. Install posts by either dnlling or driving. I. Drilling. Dnll holes and set posts plumb and firm to the line and grade shown. Backfill posts by thoroughly tampmg the fill material in 4 in. layers. 2. Driving. Dnve posts plumb with approved power hammers (steam, compressed air, vibratory, or diesel) or gravity hammers to the line and grade shown. Use a structural steel driving head suitable for the type and size of post being dnven with wood cushion blocks as necessary to prevent damage to the post. Rope mat, beltIng, or other similar cushioning material may be used in additIOn to wood cushion blocks. Use pilot holes when required or permitted. Determine the size and depth of pilot holes with the approval of the Engineer based on results of trial operations of the first few posts dnven. Thoroughly tamp loosened soil around thc post, fill with suitable matenal any void between the soil and the post resulting trom the driving, and thoroughly compact 10 the density of adjacent undisturbed material. R. Rail Elements. Erect metal beam ratl clements to produce a smooth, contmuous rail paralleling the ! me and grade of the roadway surface or as shown on the plans. Bolt rail clements end to end and lap in the directIOn of traffic in the lane adjacent to the guard fence. Curve metal beam rail elements during fabricatIOn, to the radius shoWTI. Field-drill or punch holes in rail elements for special details only when approved. ( Terminal Anchor Posts. Embed tcmlInal anchor posts m concrete unless otherwise shown on the plans D. (.alvanizing Repair. After nectlOn, repaIr all parts of galvanized steel posts, washers, bolts, and rail dements on which the galvalllzing has become scratched, chipped. or otherwise damaged. Repair in ,lcTordance with Sectwn 445..1.0, "Repairs." E. (;uard RaiJ Adjustment. Work Includes vertical adjustment of the r31] element. Perform work in accordance with detail, shown on the plans. Materials provided by the Department will be as shown on the plans. F. Curb. [findlcated in the details. construct the curb ShO\\Tl with metal beam guard fence transition as [I'quircd by Item 529, 'Concrete Curb, Gutter, and Combl1led Curb and Gu1ter." 540.4. Measurement. A. (;u3Td Fence Installation, Adjustment, and Anchor Sections. Measurement will be by the foot of knce. Fence will he measured on the faee of the ratlm place, from center to center of end posts. For terminal anchor sections or strueture-to-railing connections. measure from the points shown on the plans. Tenmnal anchOl sectj(lllS \\ill be measured by the foot, unless specified as a separate bid item. B. Tuminal Anchor Sections. Whell a separate bid item IS specified lor terminal anchor sections, m,'asuremmt wlil be b, each section. complete In place, COllSIStl1lg of a terminal anchor post and one 2> ft. section of rail element. C. Transitions. TransHioTls for J.111 CIJnnel.tlOfl will be measured by each transitIOn. 540.5. Payment. The \\ork performed and material furnished in accordance with this Item and measured as prOVIded under "Measurement" will be paid for at the unit pncc bid for "Metal W-Beam Guard Fence" of the post type specified. "Metal Thne-Beam Guard Fence" of the post type specified, 'Terminal Anchor SectlOTI." "Metal Beam Guard Fence TransltJon," "Metal W-Beam Guard Fence Adjustment," "Metal I1me-Beam Guard Fence Adjustment," "Terml1lal Anchor Section Adjustment," or "Transition Adjustment." When wcathel!ng steel is reqUIred, Type IV wIi] be specified. Addendum No. 1 Attachment No. 1M Page 2 of 3 When posts are reqUIred 10 be rcmoved, payment for removal of posts, rail elements, fittings, and terminal anchor sections will be made under Item 542, "Removing Metal Beam Guard Fence." Guardrail end treatments will be paid for in accordance with Item 544, "Guardrail End Treatments." Samples furnished to the Department for testing purposes wll1 not be paid for directly but are subsidiary to thIS Item. Special backfill matenals required will not be paid for directly but are subsidiary to this Item. Conncte curbs will not be paid for directly but are subsidiary to this Item. A. (;uard Fence. The pnce bid for "Metal W-Beam Guard Fence" or "Metal Thrie-Beam Guard Fence" IS full cornpensatlOn for materials, hauling, erection, settmg posts in concrete, blocks, driving posts, ,'xcavating, backfilling, equipment, labor, tools, and incIdentals. B. J"erminal Anchor Section. When a separate bid item IS specified, the price bid for "Terminal Anchor Section" IS full compensation for furnishing the rail element, anchor assembly, terminal anchor post, dnd foundations; Installing the rail element anchor assembly and the terminal anchor post and fuundations: excavation and backfilling; and equipment, labor, tools, and incidentals. C. Transition. The pricc bid for "Metal Beam Guard Fence Transillon" is full compensation for furnishing the nested sections of thrie beam, the thrie-beam-to- W -beam transitional rail piece, posts, (uncrete, curb, connections to W-beam guard fence and bridge rails, and the thrie-beam terminal (' mnectors; excavation and hackfilling; and equipment, labor, tools, and incidentals. D. Guard Rail (;'ence Adjustment. The pnce bid for "Metal W-Beam Guard Fence Adjustment," "Metal Thrie-Beam Guard Fence Adjustment," 'Terminal Anchor Section Adjustment," and "Transition ,\dJustment" IS full compensation for furnishing materials not supplied by the Department, drilling holes in posts, hauling, erectIOn, blocks, excavation, backfill, cleaning, salvaging materials, setting rail clement anchor assembly and terminal anchor post, removal of rail element, concrete, curb, equipment, labor, tools, and lIlcidcntals. AddendumNo. 1 AltachmeltNo.1M Page 3113 A G R E E MEN T THE STATE OF TEXAS 9 COUNTY OF NUECES 9 THIS AGREEMENT 18 entered into this day of ._.__...~_.....,_f 200 by and between the CITY OF CORPUS CHRISTI of ; he County of Nueces, State of Texas, acting through its duly HIthor L:ed ci ty Manager, termed in the Contract Documents as City." and ____________ termed in the 'on.t.;,- act Document s as "Contractor," upon these ter:mE;",;pe":,,formc:t~le<r,' ,n Nueces County. Texas: In consideration of the payment of $ by City jnd other obligations of City as set out herein, Contractor will onstruct and complete certain improvements described as follows: (~ONCRETE I~INED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 according to the attached Plans and Specifications in a good and workmanllke manner ror the prices and conditions set out in their attached bid proposal supplying at their expense such materials, erVlces labor and insurance as required by the attached Contract f:ocuments, including overseeing the entire job. The Contract r i',cument ,; include thiE; Agreement. the bid proposal and nstructlons, plans and specifications, including all maps, plats, i: ueprlnt s, and other drawings, the Performance and Payment bonds, "Jdenda, and related documents all of which constitute the contract r ~hlS project and ale made a part hereof. REVISED Addendum No. 1 Attachment No. 2 P~lof2 Agreement Page 1 of 2 The Cont racto t WI 1] commence work wi thin ten (10) calendar !aYE~ fn.m date the- recEive written work order and will complete ame It:it hin 7?~~alEmda:r::...-_Days (Base Bid), 120 Calendar Days (Base ~id_pluE; Additive Alternate 1), 160 Calendar Days (Base Bid plus Addi tive Al ternates 1.. and ..;2), 190 Calendar Days (Base Bid plus Additiv~ Alternates 1,2, and llto finish job after construction is L'egun. Should Contractor default, Contractor may be liable for lquldated damages as set forth in the Contract Documents. Ci t y wi 11 pay Cont ractcr ~n. p:\.q:'rent f1,lirl(;:l~-f.,9J1 perfr:.'rm.Sln~e of he contract in accclrdance with the Contract Documents as the work f rogresses. Signed 1n _-1.~ part s at Corpus Christi, Texas on the date shown ',bove . ATTEST: CITY OF CORPUS CHRISTI City Secretary ~._'----'-'-~-_.._.- -.-- ..--....-..------- By: Ronald F. Massey Assistant City Manager of Public Works & Utilities APPROVED AS TO LEGAL FORM: _m_._~__~___~. '_~__'______'__'_"__ City Attorney By: Angel R. Escobar, P.E. Director of Engr. Services CONTRACTOR ATTEST: If Corporation) eal Below) By Note: 1 f person slgning for orpolation is not President, ~ttach copy of authorization r 0 sign Title: (Address) (City) (State) (Zip) (Telephone Number) REVISED Agreement Page 2 of 2 Addendum NO.1 Attachment No. l Page 2 of 2 PRO P 0 S A L FOR M FOR CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 li8PARTMENT OF ENGINEERING SERVICES CITY (IF CORPUS CHRISTl, TEXAS REVISED PROPOSAL FORM PAGE 1 OF 10 Addendum No. 1 Attachment No. 3 Page 1 of 10 PRO P 0 S A L Place: Date: Proposal of a Corporation organized and existing under the laws of the Stat,,::, of -- -~_.~,._-~--_.~ ~---- ._----_..._._~._.- OR a Partnership or Individual doing business as ---_._.---~._.~ --'-.-----------... -- ----....-.--...,.'-----.. TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work requIred fOl: CON(:RETE LINED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 at tile locatIons set out 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 10 Addendum No. 1 Attachment No. 3 PaQl-2.lilO CITY OF CORPUS CHRISTI ~ONCRETE LINED CHANNEL REHABILITATION ~JRPORT DITCH, ~HASE 2 PROPOSAL BASE BID r I i II I III ! IV I V 1 BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) Al 1 Mobillzation, Demobilization, LS and Bonds, complete in place per Lump Sum $ $ -- II _~>2 .,lVU Concrete Channel Liner Removal , I, SY ..;omplete in place per Sauare Yard $ $ 3 676 Excavation, complete in place A3 CY per Cubic Xard $ $ A4 3 400 Embankment, complete in place ~Y per Cubic Yard $ $ - ,:\.5 2 100 Concrete Channel Liner, 5" f;Y thickness complete in place per Square Yard $- $ :,6 l ErosioIl Control (Temporary) , LS complete in place per Lump Sum $ $ '--- - ,'1. 7 2,470 Erosion Control Sodding, I ,:y compler,. in place per SQUare Yard $ $ -- ~1 1,940 Clean Lined Channe 1 , Remove LF vegetatIon, Herbicide ~J_ Application, complete in $------ $ place, per Linear Foot - TOTAL BASE BID (Items Al through A8) : $ REVISED PROPOSAL FORM PAGE 3 OF 10 Addendum No. 1 Attachment NO.3 Page 3 of 10 CITY OF CORPUS CHRISTI ~ONCRE~E LINED CHANNEL REHABILITATION AIRPORT DITCH, PHASE 2 PROPOSAL ADDITIVE ALTERNATE 1 I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) Bl 1 Mobil~zation, DemObilization, LS and Bonds, ::omplete in place per Lump Sum $--);---,-- $ I;),.., " ' .. - , 82 ; , 060 Concrete Channel Liner Removal SY complete in place per Square Yard $ $ - 1 595 Excavation, complete in place 83 CY per Cubic Yard $ $ 84 1 425 Embankment, complete in place :Y per Cubic Yard $ $ ~" -- 85 1 060 Concrete Channel Liner, S" c;y thickness complete in place per Square Yard $_. $ 86 1 Erosion Control (Temporary) , LS complete in place per Lump Sum $ $ Fn 1, 40 Erosion ('ontrol Sodding, :::y complete in place per Square Xi!rd <' $ "', '--.... TOTAL ALTERNATE BID 1 (Items B1 through B7) : $ REVISED PROPOSAL FORM PAGE 4 OF 10 Addendum NO.1 Attachment No. 3 Page 4 of 10 CITY OF CORPUS CHRISTI ~ONCRETE LINED CHANNEL REHABILITATION ~IRPORT DITCH, PHASE 2 PROPOSAL ADDITIVE ALTERNATE 2 I I ! II ! III ! IV I V I BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) Cl 1 Mobillzatlon, Demobilization, LS and B:)nds , complete in place per Lump Sum $ $ ---"-'"- _.- ----- - ----- , -..,."-". -j C2 1,250 Concrete Channel Liner Removal SY complete in place per Square YarJ:l $ $ 1 ,820 Excavation, complete in place C3 CY per Cubic Yard $ $ 24 1 610 Embankment, complete in place CY per Cubic Yard $ $ C5 1 250 Concrete Channel Liner, 5" SY thickness , complete in place per Square Yard $ $ - ~6 -, Erosion Control (Temporary) , LS complete in place per Lump Sum $ $ f--- ~7 1.170 ErosioL Control Sodding, ,~Y complete III place per Square '{Slrd $ $ - - TOTAL ALTERNATE BID 2 (Items Cl through C7) : $ REVISED PROPOSAL FORM PAGE 5 OF 10 Addendum No.1 Attachment No, 3 Page 5 of 10 CITY OF CORPUS CHRISTI ~ONCRETE LINED CHANNEL REHABILITATION l\.IRPORT DITCHLJ'HASE_<! PROPOSAL ADDITIVE ALTERNATE 3 I ] II '/ III J IV I V I BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) D1 1 Mobill.zation, Demobilization, LS and Bonds, complete in place per 1lli!l12..-Sum $ $ -"~~ ,. .......-. D2 480 Excavation, complete in place cy per ~llbic Yard $--- $ - 480 Embankment, complete in place D3 CY per Cubic Yard $---- $ - D4 1 Erosion Control (Temporary) , LS complete in place per Lump Sum $ $ D5 20 Erosion Control Sodding, 3Y complete 111 place per Square Yard $ $ - =)6 100 Remove and Replace Steel Beam IJF Guard Fence, complete in place per Linear foot $ $ ,)7 !20 Remove existing Pavement, 'Y complete in place per Squarg )'ard <"- $ Y, '8 100 Remove existing Curb and l}F Gutter, complete in place per Linear foot $-,,~- $ f---- '-I 1 0 Repldce Pavement, complete In E~Y place pc.r Square ,Yard $--~ $ -- J REVISED PROPOSAL FORM PAGE 6 OF 10 Addendum No. 1 Attachment No. 3 PageS <<.10 CITY OF CORPUS CHRISTI ~ONCRETE LINED CHANNEL REHABILITATION ~IRPORT DITCH, PHASE2 PROPOSAL ADDITIVE ALTERNATE 3 (CONTINUED) -- "= I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) I-c--_ ~ DlC 100 Replace Curb and Gutter, LF complete in place per Linear E.Qot .. $ $ D11 I Remove and Replace Water LS Service Line, complete in place per Lump Sum $--- $ - DI2 I Reset Water Meter Box, LS complete in place per Lump Sum $--- $ DI3 1 Traffic Control , complete in LS place per Lump Sum $--- $ ~- TOTAL ALTERNATE BID 3 (Items D1 through 013) : $ TOTAL BID BASE BID (Items Al through A8) $ TOTAL ADDITIVE ALTERNATE BID I (Items B1 through B7) : $ TOTAL ADDITIVE ALTERNATE BID 2 (Items C1 through (7) : $ TOTAL ADDITIVE ALTERNATE BID 3 (Items Dl throuqh Dn) $ TOT~L BI~ (Base bid plus Addi ti ve Al terna tea 1. 2 and 3) $_~__ REVISED PROPOSAL FORM PAGE 7 OF 10 Addendum NO.1 Attachment NO.3 Page 7 of 10 The undersigned hereby declares that he has visited the site and has car0fully examined the plans, specifications and contract documents relating to t.hf war k covered by Lis bid or bi ds, that lie agrees to do the work, and that no rep esentatlons made by th~ City are in any sense a warranty but are mere est mat "E; f n- the Cfuldance ,;t the C'ontractc.r. Upon nutiiic,ticll )f cl'.vard of cuntract, we will within ten (10) calndaI days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment BOOl (as required) to insure payment for all labor and materials. The bid borFl attached to thi,,; proposal, in the amount of 5%- of the highest amount bid is to become the property of the City of Corpus Christi in the event the conf ract and bonds are not executed within the time above set forth as liep: Idat ed damages for I he delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder ~3hall, wi thin two days ( five days for Contractors outside Nueces (::OUIlt yl of receipt of bids, submit to the City Engineer, in writing, the naples andldp.r~sses of MBE firms participating in the cbritii-af::t:7;gnd a descript ion o'f the work to be perfor-mled and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds wi} be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within Calendar Davs (Base Bid), 120 Calendar Davs (Base Bid plus Additive Altern te 1 160 Calendar Da s Base Bid Ius Additive Alternates 1 and 2 or 190 Calendar Davs (Base Bid plus Additive Alternates 1, 2, and 3) from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required tc carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : -_.._.~..._.- -.------.. -- -,----- ..__._--_.~ Respectfully submitted: Name: By: (SIGNATURE) {SEAL - If Bidder IS a Corporation) Address: (P.O. Box) (Street) (Ci t y) (State) (Zip) Telephone: NOTE: Do not detach brd from other papers. Fill in with ink and submit complete with attached papers. PR(7/90) REVISED PROPOSAL FORM PAGE 8 OF 10 Addendum No. 1 Attachment No. 3 Page B of 10 ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered If the question is not applicable, answer with "NA". FIRM NAME: - --'~--""--' -- '--- ~-'--'_.~._,^ STREET' _.__._~._~..._-_._-- CITY: FIRM is: Corporation [1 5. Other [J ZIP: ? Partnership 0 3. Sole Owner 0 4, Association 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each Wemployee" of the City of Corpus Christi having an .ownership interest" constituting 3% or more of the ownership in the above named Wfirm", Name JobTitleand CityDepartiiW.mt (if known) ~'-._--,- -"-"'- ------- -'--.----.--,.- .~-_. ------ 2. State the names of each wofficial" of the City of Corpus Christi having an .ownership interest" constituting 3% or more of the ownership in the above named .firm", Name Title 3. State the names of each .board member" of the City of Corpus Christi having an .ownership interest" constituting 3% or more of the ownership in the above named .firm". Name Board, Commission or Committee -~--'-'- ~---~_._- 4. State the names of each employee or officer of a .consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an .ownership interest" constituting 3% or more of the ownership in the above named .firm". Name Consultant CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person:_ (Type or Print) Title: Signature of Certifying Person: Date: REVISED PROPOSAL FORM PAGE 9 OF 10 Wendum No. 1 ltachment No. 3 f'aQe99f1O DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City nf Corpus Christi, Texas, b.Employee" Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. 'Firm", Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refersJo, ,hp1t'img :~r contml.;~$ta~tshed through voting trusts, proxies or special terms of venture or partnership' agreements. ,;;:'l "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 10 OF 10 Addendum NO.1 Attachment NO.3 Page 10 of 10 S PEe I A I" PRO V I S ION S SPECIFICATIONS AND FORl\1S OF CONTRACTS AND BONDS FOR CONCRETE lJNED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 Prepared by: J-i)t HDR Engineering, Inc. 5151 Flynn Parkway, Suite 3] 4 Corpus Christi, Texas 784] I Phone: 361/857-2216 Fax: 361/857-0509 FOR CITY OF CORPUS CHRISTI, TEXAS STORMWATER DEPARTMENT Phone: 361/826-1881 Fax: 361/826-1889 NOVEMBER 2005 :\.'\\\\ \ \\ \ l\ I{ Ii!) # '\ t OF" r (II; ~ "..........J-t- fr;; ~ '?.' * '.'!S' (I; ~*. ,*0 ~ . . ~ :::::::*: '.*~ ;::;. '< -----...... .~... ......... "/ ~ CARL E. CRULL ;::; ~.........................-------- ?. 46706 .::::: ;;; ~ '. :Q:- - ;; -Po"h ~<v<::;),"<v"-' /;;; ;0("; . ~ ! ~.~ ~. . .' ,~ IIII!IS 'ONAL linm / J' 0':7 litO PROJECT NO: 2247 DRAWING NO: STO 5.28 J:, '9-27J66?1 if:'- lSeU /c 00 CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 Table of Contents NOTICE TO BIDDERS Re', ised 7/5/00) NOTICE TO CONTRACTORS - A Revised Sept. 2000) Insurance Requirement NOTICE TO CONTRACTORS - B iRevised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-] Description of Project A-4 Method of Award A-S Items co be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-~ Workers Compensation Insurance Coverage A-8 Faxed Proposals A-S Acknowledgment of Addenda A-I Wage Rates (Revised 7/5/00) A-Ii Cooperation with Public Agencies (Revised 7/5/00) A') Maintenance of SerVices A-~ Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-IS Exc.::lv.::ltion .::lnd ReRlovalo (NOT USED) A-~6 Disposal/Salvage of Materials A-I Field Office (NOT USED) A-;~ Schedule and Sequence of Construction A-IS Construction Staking A-2 Testing and Certification A-2I Project Signo (NOT USED) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A- 2 Inspection Required (Rev-ioed '7/S/00) (NOT USED) A-24 Surety Bonds A-25 8o.leo TalC ExeRlption NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements A 2' Responoibility for DURI.::lge Cl.::liRlo (NOT USED) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-] Amended "Consideratl.on of Contract" Requirements A-3.l Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A-3S City Wo.ter F.::lcilitieo Cpecial RequireRlento (NOT USED) A-36 Other Submittals (Revised 9/18/00) A-J' Amended "Arrangement and Charge for Water Furnished by the City" A- 38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certific.::lte of Occupancy .::lnd Fin.::ll ~ccepto.nce (NOT USED) A-4 Amendment to Section B-8-6: Partial Estimates A- 41 Ozone .".dvioory (NOT USED) A-42 OSHA Rules & Regulations A-4 Amended Indemnification & Hold Harmless (9/98) Revision 8/03 Page 1 of 2 A L A-., A '" A-i; A-:., A- :., A- ~ A-- ~ A- S A- S A- S; A- S ChancJe Jrdel,; 4 26 99 As-Sui t Dimensions and Drawings (7/5/00) Diopoo,d of Highly c'hlor-ino.tcd vlo.tcr (7/5/00) (NOT USED) -P-re--2onotruction~loro.tory E1CCo.vationo - (7/5/00) (NOT USED) Overhead Electrical Wires (7/5/00) Amend Maintenanceuar'lnt I" (B /24/00) Trench Safety Pavement Restorat io,j an,j proj ecl Clean-up Errors and Omission~ Lack ot Information Amended General Provisions 8-2-7 Preparation of Proposal Measurement and Payment of Subsidiary Items of Work Submittal Transmittal Form ATTACHMENT I - SAMPLE COMPUTER GENERATED PROPOSAL SHEET SUPPLEIIENTAL SPECIAL PRO'lIEIONG (NOT USED) SECTION B - GENERAL PROVISIONS SECTION C - FEDERAL WAGE RATES AND REQUIREMENTS SECTION S - STANDARD SPECIFICATIONS 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 028040 Sodding 030020 Portland Cement Concrete 032 20 Reinforcing Steel 038000 Concrete Structures SECTION T - TECHNICAL SPECIFICATIONS 02512 Subsurface Drainage System 02800 Concrete Lined Drainage Channel Cleaning 028: Herbicldes LIST OF DRAWINGS 1 ~over Sheet, Project Location and Sheet Index 2 Abbreviations, Legend and General Symbols 3 Project Layout, Sheet 1 of 6 4 Project Layout, Sheet ~ of 6 5 Project Layout, Sheet 3 of 6 6 Project Layout, Sheet 4 of 6 7 Project Layout, Sheet 5 of 6 8 Project Layout, Sheet 6 of 6 9 Detail Sheet, 1 of 3 10 Detail Sheet, 2 of 3 11 Detai 1 Sheet, 3 of 3 NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Revision 8/03 Page 2 of 2 NOTICE TO BIDDERS NOTICE TO BIDDERS aled proposals, ~ddre!;sed tc the City of Corpus Christi, Texas for: CONCRETE LINED CHANNEL REHABILITATION - AIRPORT DITCH, PHASE 2 consisting of the r f'rmoval and repl acement:)f concrete channel liner at multiple locations, (BASE BID 2,100 S, r'. in 10 locations, ADDITIVE ALTERNATE 1 - 1,060 S.Y. in one location, i',DDITJVE ft.JTERNATE 2 ,25=' S.Y. in one location) including all appurtenances and i sociateo wory in ac'ordance with the plans, specifications, and contract ',cumen t s , '" 11 be J ecel ved at t ne JEt ice of the ci ty Secretary until Wednesday, December 7, 2005, and then publicly opened and read. after closing time will be returned unopened. 2 : 00 p. m. on Any bid received pre bid meeting ,is scheduled for 10:00 a.m, Tuesday, November 29, 2005. The ,cat lon, f the meetinq wi Ll be the Engineering Services Main Conference Room, ird flocr, City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid :'leeting W 11 be conduC'~ed by the City, and will include a discussion of the "r'oject sC'::Jpe, ;" bid bone; in the amount uf 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive f,roposal which will not be considered. Failure to provide required performance dnd payment bonds Eor contracts over $25,000,00 will result in forfeiture of the bid bond to the City as liquidated damages. Bidder's plan deposit is subject mandatclry forfeiture to the City if bidding documents are not returned to the ty withJ~ two weeks c~ receIpt of bids. ans, proposal form<;, "pec Lfications and contract documents may be procured from 'ie City Engineer upon a deposit of Fifty and nO/100 Dollars ($50.00) as a -=!uarantee of their return in good condition within two weeks of bid date. -'lcuments :an be obtained by mail upon receipt of an additional ($10.00) which is non refundable postage/handling charge. ;iJe bl dder is hereby not if ied that the owner has ascertained the wage rates which J.,revai 1 in the locality in which this work is to be done and that such wage scale set out in the contract documents obtainable at the office of the City Engineer nd the Contract,or shall pay not less than the wage rates so shown for each craft type of "laborer," "','forkman, " or "mechanic" employed on this project. 'T'le City reserves the Lght to reject any or all bids, to waive irregularities and accept the bid which, in the City's opinion, seems most advantageous to the ty and j 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 Rb..ised 7/ /00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A ('ertificate of Insurance indicating proof of coverage In the following amounts IS required: I _.'.__..,.,-,.- --- TYPE OF INSlJRANCE MINIMlJM INSlJRANCE COVERAGE _.._--,-_.~- - -- I 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage CommerClal General LIability including: $2,000,000 COMBINED SINGLE LIMIT I I. <ommercial Form ) Premises - Operations _. ~ Explosion and Collapse Hazard I -i. II nderground Hazard 'i. Products! Completed Operations Hazard fl. (:ontractual Insurance 7 Broad Form Property Damage I IS. Independent Contractors Y. Personal Injury - I AUTOMOBILE LIABILITY --OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS I ] I WORKERSI COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERSL LIABILITY $100,000 I $1,000,000 COMBINED SINGLE LIMIT , EXCESS I .lABILITY - I PROFESSIONAL POLLUTION LIABILITY! $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE - REQUIRED Not limited to sudden & accidental discharge; to Include long- ~ NOT REQUIRED tern environmental impact for the disposal of contaminants I BUILDERS:] RISK See Section B-6-11 and Supplemental Insurance Requirements I - REQUIRED ~ NOT REQUIRED - - INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance ! Requirements - REQUIRED ~ NOT REQUIRED Page 1 of 2 The ('it~ of Corpus Christi must he named a~ an additional insured on al] coverages except worker's compensation 11;lhilily <>veragt' The name of tht, projed IlHlst he listed under 'description of operations" on each certificate of insurance, For each I nsurance coverage. the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurn. proViding the Cil\ with thirty CW) days prior written notice of cancellation of or material change on any coveragl [he Contractor shall pn\\ide to the City the other endorsements to insurance policies or coverages, which arc srecilied 1f1 section B-6- I I or'ipecial Provisions section of the contract. A.:. linpleted "I)isclosure of Interest' must be submitted with your proposal. Should you have /lny questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORK~R' S CC:.,PE:!,SATION COVERAGE FOR BUILDING CR C:NSTRUCTION PROJECTS FOR G:'IE?NMENT ENTITIES '::"exas law requi.:.es tha:: ~,ost contractors, subcc::t:::-actors, and orr ~s ?:::-oviding work 0:::- serv~ces for a City building O~ construction pre e~~ 8USt be covered by worke:::-'s compensation insura~ce, authorized se__-~~surance. or an appr2ved worke:::-'s compensa~~2~ coverage ac:: -'~e::,e:-;.t .. E:ven If Texas 13w does ~ot require a contractor, subcontractor or 'C.he!:"s performing r;:::-oject services (including deliveries to the job S1~e: . ~ provide 1 or the 3 forms of worker's compensation coverage, the Cl~Y will require such coverage for all individuals providing work or serVlces on this ProJect: at any time, including during the mo.} -, ~e=-.ance guaranty period. ::otor carriers which are required to rec_s~e:::- w'lth the Texas Depar~~ent of Transportation under Texas Civil Sta=u::.es Article 6675c. and which provide accidental insurance covera=e under Texas Civil S:atutes Article 6675c, Section 4(j) need no ;: ::-:::vide 1 of the forms:::::: worker I s compensation ccverage. ~~e Contractor ~grees ::::: comply with all applicable provisions of ~exas Administratlve C::lde ~itle 28, Section 110.110, a copy of WhlC~ _5 attached and deemed l::corporated into the project contract. Please ::ote that under section 110.110: certain 1 anguage '7,ust be included in the Contractor 's Contract wlth the City and the Contractor's contracts with subcontrac~ors ano others providing services for the Project; the Contractor ~5 :::-equired to submit '::.0 the City certificates of C ::lverage for its employees and for all subcontractors and others providing services on the Proj eet. The Contractor is required to obtain and submit updated certificates showir.g extension of coverage during the Project; and 3 the Contractor IS required to post the requi:::-ed notice at ::.he job site. By s g~ing this Contrac~, the Contractor certifies that ~: will timely cc~= -.-Yltt1 these t-Iot ice to C'~ntractors liB" requirements ~ NOTICE 7~ CONTRACTORS - B IRevisea 1/13/98) Page 1 of 7 8/7 (98 :~ ~~e .. ,,-. l \, l~itle 2:-;.1~Sl-I<--\SCE ;:?art It TEX.A.S \\ORhERS' CO!\lPE!,[SA Trot\' COyl:\lISSIO:\' 'hapter i 10. REQCIRED ;\'OTICES OF CO'i"ER~GE ')ubch:1ptcr B. L\1PLOr~R ~OTICES < 110.110 Repon:in~ RequIrements for Building or Construction Projects for Governmeoul Cntities a) Tne following words ana terID5, ',,,-hen L:sed in this rille, shall h2.ve the following meanings, unless he context ::e:u-ly indicates ::Jt.herwise T:>:m5 not define::: ill this ruie shall have the meaning defined in :he Texas Labor Code. :1- so define:::. :) CerunC2:e of cove:-2.ge \.: e:-:u:ca:e i-':'. ,::cpy of a ce~.iiicate of i:::.surance, 2. certificate of aumority ,0 seu-insu:-e :ssuec b:: U1e C:,;r:1IDlSS10c... c:- a worke,s ccm?e~2.tion coverage agreement (TWCC-SI, :WCC-32, T\VCC-S3, or rNCC-8-+), showing sraU1tory workers' compensation insurance coverage :.or the person's or ermry's e:nployees (lnciucing those subject to a coverage agreement) providing cervices on a project., :cr the du;atio:l of r.:::e project. 2) Buildinc or consLuction-nas u:e me::.!'i.TJg defined ill t.he Texas Labor Code, S 406.096(e)(I). 3) Conrr-ac or-- A pe:-so n b,:: dir:g ro " or a',varded a building or construction project by a government2.l ,~nUt\' 4) Coverage-Worke:-s' corroensatian inS'Jance meeting Ll)e statutory requirements of the Texas abar Code, S 40LOIH44) 5) Coverage :!gree:nem-A.wnnc:1 2.gree;:;.em on form TWCC-o L form TWCC-S2, form TWCC-S3, J[ form Ty!':CC-S4, filed V.iL1 t..l-J.c Texas Workers' Compensation Commission which establishes :J. relationship between the parnes for pu....--poses of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406. Subcnapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons oroviding services on the prJject 6) Duration of the project- illcludes the tL.'11e from the beginning of work on the project until the .vork or; th~ ;Jfoject r:2.S bee:; compiete~ :..-.:::: accepted tv the goveITL.'TIemal entity. 7) Persons uCv1ding sc;<,ices on L'1C prOject ("subcontractor" LZ: 9 <-:06.096 of the Act)-With the '~xcePtion cr" Dersons ex:::uded under subsections (h) and (i) of this scction, includes all persons or ,~ntities perro~g all or past of :he services the contractor has undenaken to perform on (he projec, . egardless ''\/hether tf.:lt pe:-sor: ccmrac:ed directly 'With the contractor and regardless of whether . hat !)erson r:3.5 emolovees.'ris Includes Out is not lUnited to inde:Je~dent contractors, subcontractors. :easi~g com:::arues, 'm~[Qr c~liers, C'l-vner-operators, employees of any such entity, or employees of ,nv emity f.::-rjsrung person<; ,0 perf::;r::: sCr\ices on the oroje::t. "Services" includes but is not li..."'1i!ed i-tt"J:J/';,,;'WW ': s.st.:.te t:': us/tac 23/1 Ii 1 : ,)/13/1 . <] 110 html :iOTICE TO CONTRACTORS - - Revi.sed 1/13/98) Paqe 2 ot 1 8/7/9 S ?age 2 c:-) : 2:'" \~'~..- ~_."":l.ln;. C:- 2e:. ','en:lg ec:u!p~e~~ cr :-:-::.:~:-::US. cr ;:r::vloing labor, :!::L.'1Spc:-:2.::CQ or oth~:- '~:-\'":'~~ ro., _: :8, 2. proJec:. S~~flces:' does not L-..::~:e 2.ctl\~~:e~ l...1r:eiated to the DrOle~:.. .::::...:cn J.S Joe e "'r -,~ "",naorr i'':::::-'" su"piv dcl;"enes ~-~,..;" i'/e".' or-~or-?O' Ie toile~s . . '-. -"..... ...... ~.. ..). '...' l......i......i '-- -- ~ _ ~,,~ , ,--. ~ '- __... .. .. .l ~ . L....;:.. ... . 3) P;::;.!::,:::--,cludes the cr~ .1sion of:ill Sef\-lCeS re:::'cec cO a ct.;ilci.1g or construction C:::;:::;-3.Ct for a 'ove~e:::2~ e:mry b) P~:)\.-;ai.:~; or czusmg :o:,'e provided a cenificz:e or- coverage rursuant to this rule is a cprese:-::2:' ':: DV the l11Sure~ :hat all empioyees ef :J;e insured wno are pro\;ding services en the xOJec: ~e ,:",'crcd by workers' comperlsation ceverage, L~at the coverage is based on orooer 'cpomrll; o:::assification cedes and payroll amour.:s, and that all coverage agreements'l:2.~'e been filed .vith L>:e ap:ropriate UlSurar:ce carrier or, in the case of a self-insured, 'With the commissioIis Division z' Se~-Ir.sc::~ce ReguiatioL Providing false or I11.!sle:?ding ce:LiEca:es of coverage, or :ailing to 'crovi,Je cr :::::imain requrred coverage, or failing te report any c::ange that materially mec+..s the :rovislon 0:- c-0verage may S"Joject the contractor or other person providing services on Ll,.e project to ~dmirJsG::::' e ~enabes, c:1r.1:nal penalties, civil pe::2.ities, or othe:- civil actions, .::) A govei~r::ental eruiry U:.3.t enters into a builcli.-:g or construC"..:on contract on a project shall: ) inCiuce ::: tile bid spec:nwtlons, all the provisior.s at paragrz.pn (7) of this subsection, using the anguage re~:'.Med by paragraph (7) of this subsec:ic~ '2) as oar: C:':"le contract, usmg the language re::lUlred by parag:rc.ph (7) of this subsection, require the :Qntr2ctc~ C oerfonn as reau:red in subsection (d) of th1s seC"..1on; 3) obtai;; =-~:n the contractc~ a certificate of coverage for each person providing services on the project ::::icr :0 that per-son beginning work on the project; (4) obtai., frem the CDnt:"actor a new certificate of coverage showing extension of coverage: j,.) before rf.2 end of the ct:I7ent coverage period, 1.: L1e CDntrac:ors current certificate of coverage shows that L':e coverage period ends during the duration of the project; and (B) no iater :::.:.n seven days a...ier the expiration of the coverage for each other person providing services on !.be project whose current certificate shows that the coverage period ends during the duration oft:e project; (5) reram cer:mcates of coverage on file for the duration of the project and for three years thereafter; ( prmicie 2. copy of the ce~...:..5.cates ef coverage to the commission upon request and to aIll' person (:::t1tje~ :c th-:::1 by la'.v: and (---, use the le.::guage comame:..: in the following Figure i for bid specifications and contr2.ctS, ''\ithout any addirion2.: words or changes, except those required to accornmodate the specific document in wnJch the'. 2!~ contained or i:0 impose stricter standards of docur:1entation: T:8SI1011CI!c)(7) http ;!vr....;".; sos si:2.te.txusltac./2S/U/l 10/13/1 10 IIOhtrrj NOTICE TO CONTRACTORS - 3 Revised l1lJ/98l Page 3 of 7 8/7/98 Page 3 of6 :) A contractor sn2.J l) proV1de coverage Ear its employees ::roviciing services on a project, f:::- t..:':e duration of the project 2..Seci on proper reponmg of class:.::::~:.:on codes and p2.;.TOU amounts <L:.c E::g of any coverage _QTeeme:1ts 2) pro\.-ide a certificate of coverage S:lO\Vl11g workers' compensation coverage to the governmental ':-lury pnor to beginni.:.g work or: :,;:';e ?foject; :;) provide the governmental enur:'-, ~~or to the end of the coverage pericd. 2. new certificate of Jverage showing e:aension of ccverage, if the coverage period shown on the contractor's current enificate of coverage e:1ds during t::e duration of the project; 4) obtain from each person providing services on a project, and provide to tl1e governmental entity: \) a certificate of coverage, prior to that person beginning work on the project, so the governmental ':1tity will have on file certificates of coverage showing coverage for all pe:-sons providing services on :e project; J...'1d B) no later than seven days after recei;Jt 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 :he duration of the project; 5) retain all required certificates of coverage on file for the duration of the project and for one year ~hereafter: 6) notifY the governmental entity in 'Miring by certified mail or personal delivery, within ten days after :he contractor knew or should have ir..nown, of any change that materially aifeets the provision of :Dverage of any person providing services on the project; -) post a notice on each project site informing all persons providing services on the project that they :c:e required to be covered, and stating how a person may verify current ccverage and report failure to c:rovide coverage. TIlls notice does not satisfy other posting requirements imposed by the Act or other commission rules. TIlls 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, ..vithout any additional words or changes: FEQUIRED 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-js includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other se:-vice related to the project. regardless of the identity of their employer or status as an employee. II "Call the Texas Workers' Compensation Conunission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, to report an employer's failure to provide coverage If ::::tpjjwww sos,state.t:cus!tacJ28ffiJI1 O/BIlI 0, II O.html HOTIC~ 70 CONTRACTORS - B Rev:a.seci 1/LJ/981 paqe 4 of 7 8/7/98 , . ,- _,. ... ~ ......10 \... . ) !:'age 4 or b ......__......? .....1.1 """'11'""tlIo ~~')'-"" M "-<::(,,\"". . ~ .:........ ,...-........... "-"'r\'\.'c'e se 'e"'s c.... '] "",,,ro' t . Cv...._c.,.2..l y re'-O~~~ ~~., ~e,.v" ;\11:0 ;.."cr.... contra"..).- ,..." ., f\'1 - .. ~,..' Jec to. A) previde coverage Dasei en prJper re?or~..g or classi:fi~tion cOGes and payroll a..-::ounts and filing: an\' covera2e agree:-:-:e:::.s f.x ~ of i:s e:IlDic\'ees ora\.;din::.: se:-':lces en the oraiec:. f:Jr the duratio; ~ ....... - ..' --- . - r'the :Jrojec:: ']) pr:J\-lde 3. cert.iii~:e c:' ccver2.ge [0 the con::actor prior to t.hat person beginni::g '.,.-ark on the . 'oJee:: :~) induce ;n ail camrac:s ,0 pro"lde sef\ices or. the proJec: :~.e language in subsec-...:on (e)(3) oftms sectlox D) provide the contrac:c:-, prior :0 the end or ,b,e coverage pe:-iod, a new cenifica:e of coverage showing extension of coverage, if the coverage period sho\V11 on the current certifiC3.:e of coverage ,,:ncis during the duration orthe project; E) obtaL'1 from each othe:- ~erson ';'1th whom i: comrac:s, md p:-:Jvide to the con:rac:or: a certiEcate of coverage, prior to the other pe:-son begin.'1i...'1g work on the proje~; ::"""ld iU) prior to the end of the coverage period, a new certificate of coverage showing e:ae::.sion of the coverage period. if the coverage period shown on the current ce~iiicate of coverage ends during the curation or the project: CF) retain all required ce:-..iii.cates of coverage on file for the duration or the project 2....-:d for one year thereafte;, IG) notify the governmemal entity in writing by certified mail or personal delivery, Vv1thin ten days after the person knew or should have known, of any change that materially affects the provision of :overage of any person provi.ding se:-vices on the project; and (H) conrracrually require e.!cn other person Vlith whom it contracts, to perform as required by subparagraphs (A)-{H) of this parag:ra.ph., with the certificate of coverage to be pro\ided to the person for whom they are providing services. (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 payroU amounts and filing of any coverage agree~ents. (2) proV1de a certificate of coverage as required by its comrac: to provide services en the project, prior to beguming work on the project; (3) have the following language in its contract to provide services on the project: "3y signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contrac: is representing to the governmental entity that all employees of the person signing this :ontr2.c: wno will provide services on the project will be covered by workers' compensation coverage http://wv..VIsos.state.tx.usltacJ2SfIl/110fBI110.110.html NOTICE TO CONTRAC70RS - B Revised 1/~J/981 paqe 5 c f 7 817/98 t'age J or 0 ",' t::.e~:.:~atlCJn of c.:-. e Drolect, ~hat the cc';era,"e will be 82...Sed on proper repor..ing of classification Jdes ar:.a oavroil a:::o~m~, and that ail coverage agree:::.e:::s ',vill be filed with the appropriate l':sura::ce ~er or, :,:: the case of a self-t.":5t.:.red, with the cOr.'.mission's Division or Self-Insurance Re~iauon. ProvidinQ: false or misleading i.~.torcation may subject the contractor to administrative re;aicies. calycinal Fc;alties, clvil penalties. or other civil ac-.:ons." i+) provide the person for whom it is providing services on the project. prior to the end of the coverage penod shown on its current cen:.ncate of coverage, a new certificate showing extension of caverage, :i the cove:a.ge period sho\V11 oc :he ceniiicate or coverage ends during the duration of the rrDJec: i 5) obtain from each person providing services on a project under contract to it, and provide as required bv its contract: i A) a certificate of coverage, prior to the oL1er person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing eXtension of the coverage period., if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the govemmental entity in Vlriting by cenified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) 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 er: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 beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsectio~ (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period., if the coverage pe:-iod shown on the current certificate of coverage ends during :.../-je duration of the project; I) ootam from each other person under C8nrract to it to provide services on the project, and provide as required by its contract: (il a cen:ificate of coverage, pnor to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the cGverage period, if the coverage period shown on the current certificate of coverage ends during the hnp//\.VWW sosstate.txusltacl28fIIJ1101B/110 IlO.html NOTICE TO CONTRACTORS - B Revi:sed 1/13/981 paqe 6 of 1 817/98 <,~t__ Page 6 of6 ~uratlon or ',:le con:rac-;: F) reram a;] recurred ce:---:.::~:es or' coverage on file for :he duration 0:- the project and for one year ; nereane,: G) notify tr.e govemmer:.tai e::tity in vffiting by certified mail or person.al delivery, within ten days :iller the person knew or should have known, of any change that ffi2.teriaily affects the provision of :overage of any person proV16ing services on the project: and H) contractually require e2.C:: person Vlith whom it contracts, to pericr.n as required by this ;ubparagrapn and subparagraphs I A)-{G) of this paragraph, Vlith the certificate of coverage to be Drovided to :.he person for ','mom :.hey are providing services. f) If any provision of this ru:e or :ts application to any person or cJ"C',l:nstanCe is held invalid, the mvalidity does not affect other provisions or applications of this rule that can be given effect without ,-he invalid provision or application, and to this end the provisions of this rule are declared to be ;everable .g) This ruie is applicabie for building or construction contracts adver-.ised for bid by a governmental entity 00 or after September l, 1994. TIlls rule is also applicable for those building or construction :ootracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid :h) The coverage requireme::t it1 this rule does not apply to motor carriers who are required pursuant to Texas Ci'Y'il Statutes, .Article 6675c, to register with the Texas Department ofTransportarion and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, 9 40). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, 9 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, S 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, S 1.20). This subseC'"...ion applies only to sole proprietors, partners, and corporate executive officers who are excluded from ccverage in an insurance policy or certificate of authority to self-insure :hat is delivered.. issued for delive",.., or renewed on or after January 1 1996. . - , Source: The provisions ofthis S 110.110 adopted. to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://www.sos.state.tx.usitac281II/1 10IB/1 10 110html NOTICE "0 CONTRACTORS - B Revised 1/13/981 paqe 7 of 7 8n/98 SECTION A SPECIAL PROVISIONS ',"vised 7 /00) CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 SECTION A - SPECIAL PROVISIONS A-l Time and Place of Receivinq Proposals/Pre-Bid Meetinq ~f a Led propusals wIll b, re::ei ved 1 n conformIty with the official advertisement jF iting .oiJs for the pn.ject Proposals will be received in the office of the City ~+ Tetary, located on th,. first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, December 7, 2005. Proposals mailed should be addressed in the frl. lowing manner ATTN: C t ot Corpus Christi C tv Socretary's Office l20. Leopard Street, Corpus Christi, Texas 78401 E:D PR lPOS.ll.L CONCRETE LINED CHANNEL REHABILITATION - AIRPORT DITCH, Phase 2 A pre-bid meetingls scheduled for 10:00 a.m, November 29, 2005. The location of the meeting wi I be the Englneering Services Main Conference Room, Third floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be cnnducted t the City and w 1] include a discussion of the project scope. A-2 Definitions and Abbreviations S( 'cion B ])f the Gener ,I P 0'.1 I S J ons will govern. A-3 Description of Proiect The project conSIsts of the removal and replacement of concrete channel liner at mu tiple locations. (BASE BID 2,100 S. Y. in 10 locations, ADDITIVE ALTERNATE 1 - ] 60 SY. in one location ADDITIVE ALTERNATE 2 1,250 S.Y. in one location) including all appurtenances and associated work in accordance with the pans, spec fications and contract documents A-4 Method of Award The bids will be evaluated based on the following order of priority subject to the availability of funds rocal Base Bid Items Al thru AS) or, ~. Total Base Bid (Items Al thru A9)plus Additive Alternate 1 (Items Bl through B'7) or, 3 To al Base Bid (Items Ai thru A9) plus Additive Alternate 1 (Items Bl through B7) plus Additive Alternate 2 (Items Cl through C7) The City reserves the riyht to reject any or all bids, to waive irregularities and tc accept the bid which, i.n the City's opinion, is most advantageous to the City and Ir ~he best nterest of . he nub lie The Bidder shall bid for all Base Bid Items in tb proposa Section A - SP (Revised 9/18/00) Page 1 of 23 A-S Items to be Submitted with Proposal The following items ~~required to be submitted with the proposal: 1 5% Bid Bond (Must reference; CONCRETE LINED CHANNEL REHABILITATION - AIRPORT DITCH, PHASE 2 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 A-6 Time of Completion/Liquidated Damaqes The working time for completion of the project ~ shall be 75 Calendar Days for the Base Bid, or 120 Calendar Days for the Base Bid plus Additive Alternate 1 or 160 Calendar Days for the Base Bid plus Additive Alternates 1 and 2). The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Englneering Services or designee ("City Engineer") to proceed. Fer each ca~endar day that any work remains incomplete after the time specified in the contract for complet:ion of the work or after such time period as extended pursuant to other provisions of this contract, $500.00 per working day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from mon~es otherwise due the Contractor the amount of liquidated damages due the Clty A-7 Workers Compensation Insurance Coveraqe I f the Contractor's workers compensation insurance coverage for its employees working on the Project is term~nated 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 calendal day including and after the effective date of termination or cancellat ion of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in thIS Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In 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 City Engineer. SedioD A - SP (Revised 9/18/00) Page 2 of 2J 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. A-IO Waqe Rates (Revised 7/5/00) Labor preference and wage rates for Heavy Construction. r-l_lnimum t>revaili~Wagesca.!<:~ The Corpus Christl City CouncIl has determined the general prevailing mlnlmum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classificat ions 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 Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted 1:0 the City Englneer bi weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1-1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in anyone week and for all hours worked on Sundays or holidays. (See Section B-1-1 Definition of Terms, and Section B-7-6, Working Hours. ) A-ll 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 Dig Tess System 1-800-344-8377, the Lone Star Notificatlon Company at 1 800-669-8344, and the Southwestern Bell Locate Group at 1-800-828-5127. FOl the Contractor's convenience, the following telephone numbers are listed City Engineer Project Ea~inccr AlE Project Engineer 880-3500 Traffic Engineer HDR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 857-2216 Fax: 857-0509 880-3540 SedioD A - SP (Revised 9/18/00) Page 3 of 23 Pollce Department Water Department Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department Soll.d Waste Services Department American Electric Power (AEP) SBC/Southwestern Bell Telephone Co. City Street Dep't. For Traffic Signal/Fiber Optic Locate Cablevision ACSI iFiber Optic) KMC (Fiber Optic CholceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) RegIonal Transportation Authority (RTA) A-12 Maintenance of Services 882-1911 857-1880 (880-3140 after hours) 857-1818 (880-3140 after hours) 885-6900 (885-6900 after hours) 857-1881 (880-3140 after hours) 880-3461 857-1970 881-5379 (693-9444 after hours) 881-2511 (1-800-824-4424, after hours) 857-1946 857-1960 857-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624) 813-1124 (Pager 888-204-1679) 881-5767 (pager 850-2981) 512/935-0958 (Mobile) 972-753-4355 289-2712 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 do not include any utility locations other than the sanitary sewers to be cleaned and televised. 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 to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc' ), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other lIquid must not be pumped, bailed or flumed over the streets or ground surface 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 equipments, 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 prIce. Materials for repairs, adjustments 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 to 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 Section A - SP (Revised 9/18100) Page 4 of23 The Contractor will be requIred to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, et,c For work wIthin 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. Ai costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractol. If the site needs any adjustment in the traffic control sign location, which may be required for safety of traffic and pedestrians, flO additional payment for the implementation and enforcement shall be made to the Contractor A-14 Construction Equipment Spillaqe and Trackinq The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb lIne must be cleaned at the end of the work day or more frequently, 1 f necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets A 15 Exeavatioa aad Removala (NOT USED) The eJccavated arcaD behiad curbe and adjacent to eidcwD.lltD aad drivcwaye 1lR:l9t be fIlled with "clcan" dirt. "Clcan" dirt io dcfiacd 0.9 dirt that is capable of providift9 a good growth of graDD when applicd with accd/aod and fertiliBer. Tac dirt muot be frce of debrie, calichc, aaphalt, concrete and aay other material that detracts from ita appear,:mce or hampero the grm..th of graoa. All cJCiating concrete and aophalt within the limite of the Project must Be rCffieved unlcse other~ioc notcd. 1',,11 Rcceaoary remo...alo Including but not limited to pipc, driveways, sidewallts, ete., are to bc conoidered ouboidiary to the bid item fer "Ctrcet ~(caV'atioaU "poiat Repairo" , and "Rehabilitation of Manholes", therefore, no direct paymcat will bc made to 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-17 Field Office (NOT USED) The Coatractor muot furnish the City Engineer or fiia repreaentati~e with a field offiee at thc conotruction oite. The field office muot oontain at least 129 s~are feet of useable space. The field offiec ffiUet be air conditioaed and heated and ~8t be fliraishcd with an iaclincd table that meaGurea at least 39" J( 69" aRd two (2) chairs. The Contractor ohall me.e the field office on the site as reqliired by the City Engineer or hia rcprcaentative. The field office ffiUOt be furnished '.<ith a telephone ('.:ith 24 hour per day ano'.:ering' oervica) and FAX machine paid for by the Contractor. There io no oeparate pay' item for the field office. Section A - SP (Revised 9/18/00) Page 5 of 23 A-IS 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. 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. ~ Items to Include: Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Identlfy the first work day of each week 3 Submittal Dates lndicate submittal dates required for all submittals. Re-Submission Revise and resubmit as required by the City Engineer. 4 5 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 or the draWings, wlll be provided by the City Surveyor or AlE Project Engineer. The Contractor shall furnish all lines, slopes and measurements for control of the work. If. during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City Surveyor 48 hours notice so that al 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 Contractor's negligence will be restored by the City Surveyor at the expense of the Contractor. If for whatever reason, it lS necessary to deviate from proposed line and grade to properly execute the work the Contractor shall obtain approval of the City Engineer prior to 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 dS required for the City Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City 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 AU 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 provlde all applicable certifications to the City Engineer. Section A - SP (Revised 9/18100) Page 6 of 23 A Jl preieet Siqna (NOT USED) The Contractor muot furnieh and inatall Two (2) ORe Project oigne as iaaiaatea on the following drawin!!s. (Attachment III) The oigfiB mllet se inatalled sefare construction begins and will be maintained throughout the Project period by the Contractor The location of the oigno ,Jill be determined in thc field by the City Engiacer. In addition, the Contractor ohall provide and inotall poeto oiRlilar to those ~ndieated in the ~ttachRIcnt III and inatall on those aaother Si!!R to be furnished by the Tel,ao Water Development Board. The location of thio oign '..ill be determined in the field by the City Engineer. .'\11 .torl, and m.:lterialo required for providing proj ect oigno ahall be cORsiderca auboidiary to other ',;or},. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for mlnority and female participation by trade and for Minority Business Enterprise. Definltions a Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract b Subcontractor Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c 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, and share in payments from such an enterprise in the manner hereinafter set forth: Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . Sectioll A - SP (Revised 9/18100) Page 7 of 23 IC) For an enterprise doing business as a corporation, at least ',l.O'f; of the assets or interest in the corporate shares must he owned by one or more minority person(s) . ControLled The pI imary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . ~!@r~ l~_I?aETIen~ Mlnoriry 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 paymencs ,md any other monetary distribution paid by the business enterprise d Mlnori!::~l" SeE: definltlon under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are o....'lled by one er me,re women f Joint Venture J'.. j oint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded T.8 carryon a single business activity which is limited in scope and dlrection. The degree to which a Joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member cf the Joint venture in the work to be performed by the joint venture. For example, d jOJ.nt venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% ,nterest, shal 1 be deemed equivalent to having minority participation in . 5.0 % of the wor}:. Minor i ty members of the j oint 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 t:Jllows: fer participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate or. all construction work for the Contract award are as Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 s., 5 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer 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 prohiblted Section A - SP (Revised 9/18/00) Page 8 of 23 i c:o~ ~_ance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the :ontractor 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 nave been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a ".: imely fashi-.::m Gr to submit overall participation information as :"equired A-23 Inspection Required (Revised 7/5/00) (NOT USED) The Contractor ohall aooure the appropriate building inopectioRo by the BuildiR~ Inopection Di vioion at the ',ariouo iRtervala of worl( for ,....aich a permit is req\l.irea and to aooure a final inopection after the building io completed and ready fer occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. 8ection D 6 2 of the Ceneral provioiona is hereby amendea in that the Centractor rRuot pay all fcco and charges levied by the City's Buildiag Inspection DepartHlCnt, and all other City feeo, including .Jlater/waote....ater meter feea aRa tap fees as required by City. A-24 Surety Bonds Paragraph two (2) of Seccion 8"3-4 of the General provisions is changed to read as r llows: "No surety wlll be accepted by the City from any Surety Company who is now iL default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If 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 (lOt) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and adm~tted t.o 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 Cont.ractor 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 cert.ified by the United States Secretary of the Treasury and that meet.s all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." SectioD A - SP (Revised 9/18/00) Page 9 of 23 A-25 Sales Tax Exemption (6/11/98) (NOT USED) Section B 6 22, Tax Bxelllption pro'.riaion, io deleted in ita entirety ane the follo~ing oubatituted in lieu thereof. Contrilcto for improvements to real property a\Jarded by the City of Corpus Chrioti do .~~ CfUalify for exemptioao of BaleD, Bxciae, aad Uac TaJees tioalcss the Contraetor eleate to operate under a eeparated aoatraet aD definea by ~eotion 3.291 sf Chapter 3-, Tax Administration of Title 34, public Fiaanae of the TeJeae Admiaistratiye Ceae, or slioll otller ralca or rC!JulatioRB ao lIIay be prolffi:ll!Jatee by the Cemptreller of public Aaaounto of TC](ilO. H-th.c Contractor eleato to operate under a oeparated coatract, h.c ahalll ~ Obtain the neceooary oaleo tax permito from th.e 8tate Comptreller. ;,-. Idcntlfy in the appropriate opace on the "StateHlCRt of Piateriala aRa Oth.cr Char!Jeo" in the propooal form the coot of materialo paysieillly iaeerperatea into the Project. 3-.- previdc reoille certificateD to ouppliero. ~. pro.idc the City with. copieD of material iavoiaee to euastaatiate the pFepesal value of lIIiltcrialo. ~ the Contractor doee not elect to operate under a ocpariltca eoatract, he MUst pay for all 8aleo, BJCcioe, ilnd Uoe TaJceo applicable to tais project. Subcontractoro complies ~iith certificate to certificilteto are eligl.ble. for oalee tax exemptions if tlle subaontraater also the aooye requiremeato. Tae Contractor IIIl:lSt issl:le a resale the oubcontraator and tae oubcontractor, in tura, issacs a resille hie oupplier. A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator L: . Address: P.o. Box 9277 Corpus Christi, Texas 78469-9277 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract Sectiou A - SP (Revised 9/18100) Page 10 oe23 Par each lnsurance 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 that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage For contractual liability insurance coverage obtained in accordance with Section 8- 6 1.1 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees co 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 lnjury, death or damage is caused directly by the negligence or other fault of the City its agents, servants, or employees or any person indemnified hereunder A-27 Responsibility for Damaqe Claims (NOT USED) P~ragr~ph l~) Cener~l Li~bility of Section B 6 11 of the Cencral proyisiens is ~mended to include. Contractor muot provide builder's ris)t ifts~raftce ee~eraqe fer the term of the Contract up to and including the aate the City fiaally accepts the prejeet or ~-Builder I 0 riak coverage muot be an "All nis)(II form. Contraetor R\UBt pay all eoato neceoo~ry to procure ol;lch bl;lildcr I El risJ( insuranee coverage, includiag any deductible. The City muot be flamed additional insured on any policiea providing ouch inourancc cover~ge. A-28 Considerations for Contract Award and Execution To allow the 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 brdder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or matenals supplied WhlCh relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the cla~mant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, s~gned and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. Section A - SP (Revised 9/18/00) Page 11 of23 A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer The criteria upon which "~he City Engineer makes this determination may include the following: 1 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, struotural steel ereeEiea, masomy, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and City contract close-out procedures. The Superintendent shall be present, on the job site, at all times that work is being performed. 2 Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent 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 not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change In field administration staff during the term of this Contract If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of ContractU Requirements Under "General provisions and Requirements for Municipal Construction Contracts" Section B-3 1 Consideration ~f Contract add the following text: Wi thin 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: 1 A list of the major components of the work; 2 A list of the products to be incorporated into the Project; 3 A schedule of values which specifies estimates of the cost for each major component of the work; 4 A schedule of anticipated monthly payments for the Project duration. 5. 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 Sectiol1 A - SP (Revised 9/18/00) Page 12 of 23 guidelines contained herein. Similar substantiation will be required if the Contractor is an MaE. If the responses do not clearly show that MaE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has Ln fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. t:. A llSt 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 CLty 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 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; f3 Documentation requlred pursuant to the Special provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. <, Documentation as required by Special provision A-35-K, if applicable. 1. "' v. Within five (5) days following bid opening, submit in letter fo~, 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-3~ Amended Policy on Extra Work and Chanqe Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B - 8 - 5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General provisions and Requirements for Municipal Construction Contracts" B 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures Section A - SP (Revised 9/18100) Page 13 of23 of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project, Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is advised to attend the Pre-Bid Meetinq referred to in Special provision A-l. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be glven to the Special Provisions, third precedence will be given to the Technical Specifications conotruction plana, fourth precedence will be given to the Standard Specifications and the General provisions will be given last precedence, In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) /Jr-;-- V~!:L~~aE.!:_QF Orieatation Prior to performing work at any City water facility, the Contraetor, hie oubcontractoro, and each of their employeeo muot have on their pereoa a valid card certifying their prior atteadance at a Vioitor/Coatractor Safety Orientation Program conducted by the City Water Department Peroonnel. ~ VioitorjContractor Cafety Orientation Program will be offered by authoriaed City Water Department personnel fer thoBe persona ....ho do not have ouch a cars, and who dCfJire to perform aay work withia any City ....ater facility. For additioaal information refer te At.t.aebment ~ B-:---- Operation of City O,med Eql;lipmont The Contraotor saall not start, oporate, or step any pump, meter, valve, oquipment, s,,'i tea, In:ealtor, eentrol, or any ether i t.em relat.eEl t.e ai t.y 'lator facility at any time. .~&ll ouch itcRm m\lst be operates by aa operator or other authoriaed maintenance employee of the City Wuter Department. C. Pre~ee~ion ef Wator Quality The City must deliver water of drialdng quality to ita c\l.otomers at all timen. The Coatractor ohall protect the qualit}' of the water in the job oite and shull cooraiaate its '.Jorh: with the City Water Departmeat to protect the quality of the water. Section A - SP (Revised 9/18100) Page 14 of 23 D. Ceafe~~y wi~. ANSI/NSF S~aadard 61 All m.:lteri.:llo .:lad equipment uoed in the repair, reassembly, tranoportation, reinotallation, aad inopectioR of ~~~o, or aay ether ltema, which could come into cont.:lct with potable water, IllUst eoaform to hmeric.:ln U.:ltioftal 8t.:lnd.:lrda Inotitute/Natioaal 8anitation FO\:lnEiatien (AN8I/U8F) 8t.:lnd.:lrd 61 .:l0 dcacribed in the 8t.:lndard 8pceifieations. Such materials incl\:lde all selvents, cleaners, l\ibricaa~s, gaskets, thread compounds, ceatiags, er hydraulic equip.en~. These it?~e mus~ ae~ be used unless they cenferm with ANSI/NSF Staadard 61 and uale88 sueh i~~~e are iasp8e~ed en the site by autheri.ed City persoBBel i..adia~ely prier to use. The Contractor ohall provide the Engineer ~;ith eopieo of writtea proof of .\N&I/N8F 8tandard 61 approval for all materiala whiah could aeme iate contact ~;ith potable water. Br.-- Raadling and Disposal of Trash All traoh generated by the Contr.:lctor or hia employees, ageats, or o\tl:)contractero, must be contaiaed at all times at the ~iater facility oite. Blowing trash will aot be allo'.led. The Coatractor shall J.ee~ ~:erlt areaa clean at all times and remove all trash daily. CONTRACTOR'S ON EITE PREPAlL~TION F. Coatraetor I a peroonnel muot ,lear aolored uaiform oyeralla ether thaa orange, blue, or '.;hite. Bach ,,..pleyee Wliform .'\;Is~ pro.....ide eampany nUlls and individual employee identification. C. Coatraetor oh.:lll provide telephoneo for Coatractor peraonnel. Plant telephoneD arc not a7ailable for Contractor use. H-,--- \\'orldng houro will be 7.00 A.M. to S.QQ P.M., Honday thrtl Friday. ~ Contractor muot not uoe .:lny City facility restrooms. Coatractor Illtlot provide OWR oaaitary facilitieo, J, All Contraator vehieles must be parlted at Eiesigaated site, as desigaated by City Water gepartmeat staff. All Coatractor vehicles Illtlst se elearly labeled with eompaay name. no priv.:lte employee vehieles arc allewed at O. N. CtoveRO Water Treatment Plant. All pcrsoaael Rl\:lat be ia eempaay veRicleo. Dtlri~ '.:erltin9 hourI), contractor cRlployces lllUot Bet lea.....e the design.:lted construction area nor "ander through any buildinga other than for required worlt or ao directed by City Watcr Department ~ersonacl during emergency evacuation. K. Coatr.:lctor Qualificationo ACQUIEITION) E:CADA (E:UPER':IE:ORY COllTROL ANI) DAT.'l fillY '.wrlt to tRe computer based monitoring and coatrol system m\:lat be performed only by qualified technical and oupervioory persoaBcl, as determined by meeting the qualificatioao 1 taru 9 below. TRis warl. ineludeo, but-----:iEr not limited to, modifications, aEiditiens, shaages, oclcctioao, furniohing, installing, eonnectiag, prograRllRiag, ctlstomieiBg, debugging, c.:llibr.:lting, or placing in operation all hardware and/or ooftware specified or rcq\:lircd by theoe opecificatioao. Section A - SP (Revised 9/18100) Page 15 of 23 Tile Contractor or aio s\iseafttraetor proposiR~ to perform the CCADA '.:ork fRuot be .J.ble to demoaotratc tile follo'.dng. ~-----He---4-&- reg\il.J.rly eftgaged ia tae computer sased mORitoriR~ aRd control eyotem buaiaess, preferably ao applied to the ~aieipal '.:.J.ter and ',:aote'.:ater iaalistry. 2. He kao performea ',:or)( on systems of compara13le eise, type, aad compleJdty ao required ia thia Coatract on at least three prior projects, 3, He RaO Beea actively engaged ift tae type of wor]( speeified hereia for .J.t leaot S years. 4. He employe a Re!3istered 1'rofeseioaal BagiReer, a CaRtral Cystems Bngiaeer, or .J.n Blectrical Bn~iaeer to supervise or perform tke ~ork required by thia epecifieationa. ~ , ----He-- emplo}'o personnel on this Project '.:ho bave aueeeasfully completed a maRufaeturcr 's traiaiRg course iR eoafi~uria!3 aad implemeating tae opecific computers, RTU6: 's, aBEl soft\Jare proposed for the Contr.J.ct. 0.-,-- 'H" He RKliat.J.ino a permaRent, fully otaffea aRd cEfUippea service f.J.cility within 400 mileo of tae Project oite to maintaiR, repair, c.J.libr.J.te. .J.nd program tac oystcmo opacified herein. +-~-~ oh.J.ll furaioh equipmeRt which is the produet of oac fR.J.nufacturer to the maJdR'lUm practical e](tent. Where this is Rot pr.J.ctical, all equipment of .J. given t}~e will be the preduct of one m.J.nufacturer. H - Prior performance at the 0, N. Ctcveno Water Treatmeat 1'laRt \:ill be uoed in evaluatiag ~,hich Coatr.J.ctor or sUBcontraetor programs the ne,: '.:or]( for this I?roj ect . 9, The Contractor ehall produE:1e all filled out programmiR~ bloc](6 required to ohm: tbe programmiRg ao aeeded aad reqliired, to add theoe t~JO oyotemo to the eJ(ioting City 6:CADA system. Attached i6 .J.n eX.J.mplc of the required pro~ramming 13loc)(o wnica tbe City requires to be filled ia and givcR to the City Bngifteer with all ch.J.n~eo made duriRg the programmift~ phase. The attacaed sheet is .J.n cJc.J.mple .J.nd io Rot iateRded to show .J.ll of the required sheets. ~. Contr.J.ctor will pro'.ride all ~rograRlRliag bloc)(s used. b-,-- Trenching Requircmento /',,11 trenching-f.er.thio project at the O. ll, Ste','cna Water TreatlftCftt I?laat ohall be performed uoiag a bac)(hoe or haRs dig~iR~ due te the ftumDcr of cJcisting uRdcrgrouRd obatructiono. No treRching machines shall be allowed on the project. A-36 Other Submittals (Revised 9/18/00) Shop Drawing Submittal The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a Quantity: Contractor shall aUDffiit 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 rcquired 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 SedioD A - SP (Revised 9/18100) Page 16 of23 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 appropriately signed or initialed, which certifies that 'J'erification of Products required, field dimensions, construction work, and coordination of information, is all in with the requirements of the Project and Contract documents. stamp, review, adjacent accordance e, Scheduling; ContI'actor 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 Variatlons Contractor must identify any proposed variations from the =ontract documents and any Product or system limitations which may be jetrimental 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. i Resubmittals: Contractor must revise and resubmit submittals as required oy City Engineer and clearly identify all changes made since previous submittal. Dlstribution: 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, Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer'S selectlon Tes.t:_and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended UArranqement and Charqe for Water Furnished bv the City. Under "General provisions and Requirements for Municipal Construction Contracts", ?, 6-15 Arrangement and Charge for Water Furnished 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 sufficient number of fire hydrant meters so as not to delay the progress of his work. .' Section A - SP (Revised 9/18100) Page 17 of23 "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coveraqe for Buildinq or Construction Proiects for Government Entities The requl.rements of "Notice to Contractors 'B'" are incorporated by reference in thlS Special Provision. A-39 Certificate of Occupancy and Final Acceptance (NOT USED) The ioou.:mce of a certificate of occupancy for improvelftcats docs net eenstH:ute fl.nal acceptance of the imprayelftento under Ceneral 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 A-41 Ozone Advisory (NOT USED) PrilftiRS and hot Iftix pa~ins operationo muct not be conducted on days fer whieh an ozone advicor'}' hao been issued, eJ{cept for repairs. The City Bnsincer will Ratify Contractor about 020ne alert. If a delay ouch ac tRio io eJ{pericRecd, thc day will not be counted ao a '...ark day and the Contractor ....ill be cOlftpeaoatcd at the unit price indicated in the propooal. A-42 OSHA Rules & Requlations It 1S 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 thelr officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier materialman, or their officials, employees, agents, or 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, Section A - SP (Revised 9/18100) Page 18 of23 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 (s) be required by the Engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's cost and breakdowns, cost of materials and equipment, wage rates, etc ). This breakdown information shall be submitted by the 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 shall include the following: furnish Owner with to show as-built minimum, the final Horizontal and vertical dimensions due to substitutions/field changes. ,i. Changes in equipment and dimensions due to substitutions. Lii Deletlons, additions, and changes to scope of work. LV. Any other changes made. A-46 Disposal of Hiqhlv Chlorinated Water (7/5/00) (NOT USED) The Coatractor ohall be reopoaoible for the diopoaal of \Jatcr uCled for testiag, d1Diafeetion and liae flushiag ia an approved maaner. Contamiaaats ia the water, particularly high levelo of chloriac, will be used for dioiafcatioB, aad may eJCcced the permiooible limits for diocharge into T.Jetlaaas or ew.rireameatally sensitive areas. TheDe are regulated by numerous ageacies ouch as TNRCC, EPA, ete. It .Jill be the Contractor'o respoaoibility to comply with the requiremeBts of all regulatory agencieo in the diopoDal of all .Jater used ia the project. The metheds of disposal Dhall be oubmitted to the City for approval. There shall be no separate pay fer dioposal of highly chloriaated W.-:lter. Coatractor Clhall not UCle the City'Cl oaaitary Dewer sYDtem for diopooal of contaminated water. A-47 Pre-Construction Exploratory Excavations (7/5/00) (NOT USED) Prior to any conotruction whatever on the project, Contractor shall excavate aad expose all. eldoting pipclineo of the project tli~t croso within 20 feet of propolled pipeliaeo of tlie project and Contractor ahall Durvey the exact vertieal aad horiaontallocation of each croaoing aad potentially conflictia~ pipeliae. For existing pipelineo which parallel and arc T.Jithin ten feet (10 ') of proposed pipclineo of the project, Contractor ohall excavate and C)cpose saia cJdtiag pipeliacD at a ~cimuffi of 390 feet D.C. and Contr~ctor oh~ll OUr\<CY the aec~r~tc horieoatal aad vertical locationo of oaid parallel pipcliaes at 300 fect maldRltlffi &c-e-.- Contractor Dhall thea prepare a report aad suBmit it to the City for approval indieatiag tae Owner of pipelineo eJccavated aad surveyed, as well as the apprOKimate Section A - SP (Revised 9/18/00) Page 19 of 23 otatioa thcreof, diotaace to tae pavefficat centerline <lad clcvatioae of the te~ of cJcioting pipcliaeo. Contractor shall perform ao ceastructien werlt en the proj ect until all eJiplerate~ cJtcavatienG have boon mado in their entirety, the reaulte thereof repor~ed te the BngiBeer and uatil Contractor receives Bngineer's approval of report. Exploratory c)wa'..ationo ohall bc paid for on a lulllp OUffi Basis. Any paVCffient repair aooociatcd. with cxploratory cucavationa ohall Be paid for accordiag to the cotabliahcd until pricc of paVCfficnt patching. Contractor ahall pro~idc all his owa ourve}' wod, effort (no oeparatc pay) for c)cploratory C)[c;:lyutiono. A-48 Overhead Blectrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown Ln 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. A-49 Amended UMaintenance GuarantyU (8/24/00) Under "General provisions and Requirements for Municipal Construction Contracts", ~_ 8.-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity. II A-50 Trench Safety It 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 bld for the item "Trench Safety" as shown in the proposal forms. A-5~ Pavement Restoration and Project Clean Up It is the intent of the plans and specifications that any and all areas within the limits 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 with 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 Is) Restoration of all improvements as described above shall be Section A - SP (Revised 9/18100) Page 20 of 23 Ul accordance with applicable 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 restored to its original condition unless directed otherwise by the Engineer The Contractor may be requITed to perform "clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer Upon completion of construction, the Contractor shall perform a final clean 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 c lean-up shall be considered subsidiary to the various bid items, therefore, no dIrect payment shall be made A- 52 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full Instructions will be furnished promptly by the Engineer. If errors or omissions are so 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 cost, the 20ntractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor prIor to construction and which, in the opinion of the Engineer, could have been discovered by reasonable dilIgence on the part of Contractor. It is the intent of thIS Contract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use A-53 Lack of Information I f 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-54 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 Section A - SP (Revised 9/18100) Page 11 of 13 In addition, the prlntout shall contain the following statement and signature immediately following the Bid Summary: (Contractor) certifies that the unit prices shown ontliTs--'printout-forbid items (including any option and additive) contalned 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 that the Total Bid Amount shown will be 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 Pri.ce (Column IV), and then Totaling all the extended amounts. (Signature) (Title) (Date) A-55 Measurement and Payment of Subsidiary Items of Work Unless specifically included in the Proposal, the measurement and payment requirements indicated in 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 of work to which it is subsidiary. Section A - SP (Revised 9/18100) Page 11 of13 PROJECT: SUBMITTAL TRANSMITTAL FORM CONCRETE LINED CHANNEL REHABILITATION - AIRPORT DITCH, PHASE 2 l C I T~_PROJECT-.!!9_=--2?_~!!l OWNER: CITY OF CORPUS CHRISTI ENGINEER: HDR ENGINEERING,_ IN~_ CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL SediOD A - SP (Revised 9/18/00) Page 23 of 23 ATTACHMENT I SAMPLE COMPUTER GENERA TED PROPOSAL SHEETS . SAMPLE COMPUTER PRINT -QUT DEL MAR AREA STREET Itv1PROVEMENTS PHASE rrr OCTOBER 23.1996 (YOUR COMPANY'S NAME HERE) I II ill IV V Bid Item Qty. Item Description Unit Price in Bid Item Ext. Units Figures Qty. X Unit Price AI 37,475 SY Street Excavation 00.00 00.00 A2 5,033 SY 6" Cement STEL Salvage Base 00.00 00.00 Etc. Etc. Etc. 021 33 EA Manhole Inserts 00.00 00.00 Sub- T otal Base Bid "0" Items (Items D I-D21) Sub- Total Base Bid" A" Items: $ Sub- Total Base Bid "B" Items: S Sub-Total Base Bid "e" Items: S Sub- T otal Base Bid "0" Items: $ Total Base Bid Items: $ ADDENDUM NO. 2 Attachment No. 1 Page 1 of 1 SECTION C FEDERAL WAGE RATES AND REQUIREMENTS rage I ot L Genev2~ DeCl~lGn Nurrber TX03003Y 06/13/2003 TX39 S\lpel~' deu (,enl~rJ f"C1S'()[1 No. 'l'X020039 Stat "'EXA~ Cons 1 "~'It i on Type HEAV County ies) NUECES Si\N ?l\TRfCll) HEAVY ':ONSTRUCTION Pi,OJEc:r:~ (inc I uding Sewer and Water Line Cons'I wtion and )rri nage Pojfcct,:) Modi Ii "tlm Numb"r ) PubJicdllO[\ Dale O"ill! 003 C:OUNT', i C'S) NUECE SI\i'J PATRII IO SUTX, O'.~'A l)/n , 98 "J Rate~ Fl"'i nge s CARPENTERS (Exc i 1.HL ng Form Set ic;) $ 9. [)~} I CONCRETE FINISHFk 1 '>6 ELECTf.' I' I AN l. j I 2.58 t , I . . . , LABORER,' i CommO! Uti 1 t V 5.64 7 68 POWER EQUIPMENT :'PERA'JRS: Backhoe Mot"r (~radel 'L21 H.72 WELDEfC ope rat 1 (" t ( Recelve Ic.,te prescrihpd for craft l-ihi'.h welding is incidental. performing Unlist!'(f ,:lds~;ifical.i(ns needed iu! work not lneluded within the sUlJ.'e of the c l:IS~(, ficdtiJns I sted may be added after dward Of' 1 Y as provided in l' he labo I standa [(Is contract clauses (29 CF'R 5(a) (] (11)1 In thE' 11~;tin9 above, 'he "SU" d",o. j qnation medIIS that rates Listed under that ; leI' ifier In reflect collectivel y bargained WcLJP and f 1 I i'ge berpfi I r dtes. Other clesignatlons 'ndice!e !ID:'ClflS wrlO e ate hive h'('n dfc,tcrmined to be preva I ill"..'. ilAI ;1', Dr:TERf>1lNJl,TJ !N 1\F'PE/II.S l'kOCESS I.) Ha he ! hene oeeCl m ni t, Cli de,:i ~'lon in the matter? This can an E:d tiny publl.~he! wrlCje ,It,t!'rmination a SUiV y nnd.=>rlying waqe determination http://www. wdol.gov /wdollscafilcs/davisbaconlTX3 9.dvb 11/ 11/2005 Wage and Ho"r Admi !list: rat or U.S. Department of Labor 200 COllst it"tion Avenue, N. W. Washington, D. C. 20)10 Page 2 of2 I I I I I I I "I I I I I I I I I I I 1]/1112005 I * d Waqe and HOllr Oi', Lsion letter setting f rll! a position on a wage determination matter * dJl! forrnance (.,ddl r:ional ':lilS:; 1 [i cat ion and rate) cu l.lq On sUITe"! related mat':ers, lrlitld contact, including requests for sun~aries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the DavL;-fjacon survey program. If the response from this lnitial contact is not satlsfactory, then the process described in 2.) and should be foJ lowed. With "~qarcl to any other rnatter ri"r yet ripe for the formal process described here, initlal c(Jntact should be with the Branch ,)f C011:"t ructiOll.Na'je i"leterrni qat i (lIlS. WLi te to: Hr'Hlch of COI13tnlction ',~age [),.terrni T1dt i C1ns ~aqe and HOUl Divisi(ln i. S. Department of Labl)! '00 Constitution Avenue, N. W ','Ja;hington, D C 2021r} 2.) It the dnswer ro 'he questioL In 1.) is 'y'es, then an interested party (tho~e affected by the act~on) can request revieH dnd reconsideration fcom the Wage and Hour Administrator (See 9 CFR Part 1 8 md 23 CF'R Part. 'I). Write to: The request should be accompanied by a full statement of the interested party's position dnd by any information (wage payment data, project descript.ion, area practice material, etc.) that the r.equest"r consider~' n'levant to the issue. 3.) II I he decision 01 the Adminlstrator is not favorable, an interrlS!ed party may ;,ppeal directly to the Administrativ.. Review Board (formerly the Wage Appeals Board). Write to: Admlnislrdtlve Review Board U. ~;. Department of Labor 200 Constitction Avenue, N. W. Washington, fl. C. 20210 4.) A - iecisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www, wdol.gov/wdollscafiles/davisbacon/TX39 .dvb A G R E E MEN T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 20TH day of DECEMBER, 2005, by ano between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, ac t lng through i,:: s dul y authori zed City Manager, termed in the CO!1tract Document s a~ "C c ty," and Coastal Resources, Ltd. termed in the Contract Jocurnent s a 3 "Cont ractor," upon these terms, performable in Nu ces County, Texas. In ccnsideratloI of the payment of $627,174.20 by City and other ot'~igatiors of City 3S set out herein, Contractor will construct and complete certain improvements described as follows: CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH PHASE 2 - PROJECT NO. 2247 (TOTAL BASE BID + ADD.ALTS #1,#2,#3,#4: $627,174.20) ae ording to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their ae ached bid proposal supplying at their expense such materials, se vices, labor and insur ance as required by the attached Contract Do("uments, including)verseeing the entire job. The Contract Documents iwlude this Agreemellt, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a parr hereof. Agreement Page 1 of 2 ..;;8r I:HW2Bll2: Dee 2-05 6'28PM; ?age i 1 1 9 ern 01' CODa ~ ~ ~......-..,.... L ..........t.:tp'rlC11f AJ~ D!~. nan a 'RO>>~ us. Bn> , %1 111 IV V I I B:rD r QTT . mnT I'tICI IX)) ITIIK DT.I1fSlO1f It.". ! OJIII'l' t1UCItJ:P'l'ICllr Ul' pzoua.z. <Oft x URIT PRIC!I I xar PECiIft,U} i I 1 MObi~iz3tion, Demobilization, ~LLQO A:. $.1.5j 5/7t (l) t,); a.~ ~nd8. complete in place pe r fUmD aWl - - A2 2,lCC c=ete Ch4nnel UMt' R4tm:)va.l ! S~ e ete in place per iZ1ara 26.00 $5~5C(), CQ I n.m $ -' +-- - ! 3,E76 Bxc~~tion, complete in place 4.50 $10J54-2.00 1>.3 J C!Y' p.r~ic 'lard $ ? I 1\4 . 3,4.00 Bmb~nt. complet.e .ill plac@ 14. 00 {t7./nm.{)O I C'i per .~io \"&[d $- t~~ .- A5 j 2,.100 C()n~rete Chlinnel Line.:t:'t 5R I Sy thic;kDeall , complete in p14ce $1~~CO_ $ q4 500. CD: ! per!8cruare YarSi l 1 A6 I 1 B:ro$ion Control (TMlpOra ry) , $1[(X). aJ .' $4~~OO. r;o LS c~l.tQ in pl~c. per Lump aPm I I SOdding, 10.50 A" I 2,470 Bro"ion Cont.rol s25Q35. ro i S". =lete in place per SQ)JAre , $-.-- 1 ... .~ I AS 3.$t4(j Cle.. x,i-ned ChaDAEll, R9n\.-:lve 3.45 $I3.5Q3.(Xj ( LF vegttationt H~rbicide $ I App lcation. cCCllPl.ete in , _-L_ plaet. per Lin8~r Foot leg . CiJ27. ao as& BlIl (It... A1 t~~ough AS) I $ TO'tAl. Q AEVJSa) PROPOSAL FORM ~-I AUOINDUU.NO.'2 1 AnACtHtIt NO. 4 '.Sot 11 l PAGE 3 OF 11 ~e .: r J'! C Fl8!J38 0::: ; Dec.2-05 6:29PM: Page 12/;9 , ex,", O.ClOUU8 CSUftJ """~~=:p;: ~.:rn~IQ8 PaoPOSAL AJ)I)%ftV1I AL'BItD.n 1 :i ! I n .1 III IV V 8ID on " URII' JlUCII all) X~ U'I'IDt8%C8 1'1''- au D8SCUP'tXOM :D( .Icmua <on x mn:'I' PUC. :Elf ;nCilQJUlS) ': B1 1 Mobil1hat.1on . Demobilization, $ 7745.'cJ) $7745.00, LS and ! Sanda , c01ll0l1ete in plaoe per ,~ sum ., " El2 1,060 ~~te C1:Iannel Liner Rerooval I Sy a '.t. i.n place per Squa.re !(P,50 $ /71QO.OO $ , , 1 Ixc~at~on, complete I 1,595 in place 5(() ~ Q75. (JJ B3 I Cy per ~ic Yard $ $ ; 84 1,425 bb~t, C:OIlIplete in place 13,50 $Iq. ~37. 50 C'\' periC!ubie Yard $ 85 1/060 Con~:ret. ChaMel Liner, 5" Sy thi#knUD I e~l.te 1n pI ace S 40.50 $4~ Q2().CO p4!ri 10Ulire Ya!;'d . B6 1 Sx'o.ion Cont.rol (Tell\POrary) / S 4500. aJ 4. XV. CO LS ~l~te in place per LUIIm SUIlI $ , !;l"l 1,040 Bx-o,ton Control Socl<lin.~, 10.50 IOQ20. (1) BY ~~letE! in plaoe pel' smarl! $ $ , i ~MdItIveAltemale 1 (It._ 1.\1 through 87) I $ , fO. ,Q7, 60 ., - FlEVI8ED PROPOSAL FORM ADDENDUM'N().2 Arr'ACHlENTNQ.4 .... 4 of 11 {lAGS << OF 11 &I:JC380" . ~e~ ,,-05 6:29PM; Page. 13.;9 Clft ~ c.oUV' caaU'1'I ~lICItaft: r.- -- --""".tft'l'IOIf . A2:UOIl'1' ':Era!. NaG. 2 PROPOSAL ADDt'1':rn: At.ftJUD.n 2 I II XII XV V : , Bl:D on ft lJHI'1' 'R%a 81>> %'RII ~".l"_.lOH IorD O1fIT OJ:SCRIJt'rIOIf 1111 P%GIORU (QTY X WI'1' 'RI~ IK .1__1) Cl , Mobiilizdtion I OemobiliZiilltion. $ Q7g4, ~O sQ7g4, /QO ~ I LS and ! Bonds I cOlli>lete in pl dce I per ~m~ cUlU ! -- j ! Condjr8te Channel Liner RenlOval C" 1..250 " SiI' compl.te in plaee per Si;Dlan 14.75 18 437. 51) ~ $ .- $. J _H I ~ 1,8.20 bCa'Yat.i<m, complet:.e in place I 5',C{) q, 100. Cf) ! c: Cy pex~~Q Yard $ $- 1 $ 21) 735 ~ 00 C4 1,610 BftIb~t., oompleu in pla.ce $13.50 Cy per ~~ j ! Liner, 5~ CS 1,250 Condt:ete Cha.nAfll i Sy t.hi~Jale.. I oQmplete in pl.e. $45. Cf) $ 6to I 'Z ffJ~ (p) pe:r :m.~.XAU ./ . C6 1 Brolilion Control (Tempoli'aryi . $45OJ.W 4/~c(1CO liS complet.e 1n place per L\q Sl.ID $ ! I I 1,170 Erosion Control Sodding, 10,50 $12286.00 " ! i BY complete ill place per ~ XW $, ~l ~ ~--L $ I ?J Z, 0.92 I 10 btal Addtive Albr'nala 2 IItaaa Cl througb C7); , REVJSE.O i"JtOl'OB.IU.. FORM PAGi S OF 11 I ADDENDUM NO. '2 r A1TACHMENT NO. 4 P8ge5of11 :, 91" ~y .3" '~ C 88038D2; :'8C 2-05 8:30PM; Page 14/19 cny or CODas ~.'tl ~c..,., . L1'~ ,..&~. --....Udunolf /t.I1JIOft~. -- :iI PJtO.ou.z. ADDITrn ALTlJUaD 3 1 II: III IV V , au! (l'1'Y " tJ)flT PRIes BID lUll S1'I'aSlO1f J:"t'DS maT D118CltlnrOll IN PIGRmES (Qn :I VIIX': "lC:l III P:tQOltU) I ~ 1>1 I 1- MObiJli.zation, Demobilization, $ 2Jg5. htO $ d/86. ldO I La lLtld : Bond. , coa'Cllet:.e in pl aee ! per iLwtm SUln D2 480 Bxc~tion, C'QCIIplete in plaee 5.50 $l&>40. 00 CY periCub i c: Yu:Q $ , : $13.75 $ [Q(Q[()I 00 I 480 BmbaCnkment, completl! in pldce 03 CY per ~ic Yard I I [I'\l I ~ grod1on Control ('l'$nsporary) I $3500.00. $o5CO, CO I LS ~ete in place per ~ SUm , , DS f 320 i:ro.1on Control Sodding, /2.00 $3840.00 BY e~l.te in place per iquara I ~ S 06 I 100 Remdve and Replace St..l Beam $ /800. CO i $l'3,Cf() i LF auatld 'ence, C'()Ir.plete in place i per 'Linear ~QOt i 0'7 I 140 RellO'Ye existing PilVGI1'.ent, 27.00 3240. ro Sy comPlete in place per Sauare XUs1 $ $ . D8 100 Rel1lOve exi.ting Curb .md /5.CO (5001 cD LJ:I' Gutt<<u, complete in place per Lin....r foo~ $ $ 11 nq I 120 Rep~ace P~vement, COIRp!ete in $ 35. CD 4 2 ctJ~ (X) BY pI.de per S~ate Yard $ i - RE\IeEO PROPOSAL POIU<l PAGE'; OF 11 ADDENDUM NO.2 A1TACHMEHT NO.4 .... 8 of 11 >"'. .~... t!:, ~ r. '- '~ _, 0, U8C3802; Cec-2-05 6:30PM: Page 15119 , <:In or caBO" aa.rnl ~;Ul J.flMIt. W.-- --:rLJ'toI.'n:OI{ 41U0111' D:mea. a_a. 2 Jlao.OUd. ADDITIft AL'nIIJQTII 3 <conln'II)) l tl IU IV V B:JD Q'tY " OXI'l' PRla BID ITa: UTIliIS!OH I'RK tmI'l' DI'CRIPTI01l' ttf P:J:GIOI.SS (on :l VJIr1' UICB IN J':tQQUI) DI0 , 100 Rep1lRce CUrb and Gutter, 16,00 $~15COI 00 LF e~let~ in piace per l.i near I ~ $ i - j I Re~. and ReplaC4 Water <3500, (f) 011 j 1 s35CO.OO LS Se~ic~ Line, oompletfl in i plad.e per LutllO SWI! ,,- " r" Ir'W I 012 ! 1 Res. Water Meter SO", d 7 CfJ. (j) 'd-700.00 I La c<JmP!lete in place per ~ SUm i $ $ j ...-..vIII.. . I 013 i 1 T~a~Eic control I complete in $ d1 fXJ.a) $ ':lIOo.: 00 i plade p4;\r LWIF Swn LS ! lbta1 .4dditive Altwne.te S (It... Dl thro. D13) I $.14}3[6. (PQ = REVISED ?ROPOSAL 'ORM PAG'B 1 Ol' 11 ADDeNDUM NO.2 ATTACHMENT NO. 4- Pege 1 of 11 3e;" by.,~ ~r"'l i:-t J"1 (:;(', d80380~. ; D~2 2-05 6:3QPM; j..:sge ~6!19 eln o. COUV8 c:aun ~~~rD'tIaR ROPOW, A.'DDI'1'I'VI: &LTDaI'. " I II II! :tV "II UD ('tn " 1JJ[[T PR1c. aUJ I'rIM U1&IXOIr %UII OM'%'f DUCUPTIOII OJ 1'XGU:a85 (Q'n' X VIIr.l' >>_1<3 XJr rIGaU"J iiI 1 MoIli1lJ. zat ion, Demob11 hat; 100. $.43W.00 $43q2 I CX)~ LS an4 Bond., complete in place per LW!P Sum -- R~ 1450 ix"vation, OCMIplete in place 5,00 7250.00 C'{ per: Cubic ~&rd. $ $ . , 13 1450 BIIhn.kIIeD t, cOllIplete in place 15.00 .2/, 750. (1) CY p." ~lc Yard $ 14 1 B;r~iQn Control (Te~rary' , $ 2500. Cf) $~2)5Q).ro LS ! c~lete in plAce ~r ~ SuM . 15 1300 1:1011 Control SOd4ing , 1<6, 00 . 23/ 4:00. cp BY C let. in place per Square ~ $ , Total Ad.cUtin ~J.t.~c. " (It.. 11 ~lI. U) l $ 3qj f.Qq2 '] 00 ~q/ ~9~, tJO $ 'lCZO, (Q37t 00 $ "Qw,/Q7. 50 $ '3 2~ OQ2 I (D $ 44.305. &tQ $ ~~2. 08 /) '1; rl If oZ, ()o Bid S'-.ry TOTAL BASE .ID (Items Al through AI) TOTAL ADDI'rjVll AJ:.'l'8RHArB 1 (Itea 81 t~OUgh 87) : TOTAL ADDITtYE ALTBRIIATB 2 (Item. Cl *ougb C7) ; "l"O"tAt. ADDITtvB -'LftDATB 3 (Items Dl t~ouih 013): 'tOTAL ADDITtW ALTIRIl.A'1'R 4 (Items El tiroU9h 151 : RCVIBJIIl PROPOSAL ll'ORM PME e 0]1' U ADDENDUM NO. Z ATTACHMENT NO, 4 Page 8 0111 The ontractor hill CJmmence work within ten (10) calendar days from da e they receive wr Ltten work order and will complete same within 220 CALENDAR DAYS after::on3L~uct ion is begun. Should Contractor default, c tracto may be lab e for liquidated damages as set forth in the c: tract', 'ocurnents. iry wilJ pay (ontractor in current funds for performance of the c: tract Ln accordance with the Contract Documents as the work PI ()gresses. Signed HI ~ parts at Corpus Christi, Texas on the date shown ateve. ATTBS~~ City Secretary CITY OF CORPUS CHRISTI BY:~ Ronald F. Massey, Asst. Ci of Fublic Works and Utilitl APPROVED AS TO LEGAL FORM: By: j~. /L t,l ~I.." t.,~~ <;. ASs~Attorrrey ,... C I Ink " ' r ~;~/r!7fob!:+ Dir,ctor of Engineering Services 1/t7/t7~ , , / ATTES~:(~ Corporation) ',. I aJ.. C'~.:~~,~ _CtC."C '( L.C ( -tSaal Below) CONTRACTOR (Note: If Person signing for corporation is not President, attach co,py of authorization to sign) P.O. DRAWER E (Address) CORPUS CHRISTI, TX 78469 (City) (State) (Zip) 361/265-9500 * 361/265-9333 (Phone) (Fax) Agreement Page 2 of 2 t?l~5 -.Y17 ' -- ~W-j; r,,~u..,~; I ") I) 1; -- \.-~f L . '-- (), <-.. ~'---..:..","- .", J ....~ ~'.""-.".,,,,--,,,,,,,,,- .. ~ I /1",- ~e 1 ,f- t: ~"_ ~ 1: 3_,0 8803802; 8ec 2-05 6~27PM; Page Q/lg )? Rap 0 S A L FOR M FOR CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH Phase 2 DEPARTMENT OF HNGINBERING SERvrc~s CITY OF CORPUS CHRISTI. tEXAS RelISEO l?ROI?OSAL FORJ;l I ADDEHDUUNO. 2 I ATTACHMENT NO.4 Pege1of11 PAGE 1 OF 11 ~ ~; 0 y' >-! ,.,... ,: ~ 8 r ~ -= t ~~ 1 IO)C 8803802; Oec-2-05 6:28PM; Page iO/19 PRO P 0 S A L place: 'lexas - Nueces COUnty Date; J2/7jl 005 Proposal of --.------- "j a Corporati~n organ1ze~ and existing under the laws of the State of -.; OR a Partne~hip or Individual doing ~usiness as (joastoJ-Be~otJrces) LID. TO: The City of Co~. CbJ:iati, Texas Gentlemen: The W"lderstgned hereby proposes to furnish all labor and materials, tools, an<l neoessary equlpm@nt, and to perform the work required for: CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH Pbase 2 at the locations set out by the plans and specificationa and in strict accordance with the COntract documents for the following prices, to- wit: fIEVISS) PROPOSAL FORM PAGE 2 0' 11 ADDENDUM NO.-2 AnACHUENT MO. 4 pag.2 of 11 ::8'1 i ,,'....~. e: ,j 88C3802; Dee 2-05 6:2BPM; Page 11 r HJ , ,CI'1'Y or couus c:az~ .... L'I'IllIM, - .. .......-Ll1'...YU. ~...... !lftS. IPIDD ~ 'ROJO'AL au. aD II nx IV 'I 1 I BID QTT . mJI'%' 'UCI all) lUll DTD8101f It'D tDlIIT OI8caJ:PTIOII III rtQ02Z1 (Qn' X. 11ft"%' .uca 3:>> PIGIUUIB) i I Al 1 Mobi~ization, D8mobil1zation, ~17. (J) ~- tJS and lIIcnds. complete in place $,b5$lJlJ pe r ~UmD SWI coo~ete Chonnel I.i.ar R41m:>val 1U I 2, He t 81" Clomp ete in place per ~qua~. 25.00 $5~ 500. CO I ~ $ . I 3,''76 &xc~~tion, complete in place 4.6<2 $1 (0 J 54-2 · 00 A3 (!'{ perpmio Yard $ 7 Ai I 3,.00 hb~nt:" complete in pl ao~ 14. 00 tt7./nm.()O C'i per ,~~ $ i -I ,~- i , A5 I 2,100 Con<';tret$ Channel Liner, 5" Sy thi6lcn.u , COMplete in place $~15~_OO_ $ q4 500. CO per'Sau&re Yl;9- I J i A6 I 1 SrQ~ion control (TlMIlpOrary), $4f1X). aJ $4J~OO. c;o 1 LS complete in plaee per ~~ Sum A7 2,470 Ero, ion Control SOdding, 10.50 $25Q35. CO Sy ~lete in place per SQ:l13.re $-,--- a. "'~ AS :).940 Cle~ Lined Channel, R9m~ve 3.~ sj3JSQ3.CO LF veqttation, H~rb1ciQe $- , App- lcation, ca1q;'lete in l _-1- place. per ~ine&r FQo~ - l<6 . (!}?57, ro. TOTAl. BillJ. BID Ct t... A.1 tb~o\t4h U) I $ Q REYJSED PROPOSAl. !l'ORM · ,', -~~"--1 ADDENDUM NO.2 1 ATTACIRNT,',N,. .O~4" I P.90111 PAQ,E 3 OF 11 j I.. tJl:J03802; Dee 2-05 6:29PM: Page 12/1 9 I . . c:%ft' O.c::ouus CllU87;t ~"'l;~ == ~UA~Io. PaoPOO.L AI)J)%'ftft AL'BltIlAft 1 I II III tv V .! BID Q1'Y " uml' JlUCB aI]) %ftM 8XtWIIOB r.r-. UJr%~ o.sonn:OI' :or .IGDUS fQn X 1IIIX'l' PUCI Dt nGQUS) " 81 1 Mobi~h:ilt.iOA, De1nobUilllation, $ 7145~(]) $ 7745,00. LS and 1 Benda. coq;llete in p1aoe per .~ sum .; ; B~ 1,060 :~te Channel Liner Removal I BY o .t. in plscfJ per S~ar. liP .50 $17 4qO~OO 1 J $ I I , j ; i 1,595 Ixo~t~on, complete in plAce 5aJ ~ q75~ ro , B3 I Cy perlCubic Yard ! $ $ ; 84 1,42S 8aab~t , C:CHl\Plete in place '3,50 $/q, ';L3150 eY per:Cqb.ie Yard $ as 1,060 Comtreu Channel Liner, 5" BY thi4kne.. I complete in place S 40.50 $4~ Q20.CO per : OqJ.Ulire Yard : - 86 I 1 Ero~U,on ContrQl (Temporary) , $ 4500 CO 4. tw. CO I LS compl~te in place per LUftlID Sum , $ " 57 1,040 BX'OljIton Cont rol Sod.di.Jl.g, 10.50 JOQ20. (J) I Sy =lete in place pet' sauare I I $ $ f --. ~Addltlve AlIel'Nlll8 i (:l:t_ 111 th~b 87) t $ , '~, 7Q7,50 REV&eo PROP08AL FORM ADOENDUM"HO~.2 . ArrACHlaNT No. 4 I ~4of11 PAGS . OF 11 .:;,;: "q- l... ;.: ...., _ ~ j l 8803802; D~8 2-05 6:29PM; Page, 13!19 . exft CD' COUOI CUll'll ~~ r.,-.- Nn._ -----t'a'l'J:OW . .uUOH M'RII. ....... a PROPO&AL A.l)DX'1':n'I: .u.tDlaft .2 lbtal Mdllw Altwna18 2 I It.... Cl tbJ:'ougb 07) . REVISED PROPOSAL FORM f -/ - I II :UI xv v ! .tD qrr It UlfI'l' 'RXa BID %'11III ....T_.I01f I'1'JIN OJifIT O.SCJl.IP'rIOJI lit I'%QQIlU (Qft x UJlI'l 'RI~ IH ..!....) ('1 . Mobi,'lizat ion, Oemgbiliz;ation, $ Q7&4. ~D $q784 I iQO LS and!Bond., cOI\i)lete in place per ~ BUIt' . t- C2 : 1.,250 condjr8te Channel Liner Removal i S"l eompl.t. in place per ~a~1I 14,75 18 437. 5{) I nd I $ j .- $ J ; i 1,820 ~c~at.io.n, complete in place 5,(D qJ J 00. (1) c.., CY pericubic Yarq $ $- Itmll'U , $21)735.00 C4 l,610 Bill,b~t J complete in place $13,50 CY pn~~ i i cs 1,250 Concj.l:ete Channel Liner, sn i I S'i thiqJme88 I oomplete in plac. $45. Cf) $ 6wI rzEo. (]O per :Iaua,~e .XAd ./ C6 1 8ro61ion Control (Temporary) . S 4f)CO. (X) 4/;co~ro I [.is contPlete in place per L~ .sum $; I----f- . . i 1,170 ErQ$ i<m Control Sodding, ID.50 $122<66.00 BY comrilete in place per ~. ~ S ~I "" ~--L- ~- ,.,,, 132 [5Q2, 10 . PAGR S OF 11 I ADDENDUM NO.2 AlTACHMENT NO.4 P8ge5of11 ,8" :3{ r "r" er'_ et J',C 8803802; ~ec 2,05 6:30PM; Page 14/19 CIn or coua. ~rrl ~~. I.1'tMft "'.-, --.:n..J;U'1':I:OJI ~ltJlOBI~. -.. :il Pao.OIAlo ADDIT:I'n ALUJtXU'Ii 3 .1 II: Ul IV V lilD Q'1'Y So mrIT PUCK BID ITSK D.TDllOlf ITIJ( I tnnT DBSCU nrcer 1M PIGlJ2.BS {Q7T X URXT ..ICZ III 'XCQUI) I ~ 1>1 i 1 Mo:biJl1za~ ion, Demobi h Ji{&ti on. $ 2/g6. ~tO $ a/Sf>. ldO I LS and: &onda, cOQ1i:llet.e in pla.ce I I per iI.un\p Sum j D2 1 480 Bxcalvllt ion. cOlaplete in plaoe 5.50 $ :l~40, 00 i CY pericubic Yolrd $ ! i I 480 Blllb~nt I complete in place $/3.75 $ [awCO; 00 03 I Cy per ~ic: Yard I O<\l 1 :. Erold.on Control ('l'.1'IlpOrary), $3500. CO . $a5CO. C() LS comPlete in plaoe per ~ Stml I ! DS I 320 ~ro.ion Central Sodding, 12.00 $3840.00 I BY cOl'llltlete in place P41r iQ).lartt ! u..a $ - D6 100 Remdv. and Replace St..l Beam $ ('6,t)O $ I <gOO~ Ct) LF GuaL1cS fence I COlf.plete in place pe:r; 'Linear fQQt I I 3240. CO 0" I 1.60 RemOve existing Paverr,ent I 27.00 I gy COfIlplete in place per Sauare ~ $ ~ L I D/.l I 100 RelJloQv. exiB t ing Curb <md /5.00 15OQ, cD I 1.1.' Gut~.~, complete in place per I $ I J..,in.n foot s l' Rep~ACe Pdvemen~i ~ompl.t~ $ 35. (/J $ 42W~ CO fl9 I 120 ~n I Sy plade per ~~a[. ~~~ I R&VBEO PROPOSAL PORM PA~2 I) OF 11 ADDENDUM NO.2 ATTACHMENT No.4 Page 8 of 11 ; 6 1- ,~ D~', ~ F L... -; fH~ ~ ~ t ,3 ~ (~: 0 8803802j Dec-2-05 6:30PM; Page 15/19 CJ:'l"'l' 0., COPU8 CB.Jft'% obIa..fa t..~ W. L .....1:'LJ~'r%QJf Aroo_ 1)3:.... .--. 2 tao>>o8U. ADDITlft u,"nIIIIAft 1 ( oonr1ftJWD) 1 II IXI IV V BID on &: OXIT ,alClt BID ITa KZTIlfS!01f I'l"IK ORr'1' DIBCIIP1'1Cl11' III PtGlOtBS (on J: UJU'1' PRtClt :UI' J'XCR:JU8) DI0 I 100 R..plia(;!Q CUrb and Gutter, 16,00 15(0,00 LF eo~lete in pi a.ce per l.in...ar I ~ $ $ I i ! ~5oo. CfJ 011 i 1 R.mdve and Replace Water $p5CD. ao I LS Serlice Linlt, QOlllplate in plaCe per Lumo Sua $ JI '~ 012 1 RetJejt Water Meter BOX, 'J 7 Cf). CO 'J-700.00 i LB cCfl1lil ete in place per LumD SUm I $ $ j ~...- I , 012 I L T~af~ic Control I oomplete in $ dl C{), (J) $ ~/OO, 00 I LS plad.e p$r Luq> 81o\ft\ ! I 1'btaJ ~Y8 Mernate S (I tlNlllt 01 tnJ;o\lg'h D13) 1 ReVISeD ?ftOPOSAL roRM $j4;3[6. {PO_ PAGE 7 01 11 ~ADDENDUM NO. 2 . ATTACHMENT NO. 4- P.-1of11 r I "; B .~". :; v ::f\.. C t .J 0 d80380~; Dee 2-05 6:30PM; ?age 16119 . CIn o. CCUVII CKUfti ~~~~. a;;rru.'tIOJI ftO>>Ow, Al)J:)I'I'1'W ALDIBD 4 :x: XI 11:1: :v v ax>> 0'1"Y .. mr.I'f' PRICK am I't.. UftK.IOII' IUM um'l >>UCU''fIOH :at I'IGnaB (Q'llr X 'OlIn' :>>nCII XJr f:tGnl.) Bl 1 M~illa.tion, Demobilization, I $ 43Cfl. OD $43q2, CO LS an4 Bond., complete in place per LUt!lP SUIl JV- -- 1:1 1650 ix4avat1on, c~lete in place 5,00 /250.00 CY per: Cubic Yard . $ $ . L E3 1450 ~t, cOllIplete in place 15.00 '.21, 750. C() Cy pet CUbic Yard $- &4 1 Brq.ion Control (TellpOl'aZ'y) , $ 2 sm. (j) $~2)5W.W LS ! c~lete in pl.ce ~t' l.uII.l SUIl is 1300 B~ion Control Sodding , l~rOO . 23/ '!:DO. ()) SY c.lete in place por Square ~ $ , Bid S~ $ 3qJ ~q2 oJt)O ~q/ z9;<" (/0 $ 'l <60, (Q 87 t 00 $' lO-.7Q7. 50 $ t32~, OQ2 I (tJ $ 44~ 305. &; 0 , t.6) $ ~~. Ou /i'ljc1tt<Z. &0 1'otal Addhive Uta=..t.8 , <It.. 11 ~11. U) I TOTAL BASE ~ID (Items Al tlu-ough Ae> TOTAl.. ADDITJW ALTSRlf'ATB 1 (Items 11 t~roUgh B7) : TOTAL ADDITtVB AL'l'IRHA'I'B 2 {Itema Cl ~OU9b C7} ; TO'tAL ADDI'l'1YB ALt'BRIIATB 3 (Items D1 tArough D13) : TOTAL ADDITtVE ALTlRIIATi ~ (Itelll8 El tl!arol.l9h l!SJ ~ RSVISlID PROPOSAL FORM PMI e OP' 11 ADDENDUM NO.2 ATTACHMENT NO.4 Page 8 of 11 S8'"J ~y q: ,-2 er~2tj't)O, 6803802; Gee 2-05 6'31PM; Page 17119 The under'1~d h6reby deClar.. that he has viai~6d the'$ite and ha, carefully examined the plans, Specifications &nd contract ~~t. r-elatirlg to the work c:ov.~ed by his bid or bida, that he agrees ~odo t.he work, a.nd. r.hat no repr..entat lc$n:s _de by the City are in any sense a warranty but are mare estimates for tli. guidance of the Contractor. Upon notlfic..tion of award of oontraot, we will within ten (10) .:;alenc1ar days uectute thai for$l contract and will daliver .. Perfot'lllanCe BOnd (as ~equired) for the faithtPl performance of this contract and a Payment Bond (as required) to insure pa.~t for all labor and materia.ls. The bid bond atta.ched t.o this propogal, in the a.ptIDt of 5' of the higheet amount bid, i. to become the property of the City of ~rpuIJ Christi in the event the CO!l.tract and.b0J'd8 are not Qx.-cuted ~i thin the time: above set forth as liquidated datAageliJ for the delay and additic1nal 'oIOrk caused t~reby. Kt.Ilodty/Jli~it:y '&uliMa lrat.rpzoi.. P.art.ic1paUozu 'IM apparent low bidder ahall, within two ~ys (five days for Contract:ors outside Ni.1$cet county) ot receipt of bids, submit QQ.. the City Engineer, in ~it1n9, the name. and adares.eft of MBI firms participati~g in the contract and a description of the work to be performed and its dollar1value for bid evaluation purpo.e. lfWIbu of Sit:; let. C)f Doe...t.. r The contract and all bonds will be prepax'ed in not 1....,.. four counterpart (original signed) set.. Tu.. Q.:f a~.t1on: The undersigned agree. to c:olllplete the woJ:'k :ithin :D~~~~*~:E 6~ =-~'f.:. t'~~m:~i~trom eM date designated h1' . Work Order Tba wlderai9~ad further declares that he will provide all necessary tools and apparatu.s, do .11 the work and furnish all materials and do everything required to carry O\,lt the! above mentioned work oovered by eMs praposaJ., in strict accordance with the oont~.ct documents and the r~irementB part.ining tb.ret~, tor the sum or Bums above aet forth ~~_~~_I:~_l~wing addenda is acknowledged (addenda nUlW::ler) , Respectfully submitted, SEl~ - If 9id~r, is a Corporation) Name: LTD I 'Telephone; KOTI: DO not detaeh bid from o~her pape.~. Fill in \\lith ink and submit complete ~ith attached pa~~e. PR (7/S-0) RE\MEO PP.OPOSAL 'OR."! PAGE 9 OF 11 ADDENDUM NQ.2 A'M"ACHIlENTNO. 4 '.10111 ~. E R FOR MAN C E BON D BOND NO. PRF08393475 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Coastal Resources. Ltd. of NUECES County, Texas, hereinafte: called "Frincipal". and FIDELITY & DEPOSIT COHPANY OF MARYLAND;-* a cu porat ie', organizec unde__ t he laws of the State of MARYLAND , an- duly authorized ~o do business in the State of Texas, hereinafter Cei . ed "Sl;l-ety", are he Id and firmly bound unto the City of Corpus Chlstl, a munic=-pal corperation of Nueces County, Texas, hereinafter ca, led "'-:i~..y", in the penal sum of SIX HUNDRED TWENTY-SEVEN THOUSAND. ONE HUNDRED SEVENTY-FOUR AND 20/100 ($627.174.20) DOLLARS, lawful money of Uk Uni ted States f ~o be pa d in Nueces ':::ounty, Texas, for the payment of wh .:h SlJm 'well and ru y tu be made we bind ourselves, our heirs, executors, admlnistra ors and successors, jointly and severally, firmly by 'hese p~esents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the pr ncipal entered into a certain contract wi th the City of Corpus Chrlstl, dated the 20TH of DECEMBER , 20~, a copy of which is hereto f a1 t ached and made a part hereof I for the construction of: CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH PHASE 2 - PROJECT NO. 2247 (TOTAL BASE BID + ADD.ALTS #1,#2,#3,#4: $627,174.20) NOW, THEREFORE, Jf the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repalr and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shal lie in Nueces County, Texas. And tnat said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or tc the work performed thereunder, or the plans, specificatlons, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or t the work to be performed thereunder. ** -OLONll,L AMERIC.zl,N CA.SU;;'LT' & SURETY CO. Performance Bond Page 1 of This VE.non':c St teJf bond {,vi 1 'Texas. 1S GiVen :; t: a t u e ~ 0 f to meet Texas, the requirements of Art icle 5160, ana Jther applicable statutes of the t de The ulIdersigned Agent :=;:esident ir ivered and JD whop of su ~h suretys 'lrance'ode. 3.ge;-;1: iei hereby designated by the Surety herein as Nucces 'ounty to whom any requisite notices may be service of process may be had in matters arising ip:ls provided by Art. 7.19-1, Vernon's Texas o I"i IN WITNESS WHEREOF, this instrument is executed in -L copies, each on of whi:h shall bE deemed an original, this the 4TH day of ,ANUAHY 2 ~ PRINCIPAL ,:. ~ t A'1'?!~}' 'f{t~IC\' ~ee{'et9ry . .l { t C. (' ( C' :' I i I I " I I.\:. :Prlnt Name' . . . . 1'1' (' / { j { . '(,'-\ JI ' SURETY FIDELITY & DEPOSIT COMPANY OF MAPYLAND ('(n.n1'J1 A f AMRR 1 ('AN ('ASflAT.'T'Y_ ^' SflRF.'T'Y ('() /~ ' ~ ""/ -~~7 By: ,./>c /r"J.....- c:.&; 7~} 1 /' /,/ u'7/2-<... Attorney-in-fact ( \1ARY ELLEN MUOPE (Prlnt framel The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: SWANTNER /;. GURDON INSURANCE AGENCY Contact Person: r-JARY ELLEN MOORE Address: y. O. E')X S 70 ('ClRPflC ('HRTS1'T, 'T'RXAS 7R4()i Phone Number: 16 1-><>; ~-l ~. 11 NOTE Date of Perfc'rmanCf' B.nd n'ust nct he prior to date of contract) ReT! sed 9/02) Performance Bond Page 2 of 2 PAY MEN T BON D BOND NO. PRF08393475 STATE OF TEXAS ~ COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT Coastal Resources, Ltd. of NUECES County, Texas, he: einaftel called "crir:cipal", and rIDELITY & DEPOSIT COMPANY OF MARYLAND,**a C~tpoYatic organized un:::lec the laws of the State of MARYLAND a1 dul~ <Juthorizer1 0 ,jo business in the State of Texas, hereinafter Cd ~ea "Si.rety", are held and firmly bound unto the City of Corpus Cn Lst" c, municlpal corpcration of Nueces County, Texas, hereinafter ca ed "Ci t y", and u to a J 1 pe rsons, firms and corporations supplying la rand materiacs in prosecution of the work referred to in the ar~ ached cuntract, In the penal sum of SIX HUNDRED TWENTY-SEVEN THOUSAND, ONE HUNDRED SEVENTY-FOUR AND 20/100 ($627,174.20) DOLLARS, lawful money of The United States, to be paid in Nueces County, Texas, for the payment ~< whi c:h ,c um we 1 L ani t cu y to be made we bind ourselves, our heirs, exe ut rs, administrator and successors, jointly and severally, firmly b\ hese p ;-esen t s : . ,~ THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the pIl ncipal entered into a certain contract with the City of Corpus O:r Lsti, dated the 20TH day DECEMBER , 20~, a copy of which is hereto attached a d made a part hereof, for the construction of: CONCRETE LINED CHANNEL REHABILITATION AIRPORT DITCH PHASE 2 - PROJECT NO. 2247 (TOTAL BASE BID + ADD.ALTS #1,#2,#3,#4: $627,174.20) NOW, THEREFORE, if the principal shall faithfully perform its duties ano make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modiflcation of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obI gat ion shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the cont ract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of rhe contract, or to the work to be performed thereunder. **, )LONTAT. J\"1EPIC1'l,N CASUJ\L'l'Y " ;:;UPETY co. Paj-'TIIent Bond Page 1 of 2 Thi s bond is g 1 ver to meet the requirements of Article 5160, V~ non's Civil Statutes of Texas, and ther applicable statutes of the St te=)f 'Texas. The te:ffi.s ""laimant", "Labor" and "Material", as used hs ein arE in accordance w tb and as defined in said Article. tn d.:o ou TtlE- ulders LJnE-d Agent Resident in lvered :.md)n whon 0!3u'h suretyst lranc:e'ode. 1ge t 1'::: Lereby designated by the Surety herein as Nueces C unty to whom any requisite notices may be se~vice f process may be had in matters arising ip I as provided by Art. 7.19-1, Vernon's Texas In IN WITNESS WHEREOF, this instrumenT is executed in ~ copies, each on of whL:h sha 11 be deemed an or ig ina 1, thi s the 4TH day of ...:I.ill:,T,ARY 2 ~ PRINCIPAL LTD. PARTNER ~ .'" 1 A'l'T~ST " " , \-\. '- S eCIYe't'Ci r y ;..- ( (. \ rPrlnt Name\ JLt(~)J I( SURETY FIDELITY & DEPOSIT COMPANY OF' MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO. By: /""/"0.< <! c-' 1::'t~ /1 $ c ?72.<' / L Attorney-in.,-tact , r.1~ RY F.T ~.F.N (-lUORE ! rlnt arne' The .Resident Agent of the Surety in Nueces County, 'l'exas, for de~ivery of notice and service of process is: Agency: S\\iANTNER &. GORDON INSURANCE AGENCY Contact Person: MARY ELLEl< MOORE Address: p.C. bOX fi70 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-883-1~ 11 (NOTE; Date ot Payment Bond !'lust no' be prior to date; of contract) (Revised 9/02) Payment Bon,} Page 2 of ::: Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the ('OLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations o~the S aryland, byPAULC R?GERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of u ~ , Article~, Section 2, o( the By-Laws of Said Compames. whICh are set forth on the reverse ~ er 0 led to be m full force and effect on the date hereof, does herebv nominate, consti 0 \ en MOORE, R. M. - 0 ' LEE, Diann EISENHAUER. Michael A. W~I ~ . us Christi, Tens, EACH lts true and lawful agent and Attorn~y-in-F t) D , te , r, and on its behalf as surety, and as its act and deed: any and all bo s s ehalf of Independent Executors, Community Survivors and COI~?J~~~a~ans of such bonds or undertakings in pursuance of these presents, shall be as binding a'~' and amply, to all intents and purposes, as if they had been duly executed and acknowledged b 1 cted officers of the Company at its office in Baltimore, Md" in their own proper persons. This power rney revokes that issued on behalf of Leroy A, RYZA Mary Ellen MOORE, R. M. LEE, Diann EISENHAUER. Michael A. WHITNEY. Irene BLUEMEL, dated July 22,2003, The said ASSIstant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of saId CompanIes, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and dffixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL \MERICAN CASUALTl' A'ID SURf-TY COMPANY, this 13th day of October, AD, 2003. \ nEST. FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY U:YV~ By: Assistant Secretary Paul C. Rogers ~ T E Smith Vice President State of Maryland } 55: CIty of Baltlmore On this 13th day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument. and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for hlmse If deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the precedmg mstrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and suhscribed to the saId instrument by the authority and direction of the said Corporations. IN TESTI\10NY WHEREOI' I have hereunto set my hand and affixed my Official Seal the day and year first above written S/.-rUbJ- Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 POA-F 168-9883 ITtJS) ~ Fidelity and Deposit Company of Maryland Home Office: PO. Box 1227, Baltimore, MD 21203-1227 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for mformation or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800- 252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S8543flTX) (08101) 9 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002 No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk ofloss resulting from acts of terrorism (as defined in the Act) under this bond is $ waived . This amount is reflected in the total premium for this bond. - - Disclosure of Availability of Covera2e for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1 % of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year., The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in anyone calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: to be an act of terrorism; 2, to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 oftitle 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act ofterrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 -0050749.doc jlj ,,~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or rums seeking to do business with the City to provide the ~'::i~:o~~at'oCoa5tanru ~aSO~rC~SuesLTJ) applicable. answer with AN~. STREET: PO, OrCA-Wer E CITY:~S ZIP~Yt{S --r34lPQ FIRM Is: 1. Corporation (~~ 3. Sole Owner e 4. Association e .._--~ 5. Other e DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. I 1.. State the names of each Aemployees of the City of Corpus Christi having an Aownershlp Interest:: constituting 3% or more of the ownership in the above named Aflrms. Name t/ I A Job Title and City Department (U known) T'l/ '. I 2. State the names of each Aofflcials of the City of Corpus Christi having an Aownership Interest: constituting 3% or more of the ownership In the above named Aflrms. Name / Title N/A I 3. State the names of each Aboard member:: of the City of Corpus Christi having an Aownershlp interest:: constituting 30;. or more of the ownership in the above named Afirms. Name I Board, Commission or Committee ~!A 4. State the names of each employee or officer of a Aconsultant:: for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an Aownershlp Interest:: constituting 3% or more of the ownership in the above named Afirms. :~ lA~_~ __ Consultant CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Tex s as changes oC~Jf' I Certify;ngPerson ioneTc -zuerreroTltle. L-Zt:neroJ marJOIJer eO( t) Date r ';)./7 / 0 5 1 PROPOSAL FORM PAGE 8 OF 9 DEFINITIONS a. ABoard Member=:. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. AEmployee=:. Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. AFirma:. Ally entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entitles operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. AOfflCial=:. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. AOwnership Interest:. Legal or equitable interest, whether actually or constructively held, in a farm, including when such interest is held through an agent, trust, estate or holding entity. AConstructively held: refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. AConsultant=. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. ~ t PROPOSAL FORM PAGE 9 OF 9 ~._~.._...,.- -.-..-- ---... - --- .- ..~,.._....._, ....._-_..~---,- i 4CORfJ. rRCD~CE"--- CERTIFICATE OF LIABILITY INSURANCE Swantner & Goraon Ins POBox 87 Corpus Chr~st~ rX78403 -087C Phone 361-883-.711 Fax: 361 844 01 J1 .~genc ! CSR CM DATE (MMIDDfYYYYI COASR-2 01 04 06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONL Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4L TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSUREr INSURERS AFFORDING COVERAGE NAIC # REF- Mid Contin~~t_Casual ty~o-"- roEF- ~'~~:j.~ ~_.:.r,_~nt,~~~_~~y_ compa~_~_._ American Home Assurance ---- --'---"---.-~-_.--~.- Nat~onal Union Fire Ins Co 19445 L Coastal Resources L~d. \ P 0 Drawer E Corpus Chr~stl TX 78469 .n.. REi. tJ~. jf~EF.- f;~ ir~EF COVERAGES I I I rC1E P'-'], rES OF INSL,R.Af'~( E USTED ~)U i'/, I~':'. E B~ ."iV r,E.>"REMENT. FRM F- CONDIT C~ .:'" 'JA.Y PE,;l ;\tN, THE INSJRAt;,EAFF'"OF:[T TiiF. PC ~'~)LICiE'-.. -\GGREGATF ".Ir-..';r'~ SHe',/If'., ~.F,,' 11>./' BEE N tSSI. D -f--H~..'-,I_'[(L.D NA~~'H_) ,J,bO\.'~ FOR THE P()UCY PERIOD iNDICATED. NOTWITHSTANDING ,CRACTR C) "ER r( "\IENT/,'1H r,ESPf T FJiiHICH THIS (.ERTIFICATE MAY BE ISSUED OR ':IES I f SCRT,EC .'1 i",NS 5' T 1 L 'HI rEHUS EXCIISIONS .AND CONDITIONS OF SUCH 'j,REQlr t~r .,,~_,S .IIOU'!. L TR INSRD TYPE Of INSURAN<;;€ 3ENERAL LiABIU;Y I( A X CCMMth:IA fNEPAL \1S ..'DE X 'OLlC { NUMBER 'polICy EXPIRATlOIIT-.---- '~--. DATE IMMIDDfYY LIMITS v i EACH OCCURRENCE ~ 000,000 r~~~~~~ (E~~~~~~nce)' I $ 100 ,000--- :----~-~~_._-- -~------- MED EXP IAny one per~~ ..1 $ EXCLUDED _ PERSONAL & ADV INJURY ,$ 1, 000,000 GEN~RALAGGREGATE-11'2, oOO~OO- PRODUCTS - COMP/OP AGG]S 2 , 000, 000- '---.-- - ----- -1-----"- .-- 04GLOC0591907 06/05/05 06/05/06 "Nt A..GR, ';A' M: r_~p~ L. ~:_- ~ 'c;:~ I "RC t- -'- -~UT::~~:E UA~;~~~T --.. --.- j IB i X AW"l.' 04CA002732898 06 05/05 06/05/06 COMBINED SINGtE LIMIT iEa accident) 1;1.,000,000 -1---------- -------- I $ AU. -~'y\"-.;L_L: )'. SCHFOi C:C ,; BODIL Y INJURY I Per person) X HIRED A 10 X NO', D\','JE[ , - ----.------ -._----_.._._--~ BODIL Y INJURY {Per accident) I $ t-- ~-.:;ARAGE L-;;:~ILlT -'--- I I ~~-.~-(.CESSIUMBRELl A LIABILITY ID I :eEL . t~X , RETENT" N . 5100g,Q ___ WORKERS COMPENSATION AND , EMPLOYERS' LIABILITY y. CAN, fRUPRIETORJPART',tP'ElE WC9369280 i DFF!CPRMEMBER t'CLe.PO' i it ',es ~<<:flbe ur'dw SPECIAL PROVISIO~-j,S be PROPERTY DAMAGE (Per accIdent) AUTO ONLY. EA ACCIDENT '$ AN'r '\U" i ~3~6~~~~N EA ACC $ X OCC'R ;", r' !~: ~,l.\jIE EBU9021208 02/22/05 02/22/06 AGG $ / EACH OCCURRENCE I $ 1,000,000 _ r- "GG"GA"_~ -= _ f' ~OO,~O~_ ---- T$-- 01/28/05 01/28/06 / . TORY LIMITS '~__,__.. EL EACH ACCIDENT , $ 500000 ~~ISEAS~. EA EMPLOYEE! $ 50-0000"---- E L D;SE~SE. POLICY L1MIT1$"s0 0 OC)O---- - -I' OTHER DESCRIPTION OF OPERATIONS LOCATIONS! VEHICLES i EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS Project Concrete Lined Channel Rehabilitation Airport Ditch Phase 2 _ ~. Project No. 2247 Additional Insured as required by written Insured contract in favor of the Certificate Holder applicable to General Liability & Auto Liability policies CERTIFICATE HOLDER CANCELLATION CICC-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION -' DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~AYS WRITTEN NOTICE TO THE CERTIFICA TE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL iMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR City of Corpus Chrlstl Enqineerlnq Services Attn: Contract Administrator P. O. Box 9277 Corpus Christl TX 78469-9277 v ACORD 25 (2001/08) ( IMPORT ANT If the certificate holders an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on th s certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS \VAlVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirrratively or negatively amend. extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) COMMERCIAL GENERAL LIABILITY CG20101001 1111" !\;D< 'RSF\lp,n (1I\'iGFS THE Pi lUCY PLF,\SE READ IT CAREFULLY /\I>DITIO~\1. I.\ISLRED - OWNERS. LESSEES OR ('(}'\TR\CTORS - SCHEDLLED PERSON OR ORGANIZATION fhls <,'m1\ I "2111c'nl !11"ditlc's ihuran, c' 1" I'\lded under the t()llu\\lI1g V 'O\l\lFRCI\1 < ,r=NER\L I ,I\BIUTY CO\ FRAGE PART "CHE! K'LF Namt .f 1',Tson ,'I' (Irt!aIllzati,'n: l C ll\ of Corpus ChrISt.: Department Jf Engineering Sell ices ,\ttn ContI act A,hninistratlll Pi) Box 9,'77 \ 'rpus Chr: ,ti,Lxas ~R.fnli-cj2 77 (lfno ,'ntJ'\ appears above, mlllrnlall(ll1 !'t'quired to complete thiS endor,,,emenl will be shown in the Declaration as applicable to thiS endorsement) ,\ '-c'dlOll II Whe Is\nlnsared IS amcnded to include as an insured the person or organization shown in the ",hedule but only \\ llh respect 10 liability arising out of your ongoing operations performed for that insured, R \\ Jth respeL't to the ilhULll1<'e alforcled t,\ these additionallllsureds, the following exclusion is added: _ Exc IUS10lb ! hiS lI1suran~c' dlles I)"t apply Ii' "h1dIly mjury" (1f property damage" occurring after: ( i All \\'ork includlllg m,1Ieri,11s, parts or equipment furnished in wnnection with such work, on the project (othn than Sc'lI'ke. Iltall1tenClllce il[ repairs) to he perfornl~'d by ('I' on behalf of the additional insured(s) at the site (,jthe C\verc.J operatil1ns has been completed: or I I rhat purli<m of' 'our '\ orl-." out ,>I which the injury ur damage anses has been put to its intended use by any perSUi ur urganl/3tiol1 iltlll'r than allc,ther contractor I'r ,;ubcontrador engaged in performing operations for a pnnllpal as part fthe '"ll11e prujc'cl e(,21 III i Ii I Insured Effectl'. e COJstal Res(\urce:-" !.tel h (151)) ~'t:""-'~ , .1,'''-,/' I ,.f- ~ f"{':' ~V;.j? f~~l~dal~', ~'e"-- \ur!1<\lIied Rer'resenuti\ ': Pult!' 04GL000591907 v' v :Vlanaging Partner ritle: TE 99 om /' \DDITIO~,\L INSl.iRED This ende) ','m,'nt nlpddl<S 111 ,uraI1l C,' pF,\'ided under the J,'II(1\\lI1g '1' BPSI;\iE,SS ACTO COVER.-\GE FORl\I GARAGE COVER-\GE FORM TRl.lCKERS COVERAGE FORM This cndul "cll1ellt ~l1al1gL" thl polle\ ellc:etin: ('n the inu:ptlOn date of the polley unless another date is indicated below: Endor"enlc'nt f-m:>'!;,,: PollC, i'\umber 60,~ ( .:. 14C\()027J2XQS v Coastai R,,, 'ur,'c:s I tel __1 / Named In-ured ollntersigned by Thc: pn '\1 "I ins dnd c'\c Iw,lon, that itppl' to r I,\BILITY (( )VI,RACiE also apply to this endorsement. Additional InslIrt'd: , it\ ,! COL'US Clln,;l : kpt (lr Enpneenng -;l:T\ Ice, \ttn: C, 'nlr.!ct Ac!mll1i,;lralPr i' () 8(1\ 9,. '7 I '"qm,; I 'hn'IL T\ -\-I6Q,l,2-- .I ! IS alllllsurL'll. but Inh \\l1h rt"ped , lC:lal re,;p(1Jlsibility tor acts or omiSSIons of a person for whom Liability Coverage is afforded under thi" p\>lI(\ The additional insllrl'd I' not requi;,'d 1\ pa\' k'l any pn:rllllll11S stated in the Plilicy or earned from the policy, Any return premium ,!nd am' .11\ Illcnd, if Ippliublt declared by us ,;hall he paid tc> vou, You Mc' all1honzed [(0 ,Ict for the additional insured in all matters pertaining 101 this insurance. \Ve l\illllli~l1l the adJIlIollclllll"ureG 110tk'C 1'1 ,!lI\ canccllatwn ,)1' thIS policy. [f the cancellation is by us. we will give ten da\s nelti, '. 10 the additional insured I he additional iIl~ured \1 ill {,'tam ~dll Ilbhl I'! rl'COHT\ as a ll,l1mant LInder tIllS policy. FORM n: 99 (liB - \DOITIO!\AL I:\'Sl'RED rexas Standard Automobile Endorsement Prescribed by !\larch 19. 1992 A TT ACHMENT 2 2 OF 2 CO!vTl\1ERCIAL GENERAL LIABILITY CG 02 05 OJ 96 1111\ f 'iDI IRSF',Tr'< f ( II \ '\GFS rHl Pi)[ ICY PLF.\SF READ IT CAREFULLY V fEX.\S ( HX\(;ES - Ai\lEND\IENT OF C\i\CELLATlON PRO\ISIONS OR COVERAGE CTIA."I"GE fll1s ,.nd, (.eIllo-'m 1111.,11111's 1I .;uraIl. " pi"<.\dccj under tile t;,11"\\lI1g: I i )!\l\IIRC 1-\1 Cd 'JER \1 I l.\BIl I I Y CO\TR'\!iE- P\R I IQUOR I L\BILIl Y CU\ER.\CE P.\RT 1\\;'NERS \'if) CU'iTR.\C fORS I'RUTECII\F I L\BILlTY C(J\'ERAGE PART '( )LIlJTI()\I IIABlLn') c< IVER\( IF PART I'RODUcj S (OtvIPLEIID ()PIRXIlONS LL\BlLlTY CO\"l::R.\GF PART \II R( '.\D PROT!CTI\F I l.\HlI ITY CO\TR.\( iF P\RT In the :..:vull uf~all,'dlatllln Pi material ,hangl' that reduces 1'[ ,'estncts the insurance afforded by this Coverage Part. we agree 10 Illdil pnOI' \\ nttcll1](,'tCe DI 'an,'dlattl,n Dr material change (() SUH.DUI E ( IlV oj Corpus Cltriq, [)Cpl. ( If Engineenng Ser\lc"l> .\!tn: Cuntract A,lmilll.;tratl)! P () BDX C,2T ( ,'rpus ChIlsti. T\. ~q-i6'i-l):'-- ./ '\umbc'lof bys ~1,j\aIlL"L' IhdlC': THIRTY (~O) 0/ Named lJ,ured C,\1stal Resc'urces. LtJ y" Pohn Number (I.KiU ;0059 i y()- Effecme Date ,)1' fill' Ll1dor>\'men: i) 115/05 AuthnrJZld Rqxe't'l1tatl\: (_,r,.{l.L'7),"~"),,,,, _...~.";.~~,....-.'~q "W ,f .>f ---.;,,~1>:~;;> .~~. - :._;.' ./ ( Name ,Pr;nted) R M. lee Tille il'rin,cdl ~ana~mg 1';t1~'~_ CG0211S lllI/96l A TT ACHMENT 3 1 OF 3 TE 02 02A / / C\\TELLATlO~ PRO\lSION OR COVERAGE CHA."IIGE ENDORSEMENT fhls lend, r'c'menl nwddic's lISUrilJl. e pnl\ilkd under the 1(,II"\\lIJg r RCSI:"IESS AliTO COVERAGE FORM i G.\R\GE COVERAGE FORM L \'RLCKERS COVERAGE FORM TillS end, ,rsement changes th,. poil, \ e1fectl\c,\]j the inceptll!l1 date of the pohc) unless another date is indicated belo\v: Endorsen:ent [ffeCli\ l' Polie', ;\llmbcr 6!U5 I'" .' i i\.fC'\.lj(I':DiNK + .,' -.- I I t Named Insured I I C(1'lstal~,"'\urLe'~~ k' I l (Illntersumed hv .____._,..1 . -. ""'{Audl.llrized Representative) THIR IY \iJ) day, hefore thl. poli, \ h ,'alkclcd llr malL'nal1\ dunged to reduce or restrict coverage we will mail notice of the, 3lLellatll\n <Jr.'lunge , 11\)1 Corpus Chrisll Dept ()f Engineenng SeniLe'S \. ttn C ontr act .\,lministra((lr ;> 1\ BIIX 9~'77 ("'T1'US ('hr'sti. [\ ~~4h(U).)-- ,/ 4'" '.~ Authorized Repre~enlalin' 1 .F Name (Prlmedl Title (Printed) R. tv1. i .ee - ._-_..-._-_._~- 'vfanagmg Partne~____. FORM TF 02 02A - CANCELL\TlOl\ PROVISIOl'I OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective .1192) ATTACHMENT 3 2 OF 3