Loading...
HomeMy WebLinkAboutC2006-074 - 2/21/2006 - Approved S PEe I A L PRO V I 2006-074 - 02/21/06 M2006-043 SLC Construction S PEe I FIe A T ION S AND FOR M S o F CON T RAe T S AND BON 0 s FOR WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET Martinez, Guy & Maybik, Inc. 6000 S. Staples St., Suite 207 Corpus Christi, Texas 78413 Telephone ( 361 ) 814-3070 Fax ( 361 ) 814-5508 For DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 LCity Project #8534 & #8535 1 I DRAWING NO: W~": J ~. '\ . .... City of Corpus ~ == ChrIsti I ADDENDUM NO.2 I January 5, 2006 ~~-- TO: ALL PROSPECTIVE BIDDERS SUBJECT: WATER MAIN IMPROVEMENTS-LEOPARD STREET/THIRD STREET PROJECT NO. 8534/8535 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum will remain unchanged. I. PART "A" - SPE~IAL PROVISIONS PARAGRAPH A-1. TIME AND PLACE OF RECEIVING PRO OSALS / PER BID MEETING AND NOTICE TO BIDDERS A. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed two weeks, from January 18, 2006 at 2:00 pm to Wednesday. Februarv 1. 2006 at 2:00 D.m. Location and Time of Bidding shall remain unchanged. B. PRE-BID MEETING DATE CHANGE A pre-bid meeting is scheduled for Tuesday. January 10. 2006 at 11 :OOa.m. ADD: The followina revised text. in lieu thereof: A pre-bid meeting is scheduled for Tuesday. January 17. 2006 at 10:00 a.m. Location of pre-bid meeting shall remain unchanged. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. DELETE: END OF ADDENDUM # 2 ~~ t: t- !J I .' I'" 1~1f::(:p. E Director of Engineering Services -~,~..' - -', .-. ./",-'/'~' .;~ , ~.. ? ~1. Ii: . x~ ~,,' ARE/jm . 'Ii/Ob ADDENDUM NO.1 Page 1 of 1 Engllleering Servl,'es PlJ.R"x'!277 * Corpu:-.Christi, Texas 78469-9277 . (361)880-3500 ~~ u&%~~ :r == ChrIsti ADDrNDUM NO.1 ~~-- December 19. 2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: WATER MAIN IMPROVEMENTS - LEOPARD STREET/THIRD STREET PROJECT NO. 8534/8535 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. 1. PART A - SPE~L PROVISIONS PARAGRAPH A-1, TIME AND PLACE OF RECEIVING PR OSALS / PRE-BID MEETING AND NOTICE TO BIDDERS A. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed one week, from January 11, 2006 at 2:00 p.m., to Wednesday. January 18. 2006 at 2:00 c.m. Location and Time of Bidding shall remain unchanged. B. PRE-BID MEETING DATE CHANGE DELETE: A pre-bid meeting is scheduled for Tuesday, January 3, 2006 at 11 :00 a.m. ADD: The following reyised text, in lieu thereof: A pre-bid meeting is scheduled for Tuesday. January 10. 2006 at 11 :00 a.m. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. ARE/eo r jd~s~ Director of Engineering Services Engineering Serv ices l' O.Hox 1277 · Curpus Christi, Tcxa3 7M69.lJ2n · (3()1) 880-3500 ~ ADDENDUM NO.1 Page 1 of 1 ; ~ }' E c: I A L PRO V T S ION S SPE1IFICATTONS 1\ N D FOR M ;; F CON T RAe T S AND BON 0 S F (; R WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET M,utinez, Guy & Maybik, Inc. 6000 S. Staples St., Suite 207 Curpus Christi, Texas 78413 f'eJ ephone ( 361 ) 814-3070 Fax ( 361 ) 814-~508 #8'31 &. #81lJ') For ./ m:PAHTMENT OF ENGINEERING SERVICES .~A ~1~~",.~ Cl TY OF' CORPU. S CHRIST.. I., TEXAS . . .~.~ .;. it~-fi~\ Phone: 361 /H80- 3500 . ~t;: .......~~.;., . VdX: )(;1/;<80-3501 .~..~.I" /,*:"' .......~' p~~ :~~ ~... -. ........_..............~........l l~!~~.~}J.tj~?J ~e ;;.~;:..~..582.~5 .~ ~ J~~?;~~Zt: ... /UcW~ , J I Cl.ty rTOj(~ct I DRAW I NG NO: lll}T! 36H ~ ~~~~ =- == Christi [ ADDENDUM NO.1 J ~~ December 19, 2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: WATER MAIN IMPROVEMENTS - LEOPARD STREETfTHIRD STREET PROJECT NO. 8534/8535 ~~.__......__.__..,---.,----,-_.._-_._---- Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shan become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. 1. PART A - SPECIAL PROVISIONS PARAGRAPH A-1, TIME AND PLACE OF RECEIVING PROPOSALS I PRE-BID MEETING AND NOTICE TO BIDDERS A. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed one week, from January 11,2006 at 2:00 p.m., to_Wednesd~danu~ry 18, 2006 at 2:00 D.m. Location and Time of Bidding shall remain unchanged. B. PRE-BID MEETING DATE CHANGE DELETE: A pre-bid meeting is scheduled for Tuesday, January 3, 2006 at 11 :00 a.m. ADD: The folloWing revised text, in lieu thereof: A pre-bid meeting is scheduled for Tuesday, January 10, 2006 at 11 :00 a.m. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. ARE/eo I fd~s=:; Director of Engineering Services Engineering ServIces p OHox 9277 . Corpus Christi, Texas 78469.9277 . (361) 880-3500 ~~- ADDENDUM NO.1 Page 1 of 1 (Ri-'V ~e! f:/ 1;) .)i.J WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET Table of Contents NOTICE TO BIDDERS (Re' s('j lr ! 98) NOTICE TO CONTRACTORS - A I n;;urance Re']ll i J ement :, NOTICE TO CONTRACTORS - B W, lrker' s Compensat ion Ptojects For Government Coverage Entities For Building or Construction PART A SPECIAL PROVISIONS i\ 40 Ii 41 Ii 42 Ii 43 A-I Time and Place )f Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviat ions A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Paxed Proposals A-9 Acknowledgment of Addenda A-IO Wage Rates A-II Cooperation with Public Agencies A-12 Maintenance of ~ervlces A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-IS Excavation and Removals A-16 Disposal/Salvage of Materials A 17 Pield Office A-IS Schedule and Sequence of Construction A-19 Construction Staking )\-20 Te~;t ing and Cert ificatjon A-2I Project Signs A-22 Millority/Minority Business Enterprise Participation Policy (Revised 10/98) A-i8- -l-ftspection .~ r-ed (NOT USED) A-24 Surety Bonds ~ ~€S-~ Exempt i-en NO LONGER APPLICABLE 1\-26 Supplemental Insurance Requirements A~-RespoR&ifri-l-i-t-y-f.oF -Baffia~8a-:Has (NOT USED) l\ 28 Considerations for Contract Award and Execution A 29 Contractor's Field Administration Staff i\ 30 Amended "Consideration of Contract" Requirements l\ 31 Amended Po t i cy on Ext ra Work and Change Orders i\ 32 Amended "Execution of Contract" Requirements ^ 33 CondItions of Work !\ - 34 Precedence of Contract Documents A~ --{'~--wat€:r-Fa€i-l+~--i-en Bpeei,~-! Requirement-s (NOT USED) A 36 Othpr Submittals r, 37 Amended "Arrangement and Charge for Water F'urnished by the City" !, 38 Worker's Compensation Coverage for Bui lding or Construction Projects for Government Entities A--3-g-- ~t-iH-eat',e- e-t -Gf~ney-aoo.F'i-fta-1 l\ccept,:ll1ee (NOT USED) Amendment to Sect ion B-fi 6: Partial Estimates Ozone Advisory OSHj\ Rules & Regulation:; Amended Indemnifj,:ati:m & Ilold Harmles~; (9/98) (6/11/98) 44 Change Orders (4/26/99) ~-45 As-Built Dimensions and Drawings Disposal ot Highly Chlorinated Water Pre Construction Exploratory Excavation Overhead Electri~al wires Amended "Maintendnce Guaranty" Errors and Omissions Contaminated Soils RevLsions to the Standard Specifications Geotechnical Investigation Report Stormwater Pollution Prevention Plans Submittal TransmittaL Form ATTACHMENT I Project Sign Drawing ATTACHMENT II City,of Corpus Christi Generator's Waste Profile Sheet .<\ 46 r, 47 48 I'., 49 ." 50 H 51 ~ 52 L 53 ,\ 54 PART B GENERAL PROVISIONS PART C FEDERAL WAGE RATES AND REQUIREMENTS PART S STANDARD SPECIFICATIONS Division 2 section 021010 Section 022020 Section 022022 section 022100 Section 022420 Section 025205 Section 025210 section 025220 Section 025404 Section 025412 Section 025414 section 025416 Section 025424 Section 025610 Section 025612 Section 025614 .'.:;ection 025802 Section 025805 Section 025807 Section 025816 Section 026201 section 026202 Section 026206 Section 026210 section 026214 Section 026402 Section 026404 section 026406 Section 026409 Section 026411 ~':;ection 026416 Division 3 Section 030020 Section 032020 ;ection 038000 Project Sign Excavation and Backfill for Utilities and Sewers (S-9) Trench Bafety for Excavations Select Material (S-15) Silt Fence (S 97) Removing and Replacing Pavement Lime Stabilization Flexible Base Caliche (S-24) Asphalt, oils & Emulsions (S-29) Prime Coat (S-30) Aggregat.e for Surface Treatment: and Seal Coats'.. {S-35) Seal Coat (5-31) Hot Mix Asphalt Concrete Pavement (Class A) (S-34) Concrete Curb & Gutter (S-52) Concrete Sidewalk & Driveways (S-53) Concrete Curb Ramps Temporary Traffic Controls During Construction Abbreviated Pavement. Markings (S-101) Pavement Markings (S-45) Paint and Thermoplat:ic Raised Pavement Markers and Traffic Buttons Water Line Riser Assemblies (S-79) Hydrostatic Testing of Pressure System (S-89) Ductile Iron Pipe and Fittings (S-81) PVC Pipe AWWA C900 & C905 (S-83) Grout ing Abandoned Utility Lines (S-3) Waterlines (S-88) Water service Lines (S-87) Private Water Service Lines (S-112) Tapplng Sleeves and Tapping Valves (8-84) Gate Valves for Water Lines (S-85) Fi re Hydrants (S-86) Portland Cement Concret.e (S-40) Reinforcing Steel (S-42) Concrete Structures (541) PART T TECHNICAL SPECIFICATIONS Sectiun 1002J2 Cement Stabilized Sand Sect lun 10116') TPDES Storm Water Pollution Prevention Plan And related forms and documentation PART U GEOTECHNICAL INVESTIGATION REPORT (For Contractor's Information) LIST OF DRAWINGS NOTICE .. AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND * PAYMENT BOND "" .. NOTICE TO BIDDERS NOTICE TO BIDDERS Seall'd proposals, a(ldre~;sed to the City of Corpus Christi, Texas for: WATER MAIN IMPROVEMENTS - LEOPARD ST. / THIRD STREET consists of the following Bid Item Components: 1. Pall 'A': Leopard Street from Mexico Street to Upper Broadway including Alameda from Leopard Street to Antelope and involving the construction of 3,806 LF of new l2-inch PVC AWWA C900 water main and 1,599 LF of new ductile iron AWWA C151 waterline of various sizes (from 6 to 12 inches) including installation of ductile iron fittings, valves, new fire hydrants, service line connections and meter boxes, traffic control for phase construction, pavement markings, and storm water pollution prevention measures along with limited pavement reconstruction and applying an asphaltic seal coat over the entire roadway limits in accordance with the plans, specifications and contract documents. 2. Part 'B': Third Street from Buford to Elizabeth Street involving the construction of 1,684 LF of new l6-inch PVC AWWA C90S water main and 342 LF of new ductile iron AWWA CIS1 waterline of various sizes (from 6 to 12 inches) including installation of ductile iron fittings, valves, new fire hydrants, service line connections and meter boxes, traffic control for phase construction, pavement markings, and storm water pollution prevention measures along with limited pavement reconstruction and applying an asphaltic seal coat over the entire roadway limits, in accordance with the plans, specifications and contract documents. Bids vJill be received at the office of the City Secretary until 2:00 ~.m. on January 11, 2006, and then publicly opened and read. Any bid receive after clOSIng tIme WIll be returned unopened, A bid bund in the amount of 5% of the highest amount bid must accompany e<;ich propos a 1 Pai lure to provide t.he bid bond will constitute a non-responsIve proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject La mandatory forfeiture to the City if bidding documents are not ret.urned to the City within two weeks of receipt of bids. Plans, proposa l forms, ~~pec if icat ions and contract documents may be procured from th{ City Engine,~r upon a deposit of Fifty and no/lOa Dollars ($SO.OO) as a guarant.ee of thei 1 reI urn in good condit Ion WIthIn two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a nOli- refundable post.3.ge/handling charge. The bldder is hereby notl.fied of the following: that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done dnd that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates s( shown fOl ""dch era ft or type of "laborer," "workman," or "mechanic" employed on this prolect The Clt} reserves thp right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to t~he Clt\ and in the l,est intere~;t of the public. CITY OF CORPUS CHRISTI, TEXAS Is/'Angel R. Escobar, P.E. Director of Engrg. Services /sl Armando Chapa City Secretary Revisf'cJ "/21/gp NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 1997 A Certificate of Insurance indicating proof of coverage in the following amounts I~ required ---r--'. TYPE OF INSURANCE ~---- c--~ ~ 30-Day Notice of Cancellation required on all certificates MINIMUM INSURANCE COVERAGE Bodily Injury and Property Damage --~-- ------ CommercIal General liability includIng -I Commercial Form Premises - OperatIons Explosion and Collapse Hazard Underground Hazard Productsl Completed Operations Hazard Contractual Insurance Broad Form Property Damage I ndependent Contractors Personal Injury j 4 5 t) , I B q AUTOMOBILE L1ABILlTY--OWNED NON-OWNED OR RENTED $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION _-_ _ ____.___~_m.___.. _ ~.~___ -. _ ~__~_ '___ _._ WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS'lIABILlTY EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT $100,000 PROFESSIONAL POLLUTION L1ABILlTYI ENVIRONMENT ALIMPAIRMENT COVERAGE Not limited to sudden & accidental dIscharge; to include long-tern environmental impact for the disposal of contaminants BUILDERS' RISK $2,000,000 COMBINED SINGLE LIMIT o REQUIRED X NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements o REQUIRED X NOT REQUIRED INSTALLATION FLOATER .--- --f--._--~-- $100,000 Combined Single Limit See Section 8-6-11 and Supplemental Insurance Requirements o REQUIRED X NOT REQUIRED Page 1 of L i) The City of Corpus Christi must be named as an additional insured on at: coverages except worker.s compensation liability coverage. J The name of the project must be listed under fldescription of operationsfl or each certificate of insurance. (J For each insurance coverage, the Contractor shall obtain an endorsement to thE applicable insurance policy, signed by the insurer, providing the City with thirty. (30) days prior written notice of cancellation of or material change on an~ coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section 8-6-11 or Speciar Provisions section of the contract. A completed ItDisclosure of Interesttt must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at" 880~3500. Page 2 of 2 NOTICE TO CONTRACTORS - B .' NOTIC~_ TO_CONTRACTORS B WORE,:, I S cC~':~-;;'~':SATION COVERAGe: ?OR BUILDING G~ C:NSTRUCTION PROJECTS POR C'::CVE?,-NMENT ENTITIES ~ '.~xas law requi::es t.ha ~ -:-.ost contr:::lct:ors, subcc::t:==.ctors, and nthe:-s ;J.coviding work ..)r ser'.'~ces for a City building c::- c~nstruction prcjecr Dust be covered by worke='s compensation insura~ce. authorized self: surance, or ~n appr8ved worke='s compensac~~~ coverage igre~,,-"::" Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) :::J provide 1 or the 3 forms of worker's compensacicn coverage, the C':-.:.y will require ~;uch coverage for all individuals providing work .~ ':er':Ices on this Project: at. any time. includi:lg during the ma~::::.e::a.nce quarancy ,?erioG. >:otor carriers which are required to eg~5::.~r with the Texas Depar::.~enc of Transporcation under Texas civil tac~t9s Article 667Sc, and which provide accidental insurance .:overac;e under Texas Civil St:acutes Article 6675c, Secc.:.on 4 (j) need 'lot "::'JV 1 de 1 of the 3 forms c:: worker's compensation coverage, The Contractol agrees C~ comply with all applicable provisions iJf T:::xaf' Administrative code 7itle 28, Section 110. ll0, a copy of whic~ S attached and deemed ~::corporated into the p~oject contract. please ~ote that under secticn 110.110: l certain language :..ust be included in the Contractor IS Contract with the City and the Contractor's co~tracts with subcontraccors ana others providing services for the proi ect. ; the Contractor :s required to submit ~o the City certificates of c:::Jverage for its employees c:..nd for all subcontractors and others providing services on the Proj ect. The Contract:or ~s required to obtain and submit updated certificates showing extension of coverage during the Project~; and the Cont~actoI lS ~equired to post the required notice at the job site By s:<;:'ling this Contract. the Contractor cert:ifies thar:. =-:: will timely 'om::.!.": ",-/1 th these Noti '.::e co Csnt-r-actors liB n requirements. NOTICE 78 CONTRACTORS - B IRevisea 1/13/98) Page 1 of 1 8/7/98 Title 28. ~SLRA.~CE P3rt II. TEX--\S \VORKERS' CO!\!PE.:'{SA TION COl\lMISSIO~ Chapter 110. REQUIRED NOTICES OF COv"TR..\.GE Subchaprer B. E:\1PLO"{ER NOTICES ~ 110.110 Reporting Reauirements for Building or Construction Projects for Governmenul Entities (a) The foUowing words and terms, when used in this ruie. shall bve the foUowing me3.cings, unless the context c:e~ly indicates oL~erwise. T e~ not define:i in this ruie shall have the me3.I1ing de5ned in the Texas Labor Code, if so defind. (, 1) CertiDC2.~e of cove:c.ge (ce~iiiC2ie )--=-. ccpy of a cer-mcate of s.surance, :!. ce~ificate of aumoriry to seu-insure issued by me ccmmissicG., c. a workers' ccmpe~auon coverage agreement (TWCC-S I, 1WCC-C2, TWCC-S3, or nVCC-S4). showing statutory workers' ccmpensation insurance coverage for the person's or entity's employees (inducing those subjecr to a coverage agreement) providing services on a !Jroject, for the duration of the project. (2) Building or construction-Has the rn~i!1g defined in the Texas Labor Code, S 406.096( e)( 1). (3) Conrracior-A person bidding for or awarded a building or cO::1Suuct1on project by a governmental ennty . (4) Coverage-Workers' com!,ensation insurance meeting Lhe stallitory requirements of the Texas Labor Code, S 40L011(44). (5) Coverage ~gree::nent-A wrinen ~gree!:lent on form TIVCC-o 1, fonn TWCC-S2, form TIVCC-S3, or form 1WCC-84, filed -with the Texas Workers' Compensation Commission which establishes a relationship between the panics for purposes of the Texas Worke:-s' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G. as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services 00 the project. (6) Duration o{the project-Includes the time from the beginning of work on the project until tl:e work on the :)[oje::;t h2S been campie~ed 2.."10 accepted by the govem.'l1cmal entity. (7) Persons ~roviding services on L~e projec.: ("subcontractor" i..-: g ~06.096 of the Act)-\Vith the exception 01- persons exduded under subseCtioos (h) and (i) of this section, includes all persons o~ entIties performing all or Dan of the services the contractor has undertaken 10 perform on the proJeC'_ regardless o{ -,vhether that person comrac:ed directly with the comractor and regardless of whether that person has empiovces, nis inciudes but is not limited to inde;;endent contractors, subcontractors- leasing comcarues, motor earners, owner-operators, employees of any such entiry, or emp1oye:::s ~f . 2llV e~titv fu;rjshing persons w perform services on the project. "Services" includes but is not limnea httDN,W'N scsst2.te rx '.JSJtac/2S!TlJl iOlBf110.110html :IOTICE TO CONTRACTORS - - Revised 1/13/981 paqe 2 ot 1 817/98 Page 2 C;- ::i . ';img, 0 Qe:.: .e:lng e~uI!Jrr:e:1r or :::::.:~:-:~s. cr ::;-~\lding labor. ~lZL'SpC~::'::cn. or o(h~:- ',C".-:::::' :::;.:.:::.:. :0 a proJe~~. ~~~:V1ces" does not L-::;:':~:: act]";-i~:e~ c:,..:-ei;ued to the oroie~:. s:.:ch::.s iooe::;'" e;::7~ ','endors. .;'::'c~ suppiy delivenes, 2..:-::: ce:ivery of ::orL2.ole toilets. . . (8) PiC \(:::::::-.'-.;,ciudes t.he crc.lsion or;ill servJces .. ":2:ec La a CL::.:.::....g or cOnstruCT...:on C;):::;-2.Ct for a ~ove~:-;:::::~ ~~ury (b) P;c'.,a:r.~ u[ cauSUlg to ce provided a cenifiC2..:e or' coverage ~ursuant to this rule is 2- repreSCc2:':::: ov the msure2. :hat all em~ioyees or :.~e ll5ure::i who are prm;ding services cn the proJcc: .~:-e cc',ered by workers' compensation cove;2.ge, th2.t the coverage is based on orooer reporrllr; o{ c:.:..ssificatiOIl cacies and payroll amOUr-IS. 2.I1d that all coverage agreemems'r.2.~e been filed with tbe 2.p~roDriate UlSUrc.nce carrier or, in the case of a self-ins:rred, with the COmmiSSlOC:S Division of SeLf- L;,;suf2...ce Reguiatiof'_ Providing false or misie:!.ding ce~ca[es or coverage, or :'"ailing to proVlde or r.:2intain reqUlre~ coverage, or failing Ie re?oft any c::znge that materially aife~.s the proVlsioQ of ~verage may saoject the contractor or other person providing services on the project to adrnials;-::::\-e pc:nalties, .rirainal penalties, civil pe~2.ities, or othe:- civil actions. (c) A g(!ver:-""::~:1tal eau!v &2~ enters into a buildi-:g or construc-":OQ contract on a projec shall: (1) mciwie u: the bid SpeCu1C3.:10ns, all the provisions of paragr-z.ph (7) of this subsection, I.:sing the language re:JWred by paragrzph (7) of this subseclc,-,,: (2) as pan of L.ie comract, esing the language re8uired by parag:rc.ph (7) of this subse~on, require the Contr2Ccr to perform 2S required in subsection (d) of this section; (3) obtain :Tcrn the contrac:or :l certificate of co verz.ge fOf each pe:-son providing services on the projec:. ;~nor to that pe:-son bemnning work on the project; (4) obtain ITem the conLracwr a new certificate of coverage showing extension of coverage: (A) befOI e rte end of the ccr:-enr coverage period, if t~e contracor's current certifiC!te of coverage shows th."t the coverage period ends during the duration of the project; and (B) no iater 0...:m seven days aiter the expiration of De coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration oftb.e project; (5) retain cerriiicates of coverage on file for the duration of the project and for three years L1ereafter, (6) provide 2 copy of the ce!'"'.mcates of coverage to the commiss~on upon request and to any person entitle1 :c chen oy Jaw; and (7) use rbe Ia;:g-uage com2.li1eci in the following Figure i for bid specwcauons and comrac::>. ?it?out any addition2i words or changes, except those reqeired to accOIT'JDoQate the specific document ill which rhev ?.T~ contained OJ LO impose stricter standzrds of docu;:1e:ltation: f28S I J 0 ] I O( c)(7) rbl htrpj/vr.....~.,l.' <,)ssLztetxus!tac-'::S/TIII 10fBIlIO 110.htrd NOTICE TO CONTRACTCRS - 3 Revised 1/13/961 Page 3 of 1 817/98 -0- - V1 U :) A Contractor snail: .1) provide coverage for its empicyees ~roviding services on a project, f::;:- L.~e duration of the proje(:: :::.:sed on prope:- repor-ing of c1ass:..::c::.::oo codes 2.11d p3.)Tcii amoums 2..:-:-: E:::g of any coverage .:greemenrs; .2) provide a certificate of coverage .snowing workers' compensation cover-age to the governmemal ~:lIiry prior to be~g work 00 :he ?roject; /3) provide the gove:nmental entir:'-, ;:~or to the end of the coverage period. a new certificate of ;;;werage showing extension of ccverage, if the coverage period shown on the contractor's curren! .:enificate of coverage ends during the duration or the project; (4) obtain from each person proviciing services on a project, and provide to the governmental entity: (A) a cenmcate of coverage, prior to that person beginning work on the ~roject, so the governmental e:ltity will have on file cenificates of coverage showing coverage for all per-sons providing services on :::e project; and 113) no later than seven days after r~eip[ by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project aild for one year thereaft er, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have imown, of any change that materially affects the provision of coverage of any person providing se.--vices on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements lm!,osed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both EneJish and Spanish and any other language common to the worker population. The text for the notices shall be the fonowing text !,rovided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE ~The law requires that each person working on this site or providing services rdated to this consuuction project must be covered by workers' com!,ensanon insurance., 'i.-is includes persons Jrovidin~ haulin~ or delivering equipment or materials. or providing labor or tranSportation or other c;ervice related to the project, regardless of the identity of their employer or status as an employee." 'Call the Texas Workers' Comper.5auon Commission at 512-440-3789 to re~e:ve information on the regal requirement for coverage, to verify whether your employer has provided the required coverage, )[ to report an employer's failure to provide coverage. .. ~:tp:f/~<;os.state_lX.usltad28fII/I10fB/IIO.IIO.htrn1 NOTIC!: 70 CONTRACTORS - B Rev1sed 1/13/981 i>aqe . oL 7 8/7/98 ~s l ,~'. ] ,) Page 4 or b (8) c::: ::~~?c:L:2..ilv re~c::!"e ~~~~ :~e;scn \\-1In 'wGer:: :: camraC:3 ::: :::-c"ice ser\;c~s c:-: ;! ~:-oject to: (A) pro\10e coverage :-lased on p:-:J?er re:)orti......g or classmC2.uon caces ~'1d payreii ar::oums and filinlZ of any c:~verage agre~;::e:~:.s I~:r ::.i.: of i:5 e:.n~jcyees providi.r~~ ser~,1ces en the proj ee:. :-:Jr the duratio~ of me :Jrolec; (B) prc"lde a cenificz~e c;- ::o\'er2.ge to ,he con::-~ctor prior to that pe:-son begj.nni-~g ",;.-ork on the proJe::: (C) inciuce in ail comrac;s :0 orovide se:vices C~ the projec: ~l:e ianguage in suosec-icn (e)(3) of this sect1on: (0) proVIde the contraG:C:;-, poor :0 the end of ~~e coverage pe:iod, a new cenificz:e of coverage showing extension of coverage, if the coverage period shown on the current certiiiC3.:e of coverage ends dur.ng the duration of the project; (E) obram ITom each oIbe:- ;:;erson with whom :~ canrrac::s. wd p;-ovide to the cor.:rac:or: (i) a ce:-::mcate of coverage, poor to the other ~e:-son beginni...""lg work on the proje~~ 2..."ld (Ii) prior to the end of the coverage period, a new cenificate of coverage showing e:ae:-.sion of the coverage period, if the coverage period shown on the currerlt certificate of coverage ends during the duration of the projea; (F) retall1 all required cer::iiicates of coverage cn file for the duration of me project 2..::d for one year theremer-; (G) noufy the governmental entity in writing by certified mail or personal delivery, v.-ithin ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on IDe project; and (H) coouactUally require ezcn other person with whom it conuac..s, to perform as required by subparagraphs (A)-(H) oftbis parag:raph, with the certificate of coverage to be provided to the person for whom they are providing sernces. (e) A person providing services 00 a project, other than a contractor, shall: (1) proVIde coverage for itS employees providing services on a project, for the durauon of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agree~ents; (2) provlde a certificate or" coverage as requird by its comract to provide services en the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "Sy signing this conuaC'; or providing or causing to be provided a certificate of coverage, the person signing this contraG: is representing to the governmental entity that all employees of the person signing this comrac who v.Ul provide services on the project will be covered by workers' compensaticn coverage hnp:ii\"',-,),"W sos.state.tx_u~tacJ28!II111 OfBIl1 0_ 11O_html NOTICE TO CONTRAC,ORS - B Revised 1/13/981 paqe 5 c t 7 817/98 'or t::~:::'...:.rat1on or- ~'-:e oroiect. that the c::;";eraE:e will be ::;~ed on proper repor..ing: ofdassmcation :ooes ar.d oayroil 2.Z::0~nt~, ~d that ail cove:-age agree::1e:::s '.viil be filed with the appropriate msur2:.ce C2ITier or, :..-: the case of a self-ir.scred, with the cOr.un1ssion's Division or Self-Insurance Rel!t:~ation. Providing: false or misleading i....:orI:laIion may subject the contractor to administrative pe;z.i;:ies. c:-iminal re;a1ties, civil penalties_ or other civil ac-ions." 4) proviae the person for whom it is prov1oing services on the project., prior to the end of the coverage period shown on itS current ceXEcate of coverage, a new certificate showing extension of cover2.ge, If the coverage period shown on ~he certificate cr- coverage ends during the duration of the proJe~; (5) obeam from each person prov1ding se~ces on a projec: under contract to it. 2nd provide as required by its conrrac:: (A) a certificate of coverage. prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing enension of the coverz.ge period. if the coverage period shown on the current certificate of coverage ends during the duratlon of the proj~; (6) retain all required cerriiicates of coverage on file for the duration of the project and for one year theremer, (7) notify the govern:nental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with wilom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agree:nems for all of its e.-: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 beeinning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (0) provide. prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration or the project; (E) obtain from each other person under c;::ntract to it to provide services on the project, and provide as required by its contract: (i) a cen4icare of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showin2 extension of the coverage period, if the coverage period shown on the current certificate of cov~ge ends during the hnp:/IVlWWsos_state. rx. usltacl28/IIJl\ Offill I 0 II O.htrnJ NOTICE TO CONTRACTORS - e Revi:sed 1/13/981 paq-e 6 of 7 gn198 ;j t'age b ot 6 duraIlon cf :~e coOIrae: (F) re~llr. ail recurred ce,-=~:es or- coverage cn file for the duration c:- :be project and for one year tnere2fte: , (G) notiiv the governme::~ai e::tiry in writing by certified mail or persoi1.2l delivery, within ten days after the person knew or should have known, of any change that IIl2.te::aliy affects the provision of coverage of any person pro'viciing serv1Ges on the project; and (H) contra~ally require e3.ch pe:son vviill whom it contracts, to perform as required by this subparagrapn and subparagraphs (A)-(G) of this paragraph. with the ce:-tiiicate of coverage to be pro'vided to the person for whom they are providing services. (t) If any provision ofthis rule or its application to any person or c.rc..l:nstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or appliC2tion, and to this end the provisions of this rule are declared to be severable (g) TIus ruie is applicable for building or consuuction contracts adve:-'"ised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contractS entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage require:nem in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Deparunent ofTransportarion and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, 94(j). (1) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act. ~ 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, 9 120). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that IS delivered. issued for delivery, or renewed on or after January I, 1996. Source: The provisions of this 9 110.110 adopted to be effective September I, 1994, 19 TexReg 5715, amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://WW\V SOs,slate tx usitac/23lllJII OlBlll 0 II O,html NOTIC': '"0 CONTRACTORS - B R~vt~~d 1/13/981 Paq~ 7 of 7 8n/98 PART A SPECIAL PROVISIONS WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET SECTION A - SPECIAL PROVISIONS A-~,~me and Place uf Receiving Proposals/Pre-Bid Meeting ':ealen rropoSdls ",'il bE ,nvltilJg bids fur the pro ;ecret.lr local ed (lIJ the p.m. ,Wednesday, January followinq manner /','cel-/cd in conformity with the official advertisement ee' Proposals wII} be received in the office of the City filst floor of CIty Hall, 1201 Leopard Street, until 2:00 11, 2006. Proposals mailed should be addressed in the . i t Y c f Cu rpu;; CL r is t 1 City Secretary's Office 1201 Leopard Street Corpus Christi, Tex~s 78401 I'.TTN: BID PROPOSAL 'WATER MAIN IMPROVEMENTS _ LEOPARD ST. / THIRD STREET' ,1:\ pre bid meeting i:; scheduled for, Tuesday, January 10, 2006, at 11:00 a.m. in the Engineering Services Main Conference Room on the 3rd floor of City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conducted by the City, and will include a discussion covering a preview of the work and addressing technical questions. No additional ,n sep~ld!-e vi~;_itd~lons will be conducted by the City. A-2 Definitions and Abbreviations ;ectio{; I' 1 of the General Plovlslons will qovern. A-3 Description of Project This pro'leet consists of the following Base Bid Components: 1. Part 'A': Leopard Street from Mexico Street to Upper Broadway inc1uding Alameda fram Leopard Street to Antelope and involving the construction of 3,806 LF of new 12- inch PVC AWWA C900 water main and 1,599 LF of new ductile iron AWWA C151 waterline of various sizes (from 6 to 12 inches) including installation of ductile iron fittings, valves, new fire hydrants, service line connections and meter boxes, traffic control for phase construction, pavement markings, and storm water po11ution prevention measures along with l~ted pavement reconstruction and applying an asphaltic seal coat over the entire roadway limits, in accordance with the plans, specifications and contract documents. 2. Part 'B': Third Street from Buford to Elizabeth Street involving the construction of 1,684 LF of new 16-inch PVC AWWA C90S water main and 342 LF of new ductile iron AWWA CISI waterline of various sizes (from 6 to 12 inChes) including installation of ductile iron fittings, valves, new fire hydrants, service line connections and meter boxes, traffic control for phase construction, pavement markings, and storm water pollution prevention measures along with limited pavement reconstruction and applying an asphaltic seal coat over the entire roadway limits, in accordance with the plans, specificat.ions and contract. documents. A-4 Method of Award lhe [lids '/ailabil iN ill b,o t Y ')f f'va ne1," uat..d ba"ed ()n the following order of priority subject to Section A - SP (Revised 2/19/99) Page 1 of 23 Total Base Bid Part 'A' and Total Base Bid Part 'B' The City intends to award the lowest combination of Total Base Bid Part 'A' and Base B 1 d Part . B and reserve~; the right to award two separate contracts if that results in the lowest total bid. 'P;e City reserves the lIght to reject any or all bids, to waive irregularities and t, accept the bid which, in the City's opinion, is most advantageous to the City and the best interest of che public Explanation of Proposal Base Bid Part 'A' and Base Bid Part 'B' include bid items for allowances and extra bid i t;ems to cover unforeseeable work. The 'Allowances' are fixed sums of monies as set in the bid proposal by the City to cover unforeseeable costs within a designated area of work (e.g., street, water, storm, and wastewaster) that may became necessary to perform in order to complete the project. All Bidders must include each allowance amount set in the bid proposal in his/her final bid. 'Extra Bid Items' are to cover the cost for work items that may be required for the completion of the project, which are difficult to ascertain within a specific quantity. The City desires to obtain a unit price for said items in case the need for such work arises. Bidders are required to provide unit prices for each of these bid items, which mayor may not be utilized for this project. All Extra Bid Items, if authorized, will be in the immediate vicinity of the project A-5 Items to be Submitted with Proposal The followi ng items <ire ~~quir~<:l: to be submitted with the proposal: 5% Bid Bond (Must reference Project Name as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft fram any State or National Bank will also be acceptable.) 2 Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 120 calendar days for Base Bid Part 'A', 90 calendar days for Base Bid Part 'B'. Please make note of the following factors to be considered in construction planning. 1 All work for Base Bid Part 'A' (Leopard Street Water Main Improvements) shall be suspended on Saturday, April 29, 2006 and resumed on Monday, May 8, 2006. Contractor shall be fully demobilized out of the project site on April 29, 2006 .and the project area cleared from construction equipment, materials, and debris as well as unnecessary signage All trenched and excavated areas shall be fully restored to grade and roadway pavement completely restored to its asphalt pavement surface. No extra pay will be made to Contractor for the suspension of work, but the cost of said demobilization and re- mobilization shall be included in Base Bid item A-1 "Mobilization/Demobilization"- The start of work for Base Bid Part 'B' (the Third Street Water Main Improvements) as described in the Construction Documents will have to be coordinated with the Spohn Hospital Construction Office so as not to conflict with construction currently in progress. Names of Spohn Hospital contacts are noted in these special f'lovisionf' A-II Section A - SP (Revised 2119/99) Page 2 of 23 T'he work :;hall be completed in phases at each job locations as presented in t.he construct ion plans, Sheet 2:)f 57, 'Sequence of Construction' Note C-l thru C-5. Contractor will not be permitted to advance to a new phase prior to completing the major work components (including waterline installation and testing, backfilling, and pavement reconstruction) of the preceding phase. Work at both sites can be constructed cone ~ re nt:!x: l'he C"JltrdcLor shall C>lnmeilCt' 'Norkwithin Live (5) calendar days after receipt of written aot ':,' nrn the D re .tor 0' Fnqineer'inq :er'ilces or designee ("City Engineer") to pro, 'e,C'l For ech::h ,:alendcH day that any wor k remains incomplete after the t.ime specified in the ~ontrdct for completiun of the work or after such time period as ext.ended pursuant to other pruvisions of thlS Conte-act, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages for not completing EACH of the project deadlines as :iescribed above in t:eims i,f ,.he stipulated date as for the completion of work for Part A' or Jiumber of ualendar days as for thE" completion of work for Part 'B'. Said iiquidat,.:d damages an no; imposed as a penalty but as an estimate of the damages that t:he Ci i~y wi II susta in from delay in completion of the work, which damages by their nature Ire not 'apablp uf pr'~cist. proof The Director of Engineering Services (City Engineer) naywl' hriold and deduc' fr ,mnonie~; otherwisp due the Contractor the amount of liquidated .:lamage:; iue tll!' Ci t y. ~-7 ~rkers Compensation Insurance Coverage If the Contractor's workers' c:ompensation insurance coverage for its employees working on t.he Project 1S terminated or canceled for any reason, and replacement workers' ,,:ompensar Ion Ulsurane,. coverage meeting the requirements of this Contract is not in "ffect Crl the effect i 'Ie date of cancellati.on of the workers' compensation insurance :overaqe to be replaced, then dny Contractor employee not covered by the required worker;; I compensat i on insurance coverage must not perform any work on the Project. ~urtherlTl"re, for each ,;alendar day including and after the effective date of termination )r cance II at i on of the Contl actor's workers I compensation insurance coverage for its employc;e:: working on tlle Proj ect until the date replacement workers' compensation on the effect i VI' datE- of cancel1at ion of the workers' compensation insurance coverage to be replaced then any Contractor employee not covered by the required workers' compensation lnsuranc,' coverage mu~;t H<,t perform any work on the Project. F'urthe rmore, for each calendar day including and after the effective date of termination Jr canee J lation of the Contr actor I s workers' compensation insurance coverage for its .>mployee;.' work.i n9 on the proj ect unti] t he date replacement workers I compensation nlsuranc, coverage, me-eting '.he requirements of t.his Cont.ract, is in effect for those 'ontract'r employees, liqui(jated damages will be assessed against and paid by the :ontract, r at the hi ghest claj ly rate e 1 ~;ewhere specified in this Contract.. Such ! iquidat..d damages will accumulate wi thout. notice from the City Engineer to the Contract!,! and wi 1] b,. assessed dnd paid even j f the permitted time to complete the Project lidS not expirf'd In accordance 'wi Lh other r equi rernents of thi s Contract, the Contractor shall not permit subconlrdctors or ot:hers to work on the Project unless all such individuals working on he Project are cover ed by workers' compensation insurance and unless the required Jocument.dtion of ~;uch ':averag" hd~' been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposal: faxed direct Iy to the C.ity will be considered non-responsive. Proposals must 'ontain ur iginal siqnat ure~; and guaranty and be submi tted in accordance with Section B-2 If the General Prov isi ons lI.~_!,--cknowledgment of Addenda ['he Contldctor shalf a<'knovJiedge receipt of all addenda received in the appropriate space provided in the propo:;al Failure to do so will be interpreted as non-receipt. Since Section A - SP (Revised 2/19/99) Page 3 of 23 addenda can have sJgniflcant impact on the proposal, failure to acknowledge receipt, and subsequent interpretation of non~receipt, could have an adverse effect when determining I he lowest responsible bidder A-10 Wage~ Rate~ l"bor pI et':rence and waqe rates tor heavy construction . M u:~ifllu!!l Pre v ag ~flg_\oJ~ ~ca l~!; The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and 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 ot work performed, The Contractor and each subcontractor must keep an dccurate record showin(] the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages pdid to each worker The Contractor WIt) make' bi weekly certified payroll submittals to the City Engineer. The I ()ntractol 'will also obt ain copies of such certified payrolls from all subcontractors and <cherf; war king on the ProJect. These documents will also be submitted to the City Engineer bi weekly 'See section for Minority/Minority Business Enterprise Participation i'olicy fOl addit'ional u-qui r'ements concerning the proper form and content of the payroll submittal~,) , One and one-half (1~) times the specified hourly wage must be paid for all hours worked en excess nf 40 hours in anyone week and for all hours worked on Sundays or ho:Lidays. ~~ee Section B~l 1, Definition of Terms, and Section B-7-6, Working Hours.) A-ll Cooperation with Public Agencies 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 'i icinity of any faci lity by using the Dig Tess System 1-800-344-8377, the Lone Star Notification Company at 1-800-669-8344, and the Southwestern Bell Locate Group at 1-800- 828-5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer Engineering ConsuJtant Traffic Engineer Police Department WaLer Department Wastewater Services Department Gas Department American Electric Power (AEP) SBe City Street Div. lor Traffic Signal/Fiber Optic Locate eablevision ACSI (Fiber Optic !<Me IFiber Optic) ChoiceCom (Fiber upti( CAPRUCK (Fiber Opt icl Brooks Fiber Optic (MAN) Regional Tr ansport at ion Authority Fax 880-3500 888-8100 814-3070 814-5508 Richard Martinez, PE Martinez, Guy & Maybik, Inc. 6000 S. Staples, Suite 207 Corpus Christi, Texas 78413 880-3540 882-1911 857-1880 857-1818 885-6900 889 3880 881 2600 (880-3140 after hours) (880-3140 after hours) (885-6900 after hours) (693 9444 after hours) (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 Section A - SP (Revised 2/19/99) Page 4 of 23 "imp-Warner CDmmunicat on3 Grande Communications Spnhn HospitCll ~'horf'1jne 698 62S9 334 3074 881 3501 A-12 Malntenance of Services "--.__ ""_"_n______.. ....___ _~_.,__.~ r'he Coat ltctOl "ha i 1 ake all pl~ecautions In protecting existing utilities, both above 'lnd be low ground Th,. DLlwings show as much informat ion as can be reasonably obtained from exi t ing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project wit::h c-egard t the loeat ion and nature of underground utilities, etc. However, the accuracy HI!! c;onJEJ e~_erl~~~(Jf .s.L,;l!_i nfc!:mat ion is .~t 9!:1iClral1teed, It is the Contractor's sole and ',omplete responsibi Ii' y t" Locate such underground features sufficiently in advance of tlis opel at ions t () pI eclude damaging t,he exi st ing facilities. If the Contract::or 'ncounte utJ!\ty se vicl,s alon<] the line of this work, it is his responsibility to 'lainta:n the ~;ervi(es in ('JI1tinuous operation at his own expense. In the EJent ,)f damage to underground uti] ities, whether shown in the drawings, t::he 'ont ract, t ~;haJ 1 make the necessar y repa i rs to place the utilities back in service t::o onstruc' the work ,1S inttnded at no increase in the Contract price_ All such repairs nust (>n erm t( th, n qUil pment~; of the company or agency that owns the utilities_ Where eXistl,ng sewers dre encountered and are interfered with (i.e. broken, cut, etc.), low must be ma int:alned. ::;ewage or other liquid must be handled by the Contractor either by c:onne"t ion into other ~:ewers or by temporary pumping to a satisfactory outlet, all ",ith I he dppruval ,if \ he ;'j t Y Enq ineer, Sewage or other liquid must not:: be pumped, Ilailf:d 01 flumed OVt'r . he ~;:-rt'ets uc ground surface and Contractor must pay for all fines md remeciiation thai m,IY ["sult if sewage or other liquid contacts the streets or ground ;urtacE', 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 ines mUf;t be provided by thE' Cont t-actor A-13 Area Access and Traffic Control ,ufficient Lraffic contro mea~;ures must: be used to assure a safe condition and to provide a minimum of inconvenJcnce to motorists and pedestrians_ All weather access must [)e provided to all resident:, and businesses at all times during construction. The ('ontractoI must provide temporary driveways and/or roads of approved material during wet weather. rhe Contractol must maintain a stockpile on the Project site to meet t::he demands ,f inclement weather. ;he ContIdctor wiLl be cequlred to schedule hiS operations so as to cause minimum adverse ,mpact .)n the accessibility of adjoining properties, This may include, but is not limit::ed '0, working driveways n hdlf widths, construction of temporary ramps, etc. rhe Contl actor sha t 1 ,,,:ompl y wi t'_h the City of Corpus Christi I s Uniform Barricading Standards and Pract 1 ce,; as adopted by the City. Copies of this document are available lhrough the City'S Trdffi,' Engineering Department. The Contractor shall secure the -.Rcessary permit fn.m 'he "it'(.~; Traffic Engineering Department. ;d,l, -€BS-tS f-B-F --tFd4f~l€-"OHt fB-l cl're ('BR&iffi.:;-red---S-ttW.3Mi-a-ry-;-----t=flercforc, no diree-t p;],ymcnt 'ff-t-l-l--be-ffld'Ge-' t~, .-f'oH-t-Fa< ,te-F- A 14 Construction Equipment Spillage and Tracking I'he Contrdc:tor sha II keep the adJO i ning streets tree of tracked and/or spilled materials ioin9 to "t from the constr uct' ion drea. Hand labor and/or mechanical equipment must be coed wher. necessary t" keep these roadways clear of job-related materials, Such work must be completed without ,'n.y increase in the Contract price. Section A -- SP (Revised 2/19/99) Page 5 of 23 t reets and curb 1 ine [TIl1st be cleaned at the end of the work day or more frequently, if f;cessary to prevent 'flaterial from washing into the storm sewer system. No visible 'nater ial t hat could be washed into storm sewer is allowed to remain on the Project site adjoining streets A 15 Excavation and Removals ;'he excavated areas behlnd curbs and adjacent to sidewalks and driveways must be filled With "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good qrowth of grass when appl ied with seed/sod and fertilizer. The dirt must be free of debri s, Cd liche, asphalt, concrete and any other material that detracts from its rippearanct" or hampers the qrowth of grass. 1,11 existi ng concrete and asphalt within the limits of the Project must be removed unless :,therwise noted. II II necessary removals including but not limited to pipe, driveways, sidewalks, etc., are !.u be considered subsidiary to the bid item for "Pipe"; therefore, no direct paYment will he made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contract:or The cost ,:>f all hauling is considered subsidiary; therefore, no direct payment Wl [I be made to Contractor A-17 Field Office l'he Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of llseable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24-hour per day answering service) and FAX machine paid for by the Contractor. There is no ,:eparate pay item for the field office. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) workinq days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: ~~itial_Sched~J~: 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. Identify the first work day of each week Submittal Dates: rndicate submittal dates reqilired for all submittals. 1 Re-Submisslon: Revise and resubmit as required by the City Engineer. Peri~dicJ1pda~e: Submit Updated Construction Progress Schedule to show actual progress of each ~;tage by percentage against initial Schedule_ The working time for completion of the Project will be 120 calendar days for Base Bid Part 'A', 90 calendar da~s for Base Bid Part 'B'. Section A - SP (Revised 2/19/99) Page 6 of 23 The work at each job locations shall be completed in phases as presented in the ~onstruction plans - sheet 2, 'Sequence of Construction' C-l thru C-5. Contractor will not be permitted to advance to a new phase prior to completing the major work components (including waterline installation and testing, backfilling, and pavement reconstruction) of t~e-.p.r:~edi~~,L~hase-=---~~rk _~__~()th sites_ can be constructed concurrently. A-19 Construction project_ Layout. and Control rhe draWIngs may dep ct (Jaseline ete that,re jines, slopes, grades, sections, measurements, bench marks, lormally required to construct a project of this nature. rhe majOl irawinqs controlsmd ben(:h inarks r-equired tor setting up a project, if not shown on the wil] be pro ided bl the AlE Consultant. rhe ContfClctor WIll fl)rni~'h d] I I trIes, slopes and measurements for control of the work. If, during canst ruet ion, : tiS necessa.!)': to disturb or destroy a control point or bench mark, the Contractor :;hal} provide the AlE Consultant 48 hours notice so that alternate control points Ca.ll he established by the AlE Consultant as he deems necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's leg] igen,'c wi 1] be re~ton'd by tlw AlE Consul tant at the expense of the Contractor. if, for whatever reason, it is necessary to deviate from proposed line and grade to proper y execut e the Nork the ('u!ltractor ,;hall obtain approval of the City Engineer prior to leviation If In Ult' opInion of the City Engineer, the required deviation would necessltdte a rev 1 si ,n t:J th" drawings, the Contractor shall provide supporting measurements as required tor the City Engineer to revise the drawings. The Contractor shall ie In eJI reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving pr ocess Also, ,he ('ity Engineer may require that the Contractor furnish a maximum )f two (:') personnel ior the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification, for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Surveyor (R.P.L.S.) licensed in the state of Texas retained and paid by a Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify r~ompliance to any regu latory permits. Following is the minimum schedule of documentation required: Strcct:J: --.--AU €\H'&-Fcturna. ~t-* truaney/poiBt of eircumfereBee, "--~-~guttcr flewl'H1e-- both aides -~ stF~en a 200. iBtcrval, ---wast:cwatcr. --AJd ~ionveFt cl~i0ft9- dts--maaho1.es i ...--- --AH i~.geegng- bines-Hl--manholc13 t .--. --eafJt4ng-e~~---ft'6p-~ pipe ;lnd flow linc~(TXDOT and RR pcrmit~). Water: · All top of valves box; · Valves vaults rim; · Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Section A - SP (Revised 2119/99) Page 7 of 23 Stormwatcr: · Abl- rim/ invert elc......ationlJ at manholes; ~---~interlJccting lines in manholes; · Calling elevations (top of-pipe and flow line) (TXDOT and an permita). A-20 Testing and Certification 1\ II tests required under this item must be done by a recognized testing laboratory f..'lected by the City Engineer The cost of the laboratory testing will be borne by the C' ty. 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 dF'ducted from the payment to the Contractor. '!'he Contrdctor must prc,vide all applicable certifications to the City Engineer. A-21 Project Signs rhe Contractor must furnish and install four (4) Project signs following drawings. (Attachment I), The signs must be installed begins and will be maintained throughout the Project period by ocation of the signs will be determined in the field by the City as indicated in the before construction the Contractor. The Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/981 Po .!j. cy 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 minority and female participation by trade and for Minority Business Enter-prise Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint--venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, associatio~ 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. Minor~Busines.3_ ~nt~!prise: 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 enterpr i lie in the manner hereinafter set forth: 1 . Owned (al For a sole enterprise, proprietorship to be deemed a minority business 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) . Section A - SP (Revised 2/19/99) Page 8 of 23 { , GOd Is c) Forln enterprise doing business as a corporation, at least 51 0% of t,he assets or interest in the corporate shares must be owned bv one or more minority person(s) . ('OW rolled The primary power, direct or indirect, to manage a business enterprise leses w.th a minority person Is) . ~:ha, e l J] Payment s Min,)rity partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the t otll prorit,s, bonuses, dividends, interest payments, commissions, ('onsultlng fees, rents, procurement, and subcontract payments, and any "thpr monetary distribution paid by the business enterprise, r-linor it! ';ee definition under Minority Business Enterprise. ~e~<llm(O _C)wned_!>_u_~ill.es~_Enter:.p.!:~se: A sole controlled by d woman, a partnership at prtrt nershi~ int erests are owned by one or least 51 0% of whc,se assets or interests in proprietorship that is owned and least 51.0% of whose assets or more women, or a corporation at the corporate shares are owned by one or morE women Joint Venture: A joint venture means an association of two or more persons, partnershipi~ corporat ions, or any combinat ion thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may sat,isfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform SO.O% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work tc be performed by the joint venture. The goals h)r participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 't, l5 % These goal:; at e ,pp1 icable to a.ll the construction work (regardless of federal fJarticipat ionl 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 project to project for the :;olp purpclse of meeting the Contractor's percentage is prohibited. ( 'olnp j i a nee Upon complet,ion 01 the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor .0 the City Engineer Section A - SP (Revised 2/19/99) Page 9 of 23 tJ The ConCIactur shall make bi -weekly payroll submittals to the City Engineer. The Contraccor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request For final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved 1 Ie ( i tv Engineer may withhold monthly or final payments to the :::ontract_o.t [.r feli lure to submi t bi -weekly payrolls in a timely fashion or to submit overa; I part icipat.ion information as required. A 23 Inspection Required (NOT USED) The Contraet:er--s.fia-ll-afrstHce-- -Efle .:lppropri.:lte building inapectiona by the Building l~cicen Diviaion ato-. Efle V.:lriOUD interv.:lla et- '..'ork for ',Alich .:l permit io required .:lnd h+-~&tlcte---J. final--inGpcction aftcr the building io completed and ready for occupancy. f~aet~-iIlI:tSt--obtain E-he- Certificate of Occupancy, \lhen applicable. Cection B 6 2 of {he Ccneral I'roviaionD is-hereby amended in that thc Contractor mUDt pay all feeD and F'hargcD' 1:{~V'ied-by--tfte---Ci.t=y-I-s-~~{Hng InDpection Department. A- 24 Surety Bonds Paragraph two (2) of ~;ect.i on B J 4 of the General provisions is changed to read as follows "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amonnt in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s} authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's 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 admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Cont t actol and th.. 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 01 must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed In the Federal Reqister as holding certificates of authority on the date the bond wa:3 l~;sued II A- 2 5 Sales Tax Exemption (NOT USED) BcctionB-6 22, TaJt-ExcmptieH---flrovinion, 'is deleted -in- ita entirety and the follm:ing Bubotitutcd in Lieu thef'€et. CBfitraets-Eor improvement::; -t.~-real- property a~,r.arded by the City of Corpu:J Chri:::iti do not ~fy---B:;r c][emptions .o~ E.:llcs,. Excise, and Usc Taxco unlcDD the Contractor electo to operate under _.-a- . DcparClte4~~as--degned by CectioR 3.291 of Chaptcr 3, Tax AdminiDtFrt-L'-i-en-~4iH€ -34, Public Finance of the Tcxas Adminiotrath'e Code, or Duch otherFtTl€{} or regulatioas--as--may-be-promulgatcd -by- the Comptroller of Public l\CCOuntD of Te~5 .:; ttfie-tBfit-FaeEBF--e1eet:r--EB -eper-atce under a Gepar.:ltcd contract, he ohall: Obtcai R---F-he - neeeSfrd Fj'---+i-a-l-es- tc-aJ( permi tD f.Fem-thc Gtate Comptroller. Section A - SP (Revised 2/19/99) Page 100f23 ~~- l4'+lb-fy- -in- l:7fl.e-t~BIH+a+ce ton t-fle-- p-Jc-epos-a-J -fOFfft---E--fle ilt=-< \} ~,.t op;J.ce-en---€-he--1l8ta temcnt of H;J.t:eri;J.lo and Other Ch;J.rgeG II e~-e-f----ffla-€eF-i-a-l-s-phYGic;:llly incorpor;:ltcd int:o thc -h- Pl'-<> 'tIMe- Fesa-l e--. '€'-l:'8 ti ,~a+-e-S-E-D-s-ttftP-l-ie-Fs-_ +c -- PF<+1f-ci4e- t-h€--.{'l-ty- Wi~A e-efHe,;B-f- mat€H-al--i-fflfBi-ees--to oubot:ant:i;:ltc t:hc propoGal v-a-! ue ofma l:7e F-i--i:: l-s _ f-F--t-fre~Ofl-tr;J.ctord-e€s--HB-t--elee4cc_to opcr;:lt:c under ;:l Dcp;:lr;J.t:cd cont:r;J.ct, he !fIUst P;:l'l f-B-F rt-l-l---Sa l-e S-,. ~~i s-e, -and-nUS{ > -'f' d2feS- aw-l-K'ab-l-e------t-e- t h lor ro j c ct. Cubcont:l:.J.ctors--a-re--e+l~ib lCHH:--sa--l-e-s--t-alf-c)(emptlon::; if the oubcontr;:lctor ;:lIDO complics wi-tlt--tlHo- abeve -t'~emeHtfr .-- The----t-efl--EF-ae-ter--ffiUGt looue ;:l reoale certific;:lte ED thc Gubcon t: ht-e--t:BF- - a-Rd -tfl+~ --5-tf&e.:>tt-t Fit-pt&F-,---ifl----t-B-Fn ,--+ssue-s----a- reo;:lle cert: i f i C;:ltc t:o hi G '~el' A-26 Supp1ementa1 Insurance Requirements Por each i.nsurance coverage provIded in accordance wit:h Section B-6-11 of the Contract, rhe Cont I actor sha II c'btai n an endorsement_ to the applicable insurance policy, signed by the illsuler, stating: In the event of cancellation or material insurance afforded by this coverage part, written notice of cancellation or material change that reduces or each insurer covenants chan9.~ t:o: restricts the to mail prior 1 NamE': ci ty of Corpu~; Christ_i Engineering Services Department Attn: Contract Administrator 2 Addless: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3_ Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certif ied by the insurer, within thirty (30) calendar days after the date the 'ity Engineer requests that the Contractor sign the Contract documents. within thirty DO) calendar days after the date the City Engineer requests that the Contractcl.t sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insur-ance certifying that the Contractor provides worker's compensat ion insuranc{" coverage for all employees of the Contractor employed on the Project described in the C'mtract For each insurance coverage pc-ovided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the Cit::y is an additional insured under the insurance policy. i'he Ci t Y need not bp named as add it ional insured on Worker's Compensation coverage. For contractual lIability insurance coverage obtained in accordance wit::h Section B-6-11 cd of th,' Cont ract, tb,; Contractor shaIl obt_ain an endorsement to this coverage stating: CGntractor agree~ to indemnity, save harmless and defend the City, its agents, sE'Tvants, and employees, and each of them against and hold it:: and them harmless flom any dnd all lawsuils, claims, demands, liabilities, losses and expenses, i lie} uding CClurl Clsts and at t orneys' f ces, for or on account of any injury to any perf;.m, or dllY delth .It: any time resulting from such injury, or any damage to any pr operty, which nldY dI i:;c or which may be alleged to have arisen out of or in counection wi.th the work covered by this Contract. The foregoing indemnity shall d_ppl eXCf'pt i j s :eh n j U IV death or damage is caused di rectly by the negligence Section A - SP (Revised 2/19/99) Page 11 of 23 01 other fault ot the Clty, its agents, servants, or employees or any person indemnified hereunder A-27 Responsibility for Damage Claims (NOT USED) P,*r~gr;)ph fa-} BeRer-a--J-h!a&i-l-i+y- ~8cction D ~. of the Cener~l provioiono io ~mended to !tel-ude , Cont r~ctor- --lfIUS-t--pf'eV-lde-- -btfi-Ider':J -Fi-s-k inour~ncc cover;:lge for the term of the 8{)ntr~ct~hT--afld including the d~te the City fin.:tlly .1.ccepto the Project or '.:ork. ~--F-iGk cO'Jcr~gcmttS-E-be ~n ".".11 Riok" form. Contr~ctor ffiUot p~y .1.11 COot3 Re€e,;s.:try - FB..-i*'BetH"€. --s-H-elt----bui Ider I fr- riok inour.:tnce cover;:lge, including ;:lny EieOOctible.-'ffle-t'~ Iffii-s+---ee n;:lmed .:tddition;:ll inoured on ;:lny policieo providing s-ue-h.~~ co'~'cr.:tge-,- A-28 Considerations for Contract Award and Execution allow the City Engineer to determine that the bidder is ob1igati OilS under the proposed contract, then prior to award, require a bidder to provide documentation concerning: able to perform its the City Engineer may Whether any liens have been filed against bidder for either failure to pay for serv ices or mater ial,; suppl ied 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 n~lease of the lien. Tf any such lien has not been released, the bidder shaLl st ate why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. 1\ bidder may also be required to supply construction references and a financial st.atement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The crit.eria upon which the City Engineer makes this determination shall include the following The superintendent must have at least five (5) years recent experience in the field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the 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. Foremen, if utili zed, shal I have at least five (5) years recent experience in similar work and be subord i nate to the superintendent. Foremen can not act as supel intendents without prior written approval from the City. Section A - SP (Revised 2fl9/99) Page 12 of23 Uocumentdtioll concernJng the~3e requirements will be reviewed by the City Engineer. The 'ontract.or's field administrat'ion staff, and any subsequent substitutions or replacements herete1, must be approved by the ri ty Engineer in writing prior to such superintendent or loremar' ""suming resp()nsibilitie~; 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 ,btaln,d the 3ward may be rescinded. Further, such written approval is also necessary ,riOt to i change in f eld administration staff during the term of this Contract. If the :onLract( fail,,; te ohtaill pLiOl written approval of the City Engineer concerning any ;;ubstit ut ions or repln'.,ement~; in its field administration staff for this Project during "he ('erm uf t~he Cont'd.cL "!lch d failure canst itute" a basis to annul the Contract ;)UrSuaT,t "0 sect Lon B ! 1 A-30 ',. Amended "Consideration of Contract" Requirements Under "General Prov J si,Jils ,lnd Requ irements for Municipal Construction Contracts" Section 8-3 1 Conside..!:ati(:>n of.c:o.!1tTelct add the following text: Within f ',je (5) workiliC} days following the public opening and reading of the proposals, the Lhr e. (.3) apparent 10wesL bidders (based on the Base Bid only) must submit to the 'ity Engineer the following Information: A list of the major components of the work; A l! st of the products to be incorporated into the Project; II s,hedule of va 1 lIes 'Nh1 ch specifies estimates of the cost for each major component of . he work, ; . A s' 'hedul e of ant: icipated monthly payments for the Project duration. The Hames and addres::'les 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 f rom the MBE firms, that such MBE firms meet the guidel ines contained herein. S imi lar substant iation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bi dder must clearly demonstrate, to the satisfaction of the City EngIneer, that { good faith effort has, in fact, been made to meet said n'qll i rement::, but that m,,,et i nq such requirements is not reasonably possible. A 11 st of subcontra('tors that will be working on the project. This list may conI din more than one subcontractor for major components of the work if the Con! ractor has net completed his evaluation of which subcontractor will perform the I'Jor. The ity Enqineel ret-iins the right to approve all subcontractors that will perform wor;, on t hp Pr oject. The Contractor shall obtain written approval by the City Eng i neer of all of it S I;ubcont ractors prior to beginning work on the Project. If the city Engineel doe,; not approve all proposed subcontractors, it may rescind the Con! ract award In t he event that a :mbcontractor previously listed and approved is sought to be sub~;Lituted for Ct' replaced during the term of the Contract, then the City Engineer retdins the right Lo approve any substitute or replacement subcontractor prior to its partJcipatiofl .lli the Project. Such approval will not be given if the IPplacemen.t of Lhe subcontractor will result in an increase in the Contract price. Fai uee of the C('ntrdctiH to comply wi th this provision constitutes a basis upon wltir h to 3nnul the Cr,nt'act pursuant Lo Section B 7-13; Section A - SP (Revised 2119199) Page 13 of23 A preliminary pLogress schedule indicating relationships between components of the work, The final progress schedule must be submitted Engineer at the pre-construction conference; the major to the City Documentation required pursuant to the Special provisions A-28 and A-29 concerning Cons iderat ions for Con! ract Award and Execution and the Contractor I s Field Admi nistration SLifE, Documentation as r'equ i red by Special Provi sian A- 35-K, if applicable, Within five (5) days following bid opening, iden!: ifying type of enti ty and state, i. e. , Partnership, and name(s) and Title{s) of contracts on behalf of said entity submit in letter form, information Texas (or other state) Corporation or individual (s) authorized to execute A-31 Amended Po1icy on Extra Work and Change Orders Under "General provisions and Requirements for Municipal Construction Contracts" B-8-5 P?licy_~n ExtE~ _,,!<?~'k .~!1~<:~al!ge9rd~!:~ 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 ,.....hich 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 authori ze 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 Ci t. Y COUIIC i 1 . A-32 Amended "Execution of Contract" Requirements under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Ex~~u~~o~ of Cont:rac:.t: add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must of the Project. the provisions referred to in familiarize himself fully with the conditions relating to the completion Failure to do so will not excuse a bidder of his obligation to carry out of this Contract. Contractor is reminded to attend the Pre-Bid Meeting Special provision A-1. A..34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. Section A - SP (Revised 2119/99) Page 14 of 23 A-~_Ci~y Water Facilities:_ Special Requirements (NOT USED) ~ --\,t~~j-E(J:!'i 8en~E5:(~GFicn~=-i(JE PHe-F-4'co--Pe-f:'f-EH'fffl~-woFk a-€---iHt'f -~ '.Kiter L1Cility, the Contr,:lCtor~ ~~-FaetBFS-, ---aBd--t'aclt-~ their employee;) muot have on their peroon avaBe ea-rd--€€ff-l f-yiwt- t!K>-i r prior .:lttcndance --a-€- a '/ioitor/Contr.:lctor L.:lfcty Or:i-e-nt-a-t-iBil-~~-faffi--~nducted -by--tcfi.e.- City Water Dep;:!rtment Peroonnel.--A Vci-s-i--t&F/tent-Faet-EH"Ba-fety----{}f~~ Progr.:lAl ....ill be offered by .:luthorized CHy w,cct{e-!' f)epaHmeHt---perGonne] 8:H=--- tAAse-pcroono '.:ho do not have Duch .:l e-a-Hl,,cHld---woo--de-s-lFe h7 pe-FfeFffi---dTPf \..orh: \..ithin ;..lny City '.l;..ltcr facility. For ailijll--iona4i-H-8H'ffid-t-ioH- FCE-er--t-EJ- Attachment h R~ ~Fa~~~ Owned Equipment 'l'he--- Contractorshald---not starE-, operate, or stop a-ny p'Wl\p, motor, -.'alve, equipment, --swi-t.-eh,- breaker, control, or any other item related to City water facili~-a-t--aftY ~-All ouch itemo muDt be operatcd by .:m operator or other c-xH-tfiB.F:i--I'.ed ma-it~e-naRee employee -Erf-tcbe- City W;..lter Department. ,-- --P-_t:-ee~-ien-- e-E--Watcr ~i--Ey 'Ffie----8-i--t-y--ffHffi-E-- Eie--ti~ ....atcr of drinking qU.:l1ity to ita CUGtomero ;..It 0.11 HmeS_ ~ -{;eflt-El€-EoF-shall protect the quality of the \lo.ter in the job oite aOO s-R-a-ll--t'oord ina-t-e--i+s- ....ork ....i~he City Wo.ter Depo.rtment to protect the Eflla lit y- e-f-- t-fle wate--f" n. Conformit;y--wi-Yl-~NSJiLStandard 61 A-l-:l-ma-toerhd.s- -aflrl- ~-used- in the repo.ir, reo.oocmbly, tro.noporto.tion, r-ci~l-at-i:-Em, ----allii-i-HBpeetion of pumpo, or ;:my other iteaIG, ....hich could come -i-fl-t-e---€BflbWt:--w-i-tfl- -p9toablc ....o.ter, muot conform to American Nation;:!l 8tandardo ~itute/No.tioaad So.nito.tion Foundation (AN8I/NSF) Cto.nd;:!rd 61 ao deoeribed +n---E-fle- 8to.ndo.rd-specifico.tiens-, BB-efi- mate-r~--iflel-ttde 0.11 nol vento, cl e;:!nerD, lubricanto, go.oketo, threo.d compound::], eeaE-i~,- --e-F- hydro.ulic equipment:;. TheDe itemo muot not be uoed ffiHes-s---E-bey -€-efi~ '.dth }\NCI/NCF Cto.ndard 61 o.nd unleDD ouch itemo o.re -iflS~Eed--Bn---tl'l~-s-i-t-e by-clUthorized City peraonnel immediately prior to UDe. !Ffte--Cem+a-e-E9F- -s-fi-al+-PF€lv-ide---Efie- Engineer '.dth copieo of written proof of AN&f-!NB-F-B-Eando.rd 6~ o.ppro'.'o.l --f.e.F- 0.11 ffio.terio.lo ....hich could come into conto.ct wi tR- petab-l e---wa-t:e-l ~ E~ Handling and Diopoaal of Traoh AJ.+ .--t-Fa-Sfl- ~e-ra-Eed- by----- t:-fle---tontractor or hio employeeo, o.gento, or s-ubeontractorD, --lflHB-t:-be contained----at:---a-l-l timeD at the '.:ater facility oite. B--fflw-~Era-sfl---wH-l-~-. bc .J.llowed. - The Contractor oh;:!ll keep '.mrk o.reao el-ea&-,xtc -a+ t--.-times---and-----rcmove --a-l-l tr.:lOh-4a~ CONTR.."-'CTGR-L&-GN-~ PREP AR......TIOH F~ --Befi-t:---F-aet.Dr-I ~T--pe-FGonnclmUGt ....cox colored uniform oyerall::; other th;:m orangc, bl-tle-,--o! -wM-t:-e,-- ---B-aeh---- employee -uniform must providc company naJllc and ind-ivi~ cmpl oyee-i4en-t-i-E-ic.:l tion. c C--ElfH:'-Fi:H..."'-t.-OF- sfia !1- l-Hov--i-Ele--4cc lephonco -..---fur Contro.ctor peroonnel. telt;phones - lFe--ne-t . dva i-l-alH-e-- fu-F--.Contro.ctor ~ Plant H- -WO-rh+-Il<j llOUIS wile] at' 7',{}-G-A~-M~t+)--S-,-oo P..~L, Hondo.)' thru Frid.:lY" Section A --- SP (Revised 2/19/99) Page 15 of 23 f Contractcer-fHH-5-E- fl&I" +l.S{~afPy'--f:--i-Ey facility rcotroomo. Contractor must provide o...n 8aRiE-cH"Y -f-ac i+-i t iee; . JC,- All Contr.:1ctef:' vehIcle::; must be parked at deoignatcd oite, aD deDignated by ~~r Dcp.:1rtmcnt ~taff. ^ll Contractor vehicleo muot be clcarly labeled w-i-Eh comp.:1ny name. -Ne_Erivate employee vehicles arc allmJed .:It O. N. Steyena ~~_T~~m~ -N~~-A!-!- peroonnel muot be in company vehicleo. During \/Orking -~lF5-i contr.:1ctor ~loyeeo must not le.:lTJ"e the deoign.:lted eens-~~~~a-~w.:1nder through any buildingo other than for required wer*--BF-us-4i-FeeEe4--By-City Water-.Oep.:1rtment peroonnel during emcrgency cV.:lcuat.-Wft~ K--- Befl:t:r:~ct.Qr_Qu~Llic_.:1.!=i~~ns _.f~~'\ If_Q~~()RY CONTRDL .'\lID Dl\T.'\ l'.cQUIGITION) AHy-----wEH'-k4{)-t-he-- iO-~ter baDed monitoring and control oyntcm muot be ~:!':'ffie4-erH-y-- -by-- qu.:11ified techniC.::lI .::lnd oupcrvioory peraonnel, ao determined by meeb ng the qu.:llificationo 1 thru 9 bclm:. Thin ',:ark includes, OO-t:---is------net:- limitcd ---t-B-, modificationo, .:ldditiono, changeD, oelectiono, furniohing, inotal~ connecti~- programming, cuotomizing, debugging, calibrating, -eF---p-l-a-ei~in oper.:1tHom---a-l-l hardWQre and/or aoftT,Jare opecified or-- F~e&- by--{: fles.e--spe-ei-f..i€a.~c 'I'he---f~r--ae-t-o-r---eF----fi-:i-s--s-ubcontractor propooing to perform the CCl\Dl\.. -..'ork mUDt be-ab-l-e---t-e---EkmonotriHoe-- the fOllowing<- 8.,.. h -- -~-i-s. regul.:1rly cng.:lgcd in thc computer b::\oed monitoring and control s-y-s-E-effi buoine::;s, preferably --a-s--::\ppl ied to the municipal ',Jatcr and WUs-tewaEe-F- -i-R4:J.&t;-~ h - - ~ -4ld&--performed \JOrk on eemp:i~y--as-required l.It ~ 3--;-----He--hao been acth'ely eng.:1ged in the typc of '.JOrk opecified herein for at--kas-to-S yearn ,- ~-----He- employo - a Registered Profeooion.:ll Eagineer, a Control Cyotemo Eflgineer,. or an Electrical Engineer to oupervine or perform the ~:ark ~Fed-..ffy---Hi-i-s-- spec i f i cat i anD _ 5-o------He---employn peroonnel on thin Project ,,:he have oucccnofully completed a m::\nuf::\ctu~-tr.:lining courDe in configuring and implementing the opeci fic computera, RTUC 'n. and ooft',:are propooed for the Contract_ ~----He--maintaino::\ permanent, fully otaffed and equipped oervice facility w4tf14ft-~O miles of the Project oite to maint.:lin, repair, calibrate, and program thesyatemo opecified herein. ~-- ---He--sftall furnioh - equipment '.:hich io the product of one HIQIlufacturer to t:-he ffi.:1x-imum-i7Factical----€*tent. Where thiD io not pr.:lctic.:ll, all equipment-Bf--a-~-v€ft---t~-w-i-l-l be the product of one manufacturer. -P-ri-E*" performanee at the o-~----N--:- ete....eno Water Treatment Plant \Jill be \:i-5e& in e\r::\luating ~.'hich Contractor OF aubcontractor programo the ne',J wor-k-f-aF---tfii-s--Proj ect . The -Contr.:lctGF---- Dhall produce all filled out progr.:lmming blocko ~Fe6-t-B-sfiewthe programming .:10 needed .:lod required, to add theDe tWE' oyatemo to the exiDting--8ky CCl\.Dl\. Dyatem. Att.:lched io an example of. --€-fie rcqu-H=e4---progr.:1mmi-ng---block3 ,,:hich the City requireD to be -f-i ll-ed -Ht -and-~i-vcn to .~- City Engineer ',dth all ch.:lngeD made during t-he--pr69-F-ammifl9-~-'!'fle--at:~ oheet io an example and io not iffi-ewied- tB-sflew--aH--e-f- the~ircd oheeto. The Contractor---wi-l-l- i7FffiF-ide-~l*"~E~~_I!9 b 1 ~_~_ uo~_~- oyotemo of comparable oize, type, and thiD Contract on at leaot three prior 9..... -- i\ J6 Other Submittals Si!.~J2.. Drawing Submittal: The Contractor shall follow the procedure outlined below \I!hen -r;rocessIng- Shop Drawing submittals Section A - SP (Revised 2/19/99) Page 16 of 23 Quant lty ~ont [-actor ~;hall lr-ansmit six (6) copies of each submittal to the City Engineer or his designated representative. The City Engineer will retain three (ll COPH-S_ Reproduclb.les- Contract H ;ha; drawings n ,lddltioll to d O>'} :;ubmit one the SlX (6) copies required above, the (1) reproducible transparency for all shop Submi Lta i Tran~;r:1i t tal Forms: Contractor shall use the Submittal Transmittal Form aU ached dt the end of this Section; and sequentially number each t ransmitta] fOIll1. Resubmittals must have the original submittal number with an alphabetic suffix Contractor must identify the Contractor, the Subcontractor or ~;upp] ier; pertinent Drawing sheet and detail nUmber(s), and specific'l.tim ,5'('cl ion number, as appropriate, on each submittal form. Contractor' :'; St amp Contractor must apply Contractor's stamp, appropriately signed or nitJal..d, which certifies that review, verification of Products required, field dimellsions, adjacent construction work, and coordination _of information. is all in accordance with the requirements of the Project and Contract documents Scheduling Contractur must schedule the submittals to expedite the Project, and de Ii JeI to I h~. C l t Y Engineer for approval, and coordinate the submission of related terns Marking: models, provide ContI act.:01 must optlons, and other information unique mark each copy to identify applicable products, data. Supplement manufacturers' standard data to to this Project. q Var iat lOllS. Cont:ract 01 must ident ify any proposed variations from the Contract document;; dnd any Product or system limitations which may be detri_mental to;uccessful performance of the completed work. h. Space Requirements Contractor must provide adequate space for Contractor and Engineer rC'Jiew stamps on all submit.tal forms. Resubmlttal,,;: C,)nt ractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Di st:ribut ion: Contract or must distribute copies of reviewed submittals to subcontract.Jrs and suppliers and instruct subcontractors and suppliers to promptly report thru Contractor, any inability to comply with provisions. ~amEle~; The Contractor manufacturers' :tandard selection must submit samples of finishes from the full range of colors, textures, and patterns for City Engineer'S Test~l!dgep<:l.j r:_l{~~J t Whefl 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 ~;pecj fied time to the City Engineer for approval. Otherwise, the related E;gu.~PI11t:Cnt will not,be ~~ov~.d for use on the project. A-37 Amended RArrangementand Charge for Water Furnished by the CityR !nder "General Prov i si(,ns and Requ i I ements for Municipal Construction Contracts", !'.r~angemt"nt and.Charge !or Water Fur.n.isht:Cd by J::he Ci~y, add the following: 8.6-15 "'['h, , Contractor must comply with the City of Corpus Christi's Water Conservation and Drought ContIngency Plan as amended (the "Plan"). This includes implementing wat"r conservation measure,; established for changing conditions. The City Engineer w:l provide a coPy or the Plan to eonLr.actor at the pre-construction meeting. The Section A - SP (Revised 2/19/99) Page 17 of23 C::ontlclctOl wi 11 Keep d copy of the Plan on the Project site throughout const ruction .. A38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference In this peeLed Provision A-39 Certificate of Occupancy and Final Acceptance (NOT USBD) The i::wuancc of a ccrti fic;ltc of occupancy for improvement!) doc!) not conatitute final :lcceptancc of the --improvement a -tHtder General Proviaion B B 9. A-40 Amendment to Section B-8-6: Partial Bstimates 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 wi 11 not include the net invoice value of acceptable, non- perishable materials delivered to the Project worksite unless the Contractor provides the j ty Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has bt'en paid for the materials delivered to the Project worksite. ~-419zone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as calendar day. A-42 OSHA Rules &: Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while perfonming any and all City-related projects and or jobs. A-43 Amended Indemnification &: Hold Harm.1ess 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~lieuthereof :---~ 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 a 11 damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewi th 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. O[ omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any :;ubcontractor, supplier or materialman < A 44 Change Orders ~;hould a (~hange order(,;) 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 costs and breakdowns, cost of materials and equipment, wage rates, ete.). This breakdown information shall be submitted by ("->ntractor as a basis L'r the price of the change order. Section A - SP (Revised 21l9/99) Page 18 of 23 A~-Built Dimensions and Drawings (7/5/00) A-45 (a) Cont ractor shed J make appropr iate dai Ly measurements of facilities construcLeo and kpcp accurate rcc'ords of location (horizontal and vertical) of ~11 f Ici ities bl Upon complct ion of edch facil ity, the Contractor shall furnish Owner with one set of dIre.,"t Plints, marked with red pencil, to show as-built dimensions and ] ocat i.ons If illl Nor k:"onst Tllcted. As a minimum, the final drawings shall include thE following (1) Hor zonlal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) nel,"tioTls, additions, and change to scope of work. (5) Any other changes made. A-46 Disposal of Highly Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibil,ity to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for appruval. There :;hall be no separate pay for disposal of highly chlorinated water. Cont ract..)r shal I notlse the Ci ty' s sanitary sewer system for disposal of contaminated water A-47 Pre-Construction Exploratory Excavations (7/5/00) Prior co any canstruct,ion whatever on the project, Contractor shall excavate and expose all eXlsting pipelines of the project that cross within 20-feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline, r'or exist i ng pipelines which para IIel and are within ten feed (10') of proposed pipelines of the project, Contractor shall excavate and expose said existing pipelines at a maximum of 300 feet on centers and Contractor shall survey the accurate horizontal and vertical locatiom, of said parallel. pipelines at JOO-feet maximum O.C. Cont ractor shall then prepare a report and submit it t:o the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of che top of existing pipeli ne~: Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirely, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Explorat.)ry excavations shall be paid for on a lump sum basis. Any pavement repair dssociat'.'d with explorator'y excavations sha 11 be paid for according to the established unti 1 pI (ce of pavement pat chi ng _ Contractor shall provide all his own survey work F~ffort (fiCO separiltc PdY) for expl ()ratory excavat ions, Section A - SP (Revised 2/19199) Page 19 of 23 ;'.48 Overhead Electrical Wires (7/5/00) .:'ontractol shall comply' with all OSHA safety requirements with regard to proximity of onstruction equipment beneath overhead electrical wires. There are many overhead wires rossing the construction route and along the construction route. Contractor shall use 111 due di ligence, precautions, etc , to ensure that adequate safety is provided for all r hi s (~mp loyees and operatur-s of equipment and wit:h regard to ensuring that no damage to '.:ist ing }verhead elecrrical wires or facilities occurs A-49 Amended RMaintenance Guaranty" (8/24/00) iJnder "General provisions and Requirements for Municipal Construction Contracts", B-8-11 "'laintenann.> Guaranty ,-ldd the following: "The Contr-actor's guarantee is a separat.e, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Errors and Omissions rhe Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instruct.ions Nl11 be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before t.he work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be 'ompensat.ed for such increase in cost as provided elsewhere. The Cont.ractor shall bear t.he expense of correcting any errors and omissions on the clrawings or specifications, which are not discovered or reported by the Contractor 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 qeneraJly accepted pract.ice. Further, it is the intent of the Contract Documents that he Contractor shall perform all work to complete the project ready for its intended use. A.51 Contaminated Soil Contractor is advised of the encounter of hydrocarbon odors at Boring Log No.8 at 19th dnd Coleman of the Geotechnical investigation report prepared by Kleinfelder, report no. C 1532, 07/26/05, and contained in Part U of this project manual. Contractor shall tollow City requirements concerning the disposal of contaminated materials. Contractor :;hall comply with t.he City's J.e. Elliot. Landfill special waste handling guidelines with regards to disposing suspected contaminated soils. The cost of said work shall be Lncidental to the unit price for "removal and disposal of contaminated soils" as per Item 4 given below. Contractor shall complete the City'S Generator's Waste Profile Sheet (See !\t tachment II) for City's Approval prior to disposal of any cont.aminated soils. ,f, during the construction, an area is suspected of a high level of contamination, then t he City will have the area tested. If the area proves to have a high level of nmtamination, then the Contract.or shall comply wit.h the regulations of the TCEQ who has iurisdiction concerning policies as to t.he reuse to this mat.erial, the Contractor shall ollow thr following Plocedures: Material Reuse: Excavated material t.hat contains indications of elevated levels of contdminat.ion may be utilized as backfill for excavations, up to 24" from the sur-Lice ot the fLnished grade. It will be._the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of cont.amination shall be used with the t.op 24" of the t.rench. All materj als used for the backfill of excavations shall also ce>nf: ,rm tel the tn'nch embedment sect ion shown on the construction drawings. Section A - SP (Revised 2119199) Page 200f23 in ite 3tockpiJes; Excess material tram excavation, whether non-contaminated or cOIltaminated with any detectable concentration of contaminants, shall be handled in ,ouch a way as t< pu~vent run on, runoff, and infiltration of contamination from pn'i.pIL'ltJon Contaminated stockpiles shall be underlain by plastic, with a 11 Hl ,;Ot] bfrm cov.'nd with plastic around the perimeter. The contaminated t, kp, 1,'s 3lu 11 be :overed with plast ic and secured to prevent loss of the cover lW to winel 0: S arm,: Maintenance and cleanup of any stockpile areas shall be the 'e: uOT1sibi I i.t,' ( t hf' (nnt1 dctor. :'i'Tlosal ot Exce s N:)T1 .~ontdminated Soil: The balance of any non-contaminated soil fiat used in backfil shall become the property of the Contractor and shall be hat ied offlnd d !spo~~ed of by the Cont ractor at the designated disposal site. .. L.io:posal 01 CflntaminatE:d Soil: All costs associated with excavating contaminated ;OJ:, transporting cont.aminated soil, landfill disposal fees, constructing and maJrltaining a sL)ckpilE' in the required manner, and cleaning up the project site .,fter the contaminated soil is removed shall be paid for by the cubic yard as ille2sured by the:ity Inspector. Excess contaminated soil will be transported by thE Contractor 0 the J.C Elliott J,andfill following the City guidelines on ;c;pE-,,'ial waste handling In the case that any contaminated material should appear JUJ lag excavdt i( n, I he Contractor shall dispose of said material properly. The 'all ractor shdll be paid a neqotiable monetary amount from the wastewater allowance et in the bid pr'oposa) if this should happen. ,'SHA Trauung'ont I actor :;h,111 be responsible for providing proper OSHA hazardous waf!!' trdirlJnq tilat s ,'equi red for construction personnel working in contaminated -ir(;':lS. A-52 Revisions to the Standard Specifications The following st.andard speci fications have been modified to fit the circumstances of ~his pr'oject Section 021010 Project Sign All labol, material, and equipment requi red for placing project sign shall not be measured for pay but will be considered subsidiary to the work item project sign. Section 022100 Select Material All labor, material. ,md equipment required for placing select material shall not be measured for pay but will be considered subsidiary to the work items requiring select rnaterial Section 025416 Seal Coat L.imits at area to be :;eal coated shall include the entire roadway width within the project limits including the end of radius points at intersecting side streets or up to the end of pavement reconstructions along said side street, which ever is further. Seal :oat shall consist of a single coarse aggregate. Section 022420 Sil~ Fence All labol, materia 1, and equipment required for placing silt fencing shall not be measured for pay but wil I he considered subsidiary to the work item "Storm Water Pol1utjOIl Prevention Control" Section 025205 Removing and Replacing Pavement The limits for pay fOJ pavement reconstruction shall be for the width shown in the typical roadway secLion given in the construction plans. Any additional pavement reconstruction outside sajd imits for pay that may be required for any reason will be completed by the Contractor at no extra pay. Section 025210 Lime Stabilization This item has also been included in the bidding documents as an extra bid item 1n case a :1eed for] ime stabi I ization of ;3ubgrade becomes necessary. Section A - SP (Revised 2119199) Page 21 of 23 Section 025220 Flexible Base - Caliche rhis item has been included in the bidding documents as an extra bid item in case a need for flexible base caliche becomes necessary. Section 025610 Concrete Curb & Gutter T'his item has also been included in the bidding documents as an extra bid item in case a 'i.eed for .:oncrete curb & gutter becomes necessary. Section 025612 Concrete Sidewalks & Driveways This item has also been included in the bidding documents as an extra bid item in case a need for concrete sidewalks becomes necessary. Section 025807 Pavement Markings, Paint and Thermoplastic Thermoplastic pavement markings shall be applied of size and color specified in ('onstruct ion documents Section 026202 Hydrostatic Testing of Pressure System The cost for testing shall be incidental to the unit price for "pipe". Section 026206 Ductile Iron Pipe and Fittings 1'\11 fittings shall be ductile iron. Contractor to provide adapter or coupling as required when connecting new piping to existing piping and piping of different materials It no additional cost to City. The unit price for wet connections shall be inclusive of all labor equipment and materials to complete the connection including all required extensions and fittings. Section 026406 Private Water Service Lines Existing meters shall be replaced with new meters to be provided by City. shall return existing meters to City for meter exchanges. Contractor Section 026411 Gate Valves for Water Lines ~ll labor, material, and equipment required for installing gate valves for fire hydrants at project site shall not be measured for pay but will be considered subsidiary to the work item "Fire Hydrants". Section 026416 Fire Hydrants rire hydrant assembly shall consist of a fitting to main (tee), 6" line, gate valve, and fire hydrant able to accommodate said 6" line using an 6" mechanical joint base. A-53 Geotechnical Investigation Report A copy of the project geotechnical investigation report prepared by Kleinfelder, report no. C-1532, 7/26/05, and cont:ained in Part U of this project manual is provided for rontractor's information. A-54 Stormwater Pollution Prevention Plan This Project falls under the category of Small Construction Activities" and will, therefore, not be required to have a Notice of Intent submitted as per Part II.D.2 of the TPDES General Permit TXR150000. ( 'ontract:Ol copies to activities. Contractor shall post a signed copy of the Construction Site Notice at the construction lte in a location 'where It is readily available for viewing by the general public, JcaJ, st,lt.e, and feder,ll authorit ies, prior to commencing construction activities, and maintain t he Notice in that location until completion of the construction activity. 'ontracto! shall adhere to the requirements of the Storm Water Pollution Prevent Plans pel the drawings and specifications contained in the Construction Documents. will be required to complete a Construction Site Notice and provide original the City at least two days prior to commencement of any construction Section A - SP (Revised 2/19/99) Page 22 of 23 SUBMITTAL TRANSMITTAL FORM PROJECT, WATER MAIN IMPROVEMENTS - LEOPARD ST. / THIRD STREET PROJECT #8534 & #8535 OWNER: CITY OF CORPUS CHRISTI ENGINEER: RICHARD MARTINEZ, P.E. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 2119f99) Page 23 of23 ATTACHMENT I PROJECT SIGN DRAWING ZO lIS .... ... o~ ~ :;:) :;:) a:: a: ...I ..J .~ ~ CD m III 0'" ~ X X .... ~... ot; Ir G: a: :E .i :r: c ~ c ~ ~ u.... 0 0 :I: J- - - ~ - - =", ~ I: . ~ 1:' t\ =1') ~ Q. U) ~ . . II) . It) II) ... a ~...-..~ ... ---.. -............-. . -- .. - -. .. ---...- -..----.... -- -.. . -. ..- =-~.:;=:.:: 6- 2'- o. ,1- 6" 41- O~ Attachment I Page I of I REV 7/J6 21 - a. ~ 2--0" - CD en t- en 0 Q,. CD = _M 0 0 -~ I . JC =.... r- CD CD ATTACHMENT II CITY OF CORPUS CHRISTI GENERATOR'S WASTE PROFILE SHEET CITY OF CORPUS CHRISTI - GENERATOR'S WASTE PROFILE SHEET INSTRucnONS The infonnation contained in these ins1ructions may be used to. dClerl1line the acceptability of waste i1llended for disposal at the J. c. Elli~ M~ipal LandIdI. This information is strictly confidential and will only be used as an intema.l ~I to DJairuain Permit comphance With the Texas Natural Resource Conservation Conunission.. The Co.... must be filled out io its eoti..ety. . PART A I. GENERATOR NAME - Enter the name of the facility where me Waste is generated. 2. F ACIUTY ADDRESS- Eotec the street addn:ss (Not the P. O. Box) whece Ibe waste is generated. 3. GENERATOR CITY 1ST A 1E - EDIa the city and state of the site where the waste is generated. 4. ZIP CODE - Enlcr &be gCDCllltor's zip code . 5. GENERATOR USEP A ID - Enkr the generator's identification number issued by the USEPA, if applicable. 6. GENERATOR STATE ID - EDtec the generator's identification number issued by the St3tc. if applicable. 7. TECHNICAL CONTACT - EnteT the name of the person who can answer techniCal questions about the waste.. 8. PHONE - EDler the telephone number of me person whO can answer technical questions about the waste. . PART B I. NAME OF WASTE - Enter the name of the wast~ (e.g. putrescible. Consb'Uctionfdemolitioo debris. contaminated soil. etc.) 2. PROCESS GENERA 1lNG WASTE - List die specific process or opecation that generates the waste.. (e.g. municipal refUse:., manufacturing. City constructioa PfOject. etc.) 3. ANNUAL AMOUNTS - EDler the amount of waste that will genecated and transported annually. (Use cubic y8f'.ds. gallons. tons) 4. WASTE TYPE - Based upon the aUached definition found in State of Texas Municipal Solid Waste Law, indkateifthe waste . type qualif"ICS as a special waste. . . _ 5. SPEQAL l-IANDUNG INSTRUcnONSllNFORMA nON - For all wastes. describe any special handling .requkements and any additional infonnation applicable to its disposal DEFINITION OF SPECIAL WASTE Acc:ording to TAC 30: . . . Special Waste - Any solid waste or rombinalion of solid wastes that because of its quantily. COIlCCIlCraIion physical or chemical cbaractcrisaics or biological properties requires special handling and disposal to protect the human hcabh or the environmenL If impropcdy baDdled., ttaosported, stored. processed or disposed of or othe.rwise managed, it may pose a pn:sent or poteDtia1 danger- to &be bUI8ID 1IcaIIb or the envUnnlR"lt Spc;ciaI wastes arc: . A. Ha1Mlous wastes from ~ exempt smalI-qUaatity generators that may be exempt ~ fun COIlU'Ols under SS33S.401-33S.412 N"tbis title (Jelating 10 Household Materials Which Could Be Classified As Hazardous Waste); B.. Class I iudusIria1 aoabazardous waste n91fOUliAe1y collected with mwUcipal solid waste; c. Special waste ftom hca1~1atcd facilities (refers to certain items of medical wasIC); D. MuniI:ipaI wastewater treatment plaut sludge. other types of dOmestic sewage tn:a&m~ plant sludge, and water-supply trca&meot pJaat sludge; E. Septic; &uk pumpings; F. GRate aatI grit 1rap wastes; _ . Go Wasrcs from commcrQal or iodustriaI wastewater trealmcnt plants; air pollution coDIrQI Ca.:ilities; and IaDks, drums. or COiltaiaers used for shipping or storiog any materia! that has been listed as a hazardous constituent in 40 ~ Part 261. . Appcadix VB but has not been listed as a commercial chemicaJ product in 40 CFR. S261.33 (e) or (I); lL ~~tbuuse wasleS; L Dca4.u-lS; J. . Drugs. "'--"'P-N foods. oc wotarvioatcd beverages. olb.ec than those amtained in nonnal household waste; K. Pesticide fB1SCCticide. herbicide. fiw&icide. or rodenticide) conta.ioe.rs; L DiscaNed IJliIIeriaJs containing asbcsto~ M. Inciocrator ash; '!t-.1...... . N. .Soil t:O?taminated by petroleum products. crude oils, or chemicals; O. Used oil; P. Ligbl balJaslS and/or small capacitors containing polycblorinated biphenyl (PCB) compounds; Q. W~ from oil. gils;and geotbcnnal activities subject to regulation by the Railroad Commission of Texas wben those waste: are to be processed,. tmW:d, or disposed of oat it solid WasIC facility penniltc<d under this chapter; R. Waste genent.fCd outside the boundaries of Texas Ibat comains: i. Any iIldusaial waste; it Any waste associated wida oil. gas, and geotbermaJ exploration. production, or development activities; or ill. Any item listed as a special waste in Ibis paragraph; S. Aay waste ~ otbcr ~ household or commen;ial garbage, refuse, or rubbish; T. Lead acid stonge baueries; and U. Used-oil fillers ftom internal combustioo engines.. 6. INCIDENTAL AMOUNTS OF SPECIAL WASTE - incidental quantities of special waste that do DOt materially change th physical or chemical identity of the load or maIce il hazardous waste musl be identif'aed by type and amounL PART C I ME1lIOD OF SHIPMENT -lndiQIC the anticipated method of shipment by checking the appropriate box. 2 SUPPLEMENTAL SHIPPING INFORMA nON - Enter any additional shipping information. 3. REPORTABLE QUANTITY - Enter the pounds. Cubic Yards., galloos., etc. of TOTAL waste fOTdisposal PART D TECHNICAL MANAGER DECISION - [To be completed by the City of Corpus Cbristi] PART E PHYSICAL CHARACTERISTICS OF WASTE . {FiB out frolll tbe aoalyticallaboratory auJysis; tbea also bIdade copy of the laboratory aaalysinlleets) . 1. COLOR- Describe the appearance of the wasle (eog.. green.1l'aDSpareQt. varies). . 2 ODOR - Do Not Smell ne Waste! If the waste has a known incidental odor, then describe it (c.g.. acrid. pungent. solvctal sweet). 3. PHYSICAL STATE - Cbeck the applicable box. if"OTHER" entel' a descriptive phrase in 1he space provided. 4 LAYERS - O&eck aU applicable boxes. Multi-layered means more than two layers (e.g., oiVwata" or solvent/sludge). Sin Pbascd meaDS the wastC is boIDogcoous.. . . S. SPECIFIC GRAVITY - Ind~ Cbc range. The specific gravity of Wider is 1.0. most 0JgaDics are less tbaD 1.0. Most iIIorganics are greater Iban 1.0. . . 6. FREE LIQUIDS - Chcck ..~ if liquid is usually prescot wbea ~ging for sbipmeot aod I"UilpafC me pen:aIl of. volume. (kd'1'<<>" if tbete an: DO free liquids as determined by the Paint F"dter Test or dim:t ~ . 7. pH -1Ddica&e for liquid portiOllS of daeWaslC. ~ Ibe approprialc boxes.wbida cover the pH of1bc~. Use the -RANGE" sPace if approprialc. Foe solid or organic liquid wastes. indicate 1hc pH of a 10% aquenous solulion of the was applicable. Chccl: "NAtO eo.- __Wake soluble ~ . 8. FLASH POINT - Indicate the flash point ~ using the '!PfKopriaIe testing method. PART F CHEMJCALCOMPOSmON L List all organic anlor inorganic components oflbe waste using special dlemical names. 1f1tadc oames IIIC used. auad1 Material Safely Data Sheet or other documents Ihat adequately desaibe the composition of the waste. Fm: ~ compoo~' e$timate the rcmge (in percents) in wbich the component is presenL In addition. indicate wbed1er any Toxldty CIaracteris leil('lting Procedure (TCLP) CODSti1Ueots are pIaenl in the waste. The total of the maximum values oftbe componentS mu be greater than or equal 10 100 % ioduding Wa1eT, earth etc. 2 2. tflbe w~ ~tainsPCB's, cyanides, or sulfides indicate the concentrations. If the waste does not include these constituents ,afC prescOt. in the waste. The total of the maximum values of the components must be greater lhan or equal to 100% including water, eanh. etc. 3. Indicate wbether the method used to determine the chem~ composition in fl was lhe TCLP method., an analysis to determine the total concentrations. or another method. Specify the method. . PART G SAMPLING SOURCE Descn"be exactly where the sample was taken (i.c.. drum. lagoon, pond, tank, etc.). PART H REPRESENTA 1lVE SAMPLE CERTIFICATION This sectioll only Deeds to be completed when providiu28 waste sample to a lab for testiDI! - chain of custody requi~ Some wastes require analytic:al data to determine their chemical composition. regulatory status. if they are acceptable for transportation. treatment or cIisposaI. The sample should be colleaed in accordance with "Test Methods for the Evaluation of Solid waste, Physica1lChemical Melhods," SW-846, USEP A. and/or 40 eFR 26) .200, or equivalent roles. A suitable sample conlainer for most wastes is a wide mouth glass bottle with aplastic cap having a non-reactive liner. Plastic couta.mers ace recommended fOl" Sb'Ong caustics or fluorides. Fdl to approximately packed and shipped in accordance with U.S. DOT quJations and any specific requirements imposed by the canier. Imprwerly packaged samples may be disposed upon receipt. 1. PlUNT SAMPLER'S NAME - Enter the sampler's name. 2. SAMPLE DA IE - Enter the dale that the sample was coUected. 3. SAMPLER'S 1l11.E - Entet th6 sampler>s title. 4. SAMPLER'S EMPLOYER - Eater the name of the sampler's employer. S. SAMPLER'S SIGNA lURE - Sign in the space provided.. PART.I GENERATOR / TRANSPORTER CERTIFlCA nON By siPature of this profile sbttt. the generator/transporter certiraes that statements in Nos. I, 2. 3. 4. S. and 6 are trucand accurate with respect to the waste S1re8mS listed. . 7. SlGNAnJRE- An authorized employee of the Transporter must sign the Transporter's waste Profile Sheet. B. 11TLE - Enter 1be employee.s tide. 9. NAME - EDIa' the employee's aame. 1 O. DATE - Enter the date signed. KEEP A COpy OF TIlE TRANSPORTER'S WASTE PROFILE SHEET FOR YOUR RECORDS. SEND TIlE ORIGINAL AND ALL ATf ACHMENTS TO THE CITY OF CORPUS CHRISTI- DEPARTMENT OF SOLID WAST! :; .CITY OF CORPUS CHRISTl- GENERA TOR9S WASTE PROFILE SHEET PART A l. GENERATOR NA.'\tE: 2. FACILITY ADDRESS: 3. GENERATOR CITY/ST A TE: 4. ZIP CODE: S. GENERATOR USEPA 10: _. 6. GENERATOR STATE 10: - 7. TECHNICAL CONTACT: 8. PHONE: PART B - I. NAME OF WASTE: 2- PROCESS GENERA UNG WASTE: 3. ANNUAL AMOill-.'TS: -"-" 4. WASTE TYPE: 5. SPECIAL HANDLING INSTRUcnONSllNFORMA nON: 6. INCIDENTAL AMOUNTS OF SPECIAL WASTE: . ~--- - . PARTe 1- ME1l-IOD OF SHIPMENT: _ Bulk -Liquid _ Bulk sludge Bulk Solid - - DrumIBox Other. 2. SUPPLEMENTAL SHIPPING INfORMA nON: --.,.. - 3. REPORT ABLE QUANTITY: PART D -TECHNICAL MANAGER DECISION (to be completed by the city) - APPROVED - DISAPPROVED - ADDmONAL INFORMA nON NEEDED If Disapproved. E."q)Iain:____ If ~pproved , continue. "I. Management method(s): 2- Precautions. conditions, or Limitations on approval : -...-- Date Tech. Mgr. Signature: .~ __ ___ Name(Print) . PART E - PHYSICAL CHARACTERISTICS OF WASTE (FROM LAB ANALYSIS. if applicable) I. COLOR: 2. ODOR: 3. PHYSICAL STATE '& 100FI2JoC: _Solid Semi-solid Liquid - Powder - - Other: 4. LA YEllS: _ Multi-Layered _ Bi-Layered _ Single-Phased S. SPECIFIC GRA: VITY: Range . . 6. FREE LIQUIDS: Yes - No Volume: % - 7. ph: _52 >2-4 4-1 7 1-10 10<12.5 ~12.S Range - NA - - - - - 8. fLASH POINT: ~ooe <14O"F/60oC 140- i 99"F/60-9O"'C - ~ocrFI93OC - - - Oosed cup Open cup PART F CHEMICAL COMPOSITION RANGE ( MfN.MAX) l. ~ - --'...,,-- - % , -...--....---------.,.-- - % - % - % - % ~- - % - - % - % T otaJ: - % 2. Docs the waste contain ~y oflhe following? -, . - - - ...- --- - (provide CODcenaratiOO ifbown): ., ' NO or LESS TIlAN or AcnJAL .. " / PCBs - _ <50 ppm ppm Cyaoidcs - _ <30 ppm ppm -. Sulfides _ <500 ppm ppm .r.._. - , Please Note: UDlessanalyUcal Dotes are attached. 1he chanical compo$ition ideDti~ Should' ~ at a minimwn. Arsenic., Bari~ Cadmium. Chromium. Lead, Mercwy, Sekai~ Silver. Pesticides. Habiades. and any other TCLP constituents that may be present in me waste. The total concentration must be greater 1han or equal to lOO"h. (.0001 % = Ippm or lmgll) Indicate method used to deti::DDme composition ( if provided): . '-- . - TcLP - Total - Other. PART G - SAMPLING SOURCE (e.g.. Drum. Lagoon, Pit. Pond. Tank. Vat): PART H - REPRESENTATIVE SAMPLE CERTIFlCA nON I. PRINT SAMPLER'S NAME: '2. SAMPLE DATE: 3. SAMPLER.'S TIlLE: 4. SAMPLER. 'S EMPLOYER fa( oaber thaa genentor) : ~. sampler's signalUre cenific:s that any sample submiued is representative orlbe waste dcsaibed above pursuant to 40 CFR 261200 or equivalent rules. 0 , S. SAMPLERS SIGNA lURE: , PART I - GENERATOR I TRANSPORTER CERTIFICA nON . By siguing this profile ~ Ibc gmmdoc certifies: , I. This waste is Dot a'''1JaDnIous Wr;k- as defiacd by USEPA 01' 30 T AC. 2- This W1ISle does DOt CODfaia RpIIilrcd ,-adiNlClivc maICriaI:i Of P':&"~e4 ~ ofPCU's '. (Pol)'dllorioatcd Biphcayls). - _ . 3. The informarioo provided OIl dais sheet and Ibc A1"lCbmcnts is a 1rUC awl ac:anIC dcsaiptioa oflho Wask: material All relevant iDforma&ioo ICgirdiog kDowu or suspected hazards in Ibc possession of dle generator has bccu~ 4. The gcncruor bas lead aad underSIaIIds lbc Definition ofSpccial Waste included in the instrucIions fonn. s. The aoaIytical daIa preSaued herein or aatached hereto were derived fiom testing a rqnsenIative ~plc taken in accordance with 40 CFR 26120 Oor equivalent rules. ' 6. If any cbaoges occur .iJi Ibc cbaractcr of the waste, the genaator shall notify the City. of Cocpus Christi. prior to its delivery to the J. C. Elliott Municipal Landfill. 7. SIGNA1URE: - &. TITLE: 9. NAME (T}-PC or Print): - 10. . DATE: ". -2- -"..,.. ._." ..._..,._.~~ -,..............<.._. "_.,_....~~.. ~ PART C FEDERAL W AGE RATES AND. REQUIREMENTS <}ener-al Decisron Number TX030039 06/13/2003 TX39 Superseded Gener-al De,'ision No TX020039 3 tat e -n.: XAS Construe ton Type: HEAVY ::ounty (i ps) NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construc~ion and Drainage Projects) Modification Number o Publication Date 06/13/2003 \ 'OUNTY (ies) : NUECES SAN PATRICIO SUTX20521\ 12/01/1987 Rates Fringes ('ARPENTERS (Excluding Form Setting, $ 9.05 'ONCRETE FINISHER 7.56 ~:LECTRICJ AN 13.37 2.58 i,ABORERS : Common Utility 5.64 7.68 POWER EQUIPMENT OPERATORS: Backhoe Motor Grader 9.21 8.72 WELDERS Receive rate prescribed for craft performing '>peration to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses 29 CFR 5 5(a) (1) (ii)) In the listing above, the "SU" designation means that rates isted under that identifier do not reflect collectively hargained wage and fringe henefit rates. Other designations rndicate unions whose t ate,; have been determined to be preva i1 in(J , WAGE DETERMINATION APPEALS PROCESS Has there been an initlal decision in the matter? This can he: an existing published wage determination . a survey underlying d wage determination http://www wdo L gOY Iwdo 11 scafi les/davi sbacon/TX 3 9. dvb 12/19/2005 'I Wage and Hour Division letter setting forth a position un a wage determination matter * a conformance (additional classification and rate) ru ling .JJ; survey related matte s, nitial contact, lncluding requests f, [ summarIes of survey,;, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis Bacon survey program. rE the response from this initial contact is not satisfactory, then the process described in 2.1 31ld 3.) should be followed. W l th regard to any other 'matter not. yet ripe for the 1:ormal P Gcess described here, initial contact should be with the Branch ')1 Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage dnd Hour Division U S. Department 01 Labor 200 Constitution Avenue, N. W. Washington, D. C 20210 ~ If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request ntview and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator u.s. Department of Labor :~OO Constituti on Avenue, N. W. Washington, D C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. j J If the decision ot the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4 All decisions by t.he Administrative Review Board are final. END OF GENERAL DECISION http://www . wdoL gOY Iwdo II sea fi les/ davisbaconlT X3 9. dvb 12/1912005 AGREEMENT THE STATE OF TEXAS ~ COUNTY OF NUECES ~ TiH; AGREEfvlENT is entecej into this 21ST day of FEBRUARY, 2006, by =i::1 betwE'en tilE CITY OF CORPUS CHRISTI of the County of Nueces, State of J xas, a t ing throulh c tc eLl authol ized City Manager, termed In the - '1tract'ocumert:" 63 "'i'y," and SLC Construction, L.P. termed in the nt r act Jocument s :1S "c n tractor," ;pon these terms, performable in eces=:c _1Oty, Te>:a I n ens idE rat i Vl f' hE' 0 a ym en t f $2,720,501.55 by City and other LiaaticiS of:],::y as 5,"'t t. herei'l, Contractor will construct and .~ mplete'erta n mr rOV'ffi(-cnt.o. jescribed as follows: WATER MAIN IMPROVEMENTS LEOPARD ST./ THIRD STREET - PROJ. NO. 8534/8535 (TOTAL BASE BID "A" & "B" PLUS ADD. ALTS. #1, #2, #3, #4: $2,720,501. 55) a --:ordi ng to the 2:]' ta,~hf~d P J ans and Speci fica t ions in a good and yIC r kmanl i <e manne r EOl: the pr ices and condi tions set out in their at~ached bid proDO al Supp~Ylng at their expense such materials, :=;erVlces, laber ana irsuran, as re1uired by the attached Contract D umen"s. inc Jina ov r:=eei C! the en'lre job. The Contract Documents J lude t '-lis Ll,grecomEnt, the id prop( sal and instructions, plans and specifiea' ons, nc udIne ale maps, plats, blueprints, and other 01 WIngs, the Ferformance and Payment bonds, addenda, and related or 'uments all of whi h (onsti tute the 'ontract for this project and are made a part hereof. Agreement t'age 1 (f 2 The ':ontractor \H~j commence work within ten (10) calendar days from late thev receive w~itten work order and will complete same within 298 CALENDAR DAYS after construction is begun. Should Contractor default, ont ract r may be ,iable for liquidated damages as set forth in the ontract Documents. Cit; wi~ ~ pay :ontractor in current funds for performance of the ont ra:::;t 1n accordance with the Contract Documents as the work rogresses. Signed H1 -L parts at Corpus Christi, Texas on the date shown :ibove. ATTEST, /1 () 1//.. '. 7 / ~\,tlt}" ~- -ity Secc-etary , CI~OF CORPUS CHRISTI \(~~ }...-=t-v By: Ronald F. Massey, Asst. i Mgr. of Public Works and Utilit~ s APP~D(iAS TO LEGAL By: ' ., R Ass /' &- By: Angel Dire scobar, P.E. of Engineering Services ~ CONTRACTOR .~ ATTEST: rf Corporat on ~ sealCBe.oW) SLC Construction. L.P. By:M~ )/~lJM~ T1tle: Sara L. Clark, President of SLC Construction-l, LLC (Note: If Person signing for corporation is not President, attach copy of authorization t:o sign) P.O. BOX 639 (Address) CONROE. TX 77305 (City) (State) (Zip) 281/356-3663 * 281/356-8141 (Phone) (Fax) Agreement Page 2 of 2 m 2VO(P-Oy, '.' ; , L ..."' "" .,'"""~'. rO. tlil;4{"",,~:) '" fJ.,t.\~:~:~. ? J 2..1/ {)(p ~_.."::t.~-", " . .~,_.._._~ "f f'",,"' . ' -r- ,"t '''Ie: ...~ Lit..-, Ma~ 09 2006 9:55AM f"P LASERJET 3200 p.2 CERTIFICATE OF LIMITED PARTNERSHIP FOR SLC CONSTRUCTION, L.P. ~"-'" \.'-~ .2003 1HIS CERTIF1CA TE OF LIMITED PARTNERSHIP is filed pUTsuant to Section 2.01 of1he Texas Revised Limited Partnership Act (the "Act''), in connection with the formation ob limited partnership(the "Partnership") pursuant to the Act. Name ofPartDership. The name of the Partnership is SLC Construction, L.P. Registered Alent and Office. The registered agent of tile Partnership is Sara L Clark. The address .)fthe Partnership's registered office is 44 Village Hill Drive, Conroe, Texas 77304. P riDcipal Ofl'Jee. The address of the principal office in the United States where records are to be kept cr made available as required by the Act is 44 Village Hill Drive, Conroe. Texas 77304. General Partners. The names and addresses of the general partners of the Partnership are as follows: SLC Construction I, L.L.C. 44 Village Hill Drive, Cooroe. Texas 77304 SLC-SPH, L.L.c. 44 Village Hill Drive, Conroe, Texas 77304 Formed b,. Conversion. The Partnership was fonned pursuantto a plan of conversion. The nam e, address and date of formation of the converting entity, a Texas Business Corporation. is as follows: SLC Construction, Inc. 44 Village Hill Drive, Conroe, Texas 77304 Incorporated on April 24, 1997. IN WITNESS WHEREOF, the undersigned general partners oftbe Partnership have caused this Certificate of Limited Partnership to be executed as of the date set forth above. GENERAL PARTNERS: SLC CONSTRUcnON L L.L.c. ~JuJ & ~CiJUJU By: Sara L. Clark Title: President SLCZ'C "- ~ By: Shown P. Harvey ~ Title: President ~..,.. Mar 09 2006 9:55AM HP LASER JET 3200 p.3 fN WITNESS WHEREOF, the General Partner and the Limited Partners have executed this Agreement to be effective as of the date frrst above written. General Partners: SLC CONSTRUCTION It L.L.C. ~a~ rJJ3/l.$J By: Sara L. Clark Title: President SUJ:J L.L.C. By: Sh''';;~ Title: President Limited Partners: ~) ~~iJ Sara L. Clark ~-?4-l Shawn P. H~ THE STATE OF TEXAS ~ 9 9 COUNTY OF HARRIS BEFORE ME, the undersigned authority, on this day personally appeared Sara L. Clark, individually and as President of SLC Construction I, L.L.C., known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacities therein stated. 2003. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the \ \~ of~(..\.... Rill< SHANKS NOTARY PU8UC StaM of TeXIIs Comm. &po 02-14-2007 ~4~. Notary Public in and for The State of Texas -38- ~ar 09 2006 9:55RM HP LRSERJET 3200 p. 1 SLC CONSTRUCTION, L. P . 1 H510 FM 1488, Suite 100 Magnolia, Texas 77354 Mailing: P.O. Box 639 Conroe, TexQs 77305 Office: . (281) 356-3663 FAX: (281)356-8141 Sent To; The City of Corpus Chri!ti Attention: Mr. John Burke Fax Number: 36J-826-3239 Sent By: Sara L. Clark Date: March 9,2006 Number of Pages: 3 including cover page CONFIDENTIAL DOCUMENT BEING TRANSMITTED: Copy of Certific.o.te of Limited Partnersl1ip for Sle Constl"Uction, lP. with si9"ing page for Agreement THANK YOU, Sara L. Clark SLC CONSTRUCTION. L.P. [ R 0 P U , A L FOR M ) 1.,........".,. >. 0 R WATER MAIN IMPROVMENTS LEOPARD ST. / THIRD STREET iSUdaMEN'! OF ENG] NE:ER ING SERVl CES (' lTY ('F "ORPUS CHI<IST], TEXAS IREv-is~ PROPOSAL FORM PAGE 1 ')F 37 Addendum No, 3 Attachment 'T' Page 1 of 37 PRO P 0 S A L Pla'~e : Dat Feb. A, 2006 Pro pc s,: i (,f SLC CONSTRUCTION, L.P. (PARTNERSHIP) ,i C"'l)iOr it i )11 orqanized an,] E~xisting under the laws of the 3':at<=_' of OR a partnershlP or Individual doing business as SLC CONSTRUCTION,L.P. -~.._----_. _.- ~_.- ...-.--- ------- ---- ------------ General Partners - SLC Constructiqn-l ,LLC & ~---~- --- --- ~C Cc)nstruction-SPH,LLC TO: The City of Corpus Christi, Texas lent If'mf'n: The undersigned hereby propuses to furnish all labor and nater J a j E3, too Is, C1 nd :1ecesE:dry equipment, and to perform the work required for: WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET It the J:Jcatlons se' 0;1t by t he plans and specifications and In strict l 'corddn 'e wLth IhE C'c ntra,'t documents for the following prices, to- ;, : t : ~Y:i:SEDJ PROPOSAL FORM PAGE 2 OF 37 Addendum No.3 Attachment 'T' Page 2 of 37 ,..-. '- CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET BASE BID PART 'A' LEOPARD STREET FROM MEXICO TO UPPER BROADWAY ^- =^ I I II III IV V ~ - DI:D QTY lie UNIT PRICB BID ITEM BXTBNSION I I TEll UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICB IN F:IGURBS) - - rT:1T' PAVING, DRIVEWAY, & SIDEWALK ITEMS - -----.-- LS Mobllization/Demobilizationl Bends. complete in place per ~bml____ $ ^- ~z.~J- L---~--- LS -'.-- - --^^- ---..--".,----.---- .-- - --_._- A, " SawC'ut sting asphalt __f~_ ~ L 1130 LF ex) pavement. :omplete in place $ So, Sh.!. per LF --.- ~- .~~.--- --'- -- ,-..--.-- A3 3255 <0;" Remove existing dsphalt to.- l' - 1l1.l75 - pavement 811 max, complete in ~ $ ----- -^ pldce per Sy --- - ---_.~-- --..--- 11.4 3255 BY Remove existing concrete paIement, r: II max, complete ill place per Sy ---~~ $ ,'''. 2.1S' - -- - ._-,- ~- -^ -^ ^^._.^^--^- --.-...-- - -----^-^-- 1------ A5 ~~ LI- Sawcut pxisting concrete -;0 ~ ~ - 3/b sidewaJ k, -amplete n place $ pe:- :,F ----+--- -^~ - f--- -~- -- --^ -.,.---. A6 I 'jUO SF Remove exintiw3 concrete __ __L_ 300 ..- I sidewalk & curb ram]:-, $ - i complet!' i ;, pI itCe per SF - - --^ --,- - f-- ."'-'- --- ~--_.._~- ----. ------..---- A'} ] ?-O SJ , " Concret" sir:ewalk, 1.'7 ~ .- ~O - c'ornp 1 E' t <C' i:l pl,-ire per SF $ - -~-- ~---'- -^- -- ----..-..- _._-^-- ..-.-.----- .--...--.,---. -~- _. - AS 160 SF Curb lamps ,,,,!tluncated dome pavers, complete in place per -~-_.- $ Z.O~O ..- -_.~--- -- SF -. - - - - ^- -- ----- --- _.'- .- "_~-'-'_.-_._. _._~-- h9 b J LF Remove existing cLrb & jlS- ~ ~ - i j gutter (:omplete in pl.1ce per ~ $ - Lf - -----.-- 1 ---~-_._- ~iSBDj Propo3al Porm Page 3 'Jf 1'7 Addendum No.3 Attachment 'T' Page 3 of 37 -j ~_-:l CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART 'A' LEOPARD STREET FROM MEXICO TO UPPER BROADWAY ~I__ ~dI ~~-D.SCRIPT =C, -::1' ~ II III IV V UNIT PRICE BID I:TEM EXTENSION ION IN FIGURES (QTY X UNIT PRICE IN FIGURES) ;ut ter, -~ p~r LF --jQ--=-- $ -~--- 5(;0- -- ized Sand, per CY ~-= $ 3Z., ~-so - - - onccete e :in place M=' __ $ 1\0,(,70 - gdl/sy, - per GAL ~ $ z..~ Type l""1D" - per Sy l1- $ ~ 7/&(5 - , -'----'- ~-'" T)rp e 'Ie" r 1..1- per Sy $ 1:n. ~S5- . _.-. '- ----.--. tioo ,,- S8, $'~ - /1~5" HMAC, - -~-- $ per Sy ----.--.....-- 'J t 1 f, E' t 'I> -s.u - amp 1 e t "- in -~.....,' $_,_J31,Z~ -.-..--- pct Re~'ai r ,~ ! Q, Q~O_,..o 0 ~ 20,000.00 ,;> -.-- -,--- - -- -=r- - ,. .lOTJ ~- ~.VOO- 8, $ .. pF'1 LF All) <;" (c' Concrete r'urb & \ camp 1 ere 'n pJ aCt All 1085 CY 12~ Cement Stab~1 complete jn place A12 3255 sr 5" Unreinforced C Payement. camplet per Sy Al3 520 GAL Prime Coat @ 0 16 complete in place A14 3255 SY 4" HMAC Pavement, complete-in place A:15 3255 SY 4" HMAC Pa....'ement, complete jl! place A16 1721 SY Mill & Recunstruc Asphalt Surface w complete if; place /\17 261'16 S', Sea I Coa t "nt i re pavement areaR C plcele per' :.'Y AI/3 lIe! Mu,cellanecuE 'tr A 1] 0wances STORM WATER ITEMS ~------'T--'- ------.-- 1>.19 . 1 L" I storm. WaLe.1 Poll\.)' I Prevention Measure =~ . ------J (Omp.lete ir_PlaC~_ IREVT~E~ PlOp 0 s a 1 Fo rm lage 4 of \7 Addendum No. 3 Attachment 'T' Page 4 of 37 r- . ., CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET BASE BID PART 'A' LEOPARD STREET FROM MEXICO TO UPPER BROADWAY -- I 1-- ~~,c=I-~=c~ =II~= =;=-__==,=c=cc= IV v BID ITEM QTY & UN:IT DBSCRIPT:IOli UN:IT PRICE IN FIGURES _:=:=J; 0 c_2ll0, 0 , B~D :ITEM BXTBNSION (QTY X UN:IT PRICK :IN FIGURES) A20 ; S Storm Wat:or Utility AllowancE> $ 20,000.00 .---- ._------ -._~._--_...- WASTEWATER A21 L ITEMS '.. '-"t'tewate Allowance Ut 1 i t Y $20,000.00 $ 20,000.00 WATER ITEMS A22 3 13 Q 6 L ~' ..- - '- ---'-~---'--'- 12" PVC C900 VR 18 Pipe, complete n place per LF 1-> - S~ $ ~ tdl S7Z- I A23 285 LF 7~ - .-3JL.__ $ 7$ to. 'I 13 Bit PVC C900 D~ 18 Fipe, complete in place per LF "'-_._.~ - A.24 180 IJF 12" 01 CISl Pipe, complete in place; per LF -~:_-- $ I.a.lhn- A:2 5 95J LF I:l DJ Ci51 Pipe, cornple~e ~ll place p~r 1.F 'e ___ _~Z $ ~ 715 457 , _. ---..---f----.-.- A26 l H:3 Lf 6" D1 CiS} Pip"" complete in pI ;;.:,0 per LF --~---- $ rz.U7e .. ---.--- ""- -----.-----. - 1\27 3 El LJ X I:':" PI Cross, Me), cOTnl'letf' jl place pet SA _.!QZ'2 ~__ $ 2, '47$ =-___________ A2a 6 RP 1 ~ I'X B' I,: I !..'ros~.:, f1J I cornplete lr place per SA 710 - __ $ i.f. low - ----- - f------ - -----.--.- ..-.----. A29 3 EJ:., 12"x12" DI Tee, __ = L]~n _ pl ~ce per EA. ML! , =ompl ete _ !21o-~ $___.._-----1110:...._____ ~YIsi~ Pr-oposaJ Form Page S of,} Addendum No. 3 Attachment . T' Page 5 of 37 - 1-1- I~-=l QTY &J UNIT . BID ITEM A30 A3~ 1>.32 1>.33 A34 A35 AJ6 AJ7 AJ13 A39 A40 7 EA 1 EA 2 Ell " f' . t:l CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART 'A' LEOPARD STREET FROM MEXICO TO UPPER BROADWAY III DESCRIPTION 12"x6" DI:'ee, MJ, complete in place p':'r EA EA 8 "xB" Dl Tee, t1.J, complete in place per 3.A 12"xl0" DI Reducer. cOlnplet.e in place per EA ---- 12"xB" D1 Reducer complete in place pt""r El, EA B":x6" Dr Reducer, complete J.n place per }'~A 4 EA 8 "x4" Dr Reducer, c:oraplete in place per f<~A 6' Gate ',al-e w bux, cumplete I 1 II P r ace peT EA i t--~-- I FA ! 6 "xci) dcqrec. bend, '-'-' , I camp Let e in place pel KP, --'-:-~"I ~:;,;~~::t ~e;:,e~l~:'~'~;e~:A - ... . . I 14 EA 19 Ell 4 EA 12" Gate Valve w/box, complete in p]ace pel BA 6" Gate 'v'a}....e w/bcx, complete 1 n pIa c e per EA !REVr S_~~ Proposal Form "age 6 of! 7 IV mUT PRICE IN FI;GURES ~,u- _ -~:_~ ..~72_=- 300- __ "Z-"Z$- --~-=- l,.!'!~ HXV 1L~ 1f6- .11S':-_ v B~D ITEM BXTENSION (QTY X UNXT PRXCE IN FIGURES) $ 2.670 - $ 3cfo ~ $ 3-r>~ $ bou- s Zl.S- $ Ek:>o - $ ZS; 1c"v ~ s ''1, ~ - $ z.,ou- $ 185" - $ 13..2.5'" - Addendum No. 3 Attachment 'T' Page 6 of ]7 Ll r- II BID ITEM r.b CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART 'A' LEOPARD STREET FROM MEXICO TO UPPER BROADWAY III IV QTY & I UNIT __~____~ESCRIPTIO:N UNIT PRICB IN FIGURES 11.41 t, 8 c:;A I I ! ---~ --_. 11.4 2 2 EA 1\.43 9"x45 degree bend, 01, complete in place per EA 2L4u - B"x22.5 degree bend, 01, complete in place per EA _"2.i\J ~_ ;' EA 8"x.l] 25 degree bend, Dl, complete in place per E.A _ -z,.'f0"' 11.44 1 f<A 6 "x4 5 degree bend, D1, complete in place pe-r' ~ _ ZW-_ 11.45 4 FA Cut & PIu"! 12" \'Iate-rIiDe, complete in p ace per E.A --.L~:___ 11.46 11.47 EP, Cut", Plu'-:J 10 Wat.erl ine, complete in place per E~ u500- 1 F,4 Cut<< PIu,! 8' Waterl ine, complete ;Ii place per EA __]So~ 11.48 11.49 EJ\ Cu t & PI U (j 6" W ate r I i n e I comple'_ e in p'l aCf' per EA 75- -(, ----- 4 EA Cut it PI uc.; 'I" Waterl ine complete in place pel EA b~~_ $ --- -f 11.50 I I ! j 6 ~ L j i ~~11 Gruut rIll abandoned, per LF 12" Line t complete in be place I'Z - $ -'Ie LF RelTlov'" \2" AC Pipe, ccmplete in place per I,F uU=__ $ /RBVIS~ PtDposal Form Page 7 of ~7 v BID ITEM EXTENSION (QTY X UNIT PRICE IN F~GcrRBS) $ I (",3Zu- $ '1lb- $ "8:J - $ 800- $ 4 oOocJ - $ C;ov ~ $ q.7so - $ 1.3$U - Z,o./oo - 7Sb- "1'10 -- Addendum No. 3 At ta chment 'T' Page 7 of 37 -r' ~- 1 1 L,.,.. IX BID QTY &: ITEM UNIT AS2 . ,; 0 LF ,.-- A53 f'J. , CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART 'A' LEOPARD STREET FROM MEXICO TO UPPER BROADWAY III DESCRIPTION Remove 8 ,. AC pire complete In place per LF :~ S I.? Remove 6" AC Pipe complete in place per LF A54 ----.- ~---.- .-' J ,] ." Remove 10" C1 ripe, complete in p I ace per L_,=, ASS 4 _,{o' Remove 4" CI Pipe, complete In place per LF ._- _.. ...---'-...- .-..... "- A56 1 i F:1\ Remove/Sa vage Existing Fire HydrC\n' 'omplete in place per EA AS7 S E^ 1'1 re Hydrant I-\ssembly, complete .n p ace per E~ .--- ... A5B .J:::'A 1)' Wet Cunnecti,)n, cumplete Hi pI ace i;er EA A59 I ~~l\ ..-.- . 1(0" Wer Cunnectinn ,'ornplete [II ),1 ace j.e:r EA ---~--'---'- ------ A60 1 FA 8' 'rieL Connect JCIl' complet{; I in pl a~'e )""'r FA A6J - - .--_. f' ,~ f'." Wet Connecl IOJ[ ':OIfP Jete lfl pla':'e .!',~r .KA --_.- - -- --- - "- ----.. ...-f-------.--.- ._--- ..._- A6 2 r.~'~ =,=1=c=~7 =~ ccrnplete 4 ,. Wet Connect.lOll in place per EA IV UNIT PRICE IN FIGURES v BID ITRM EXTENSION (QTY X UNIT PRICE IN FIGURES) --..-1~ .$ - ,. (,"50'" ,..... l7, - L___ $ - '" . .ll..._. $ 110- r I- S ~"() - - Zw'" t,~~_ . l.OOT .~-- 7.t;v =_. (,'Jr3,- .. - =~--=~=-- ~~- ~I~~ Proposal Form l'dge 8 of j7 $ t.t~' $ l3.z.w- $ ,,/.OQJ- $ --------- ~- ..-..----- $ -. q.'1'?O - Z,o'l.s;" - $ 'n $ z..tJOO- Addendum No. 3 Attachment 'T' Page B of 37 ~-r I ! i I. l I~':" [ [-----, A63 I A64 A65 A66 II QTY &, UNIT p.u CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART lA' LEOPARD STREET FROM MEXICO TO UPPER BROADWAY ~I =~Il - J .._~_~._D~~'UPTIOll__ ~A 1 l'J" Servlce Line Connection. water main to meter, cornplete in place pel EA 2., FA l' Servic Line ConnEctlon, Weiter mal" to meter complete in place per E~ 507 t P Trench Prc,tect ion System, complete ,n pJace per l,p A67 TRAFFIC ITEMS A68 I IS Water IJti.Lity AJ lowance I 1..3 Traffic Cuntrui, complete in place per L8 214P SF DBL 1" SolId Yellow n" Thermopla8tic, complete In place, per SF 113:~< SF .: 7C- SF 13 S? ., Of S Y;. A69 White Cro5swaJk Markings. Thermoplastic, cc.mp 1 el e in place perC;F ---- -- --t-- A70 ' , ~- I I ~_1 24" So] id i'lhit'O Stop HaT, TheUlluplasl ic, ce,mpl.:'tc In pI dCP 1)101 ,,;F L 1 n;--t-- I I ! 4 n 81: oken Whi t '" Lan,-> Thermoplastic, complete In pl 'lr,o p'~r '-':F 4" Solid Wnite Lane Line, Thprmoplas'ic complete Lll pI"!'"." pel' ;i' [-- ~v UNIT PRICE IN FIGURBS I.a;u- _ . __ :J1x.l-:-_ , 75" $20.900.00 37.5:x.r $ ~ ~-~-- I-_H I I ! If..__ L- -..-- I ----- , z..- $ L -__- - __ ~ISBL\ Proposal Form Page') of 37 v BID ITEM EXTRNSION (QTY X UNIT PRICE IN FIGURES) $: '.a:v- $ ll", 6Q?- $: ~ 3. ceo 'Z.. $: 20,000.00 3 -,. 9:.u - $ eo 3>_<J7~ - $ ';Z, 79z.. - $ 3.. 2-'40- $- _.Lo7'f_:~_ l.o\"L- -- [ Addendum ND. 3 Attachment 'T' Page 9 Df 37 I ---- - BID ITEM A73 A74 .--.- A75 A76 II QTY " UNIT p.~ CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART 'A' LEOPARD STREET FROM MEXICO TO UPPER BROADWAY DSSCR 01 EI\ Type II -A Rai Markers, ,'omp per ~ -- . ;11 IV V miIT PRICE BID ITEM EXTENSION IPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) sed Pavement ( . I ".., - let", in place __---1.L_ $ d Pavement in place Jl~- $ '.1'1"( - ete - ---.--- --_.- Dbl Ye J 1 ow - '.117I - ,) , complete in tz- $ ---- --- , Single Wllit.e - mporaryi ---.. 12.- $ 1.0B0- ~~--_.----- ace per SF -- -_..__..__._----~. ----_._--+ tion uf .ltz.- (000- ding ] _ime at -- $ - -- --- ---- ~._._. ._----- II pLace per Sy --- ----- se Caljche action, -~-- -~.~ $ &0- - ace per SF ~'-'-"-- ,;ec "lon, , ace per ~F f> _. - $ 1,1bO~ ___.__.._.._n_,___.._ -----. ConeLet t: .3>1:J~ $ ~1a:J - mopJastlc, _._-'- _. ace per- ':::;1'; . -----.--- l04 EA Type 1- C Raise Markers, campl per EA 9 SF Abbrevldted 4' CL, (Temporar~ place per ~ 90 SF Abbrevia.ted 4 I Lane Line, (Te complet (~ i fl pI EXTRA BID ITEMS 1'.77 A78 A79 ABO ] DC'S" Lim,=, Stabi liza suhgrade incIu 6%- complete i 100 S' 8" Flexlble Sa including comp complete if! pI - 1.50 LF Curl, &. Cutl.er complete il; pI 150 SJ ')" Peintoyc'ed Sidewalk, 'i'her complete ir pl TOTAL BASE BID PART'A'- LEOPARD ST, FROM MEXICO STREET TO UPPER BROADWAY: $ ------.------- (Includes Bid Items Al through ABO) ~ \, 34g,~cfS - fREVis~ f":oposal Form Pd<je 1 () of (I Addendum No, 3~] Attachment 'T' Page 10 of 37 I . ,u CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART 'BI THIRD STREET FROM BUFORD TO ELIZABETH ~=~=,= ] ~.:.:= [ I II III IV V aID QTY &: UNIT PRICE eID ITEN EXTBNSION ! ITBH UNIT DESCRIl'TION IN FIGURES IQTY X UNIT PRICE IN FIGlJRBS) ~ ~ - - STREET, PAVING, DRIVEWAY r & SIDEWALK ITEMS I - -",-...,- -_._~_. B1 I I s Mobi lizat 1 on/Demobil izationj f Bonds complete Ln place per 3k~ $ 37, SUJ- I i LC' ~. --- I- ..---.--..,.- -.- ----.-- ~-- - ----_.~ _u_ - ^--_.--- ~~~-- e- ~- --.- .._.- B2 4076 , ; F' Sawcut existing asphalt pavement, complete in place -- z.o. 3io - per LF 5- .--- $ ---,,- _._~._-- . ~ ---- -~, .--.----.--.-- Hl ] 36[; Sf Rernove ex sting asphalt -- t,. pavement, gJl ma2C complete - ..~...~~~~~- $ -- fuLl- in place per c:y ---~ -- ---- -~--- - ----...--- ___ um~_. _._ __ ____ Bot 1360 SY Remove ex] sting concrete pavement. Sf! wax, complete ~--!:L~ in place l"er Sy $ (,~ 80u -- - - ,---- - -----~~- ..~, f----.---~----~ _.-_ _.._--~.- -- -.--.....- ----- :as 380 Cy J.2 " CeJIlent Stabilized Sand, It. tlov- complete in place per Cy - ~ 3u_-=- $ - ------- ------..--....--.. .---.. -...--. ---- --- ~- BS lJ6U BY 5" Unreinforced concrete ~5_ pavement, eomplete in place $ q 7. bot;- - per gy -- - f--- -- - ---- ---- .--... --- B7 218 ;A:~ PLlflle C\JaL @ 0 16 l]al/sy, -zt; 'C;;~ cornplet f" j pI d \ ~e pf"l GAL ~...::: -- $ -, t, I~-l - "- - - -- ---- _.---~--~-~ .- --..- _..._---~-- -~,~ , ---.-..-- B8 I 3GO C" 4 " HMAC Pa:ernent. l'ype l'D" I - ~. I 2.7 3:." 7lu-- complctl' i:: pllCC per Sy -..--.--- $ ---- I- '~~ .---.-..--.---- - , B9 1360 SY 4" HMAC pavemen t~ Type Hen - complete ill plc'=e per Sy '},.,1 $ ~I J&J- - - ---..--.'-'-'" ___~__==o -~---_._-~ ~ ~- ----.- -- --.----. '--'''- -~ -'--..-'---'- - ~ -- --. --------- ...- -.".. -..-....- .'-- r---- IREvis~ Proposal Form PdlJ8 11 of ,"] Addendum No, 3 Attachment 'T' Page 11 of 37 t~ I I-~~:- ITEM II QTY &. UNIT B1.0 ~H3-;Y "-------t---- .-____.._ Bll 7979 ~y ... B1=~=' STORM WATER I TENS B13 814 f' . 1 1 CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART 'B' THIRD STREET FROM BUFORD TO ELIZABETH I IV V UNIT PRICE BID ITEM EXTENSION PTIO:N IN FIGURES (QTY X UNIT PRrCB IN FIGURES) ctLon w/l. S" HMAC, __~':L-=- Sy $ 13.o~l,., - ce per -"-'~ .€ St reet 'l) 75 complete In ~ - 41.6'" .- s tree t Repair $10, 000. 00 $ 10, 000.00 n -"- n -_.,,- . __ " " _..n_ '--' luti,::,n 4oou- y oou- ures, $ -- ce per LS ~_..__.- ------- _"_"__..__~.n lity $10,000.00 $ 10,000.00 --------- - ---'----... it y , $10, 000. 00 I $ 10,000. 00 ------ ._,..,"----_..- -- ..--.,'--- n __'n__ lei j::jpe, zS' ~..i - JetcJ. ff3 - ::e pc~r LF -.--- $ ------- ('nmp 1 "t e ._.l!tL:_ l S'.J J:,/() - $ ----~--_._.--.,-- '"ornpJ cte in 12 7$' Z.l~ - -'--'--"- 56 $ --~--- --.-.--..-..--- II DESCRI Mill &. Reconstru Asphalt Surface complete in pIa Seal Coat Entir Pavement Areas, place pel SY MLscell an'~aug S A; lowance St ann Water Pol Prevention Meas complete 'n pla 1 LoS Storm Watt" r Ut 1 Allowance .NASTENATER ::I ITEMS 1"C;~ rla~~::~t"-:T AI10'"ance -_. -.. -.. .---..-,. -_....- WATER ITEMS -,;:r~~~ -~t- , ~>B t~-/~~ 242 Util 16" l-'Vl' C9 5 D} C omp let tC iI' p};, . LF 12" 111 C15 Pip'" in plan" pc-tO !>I' 8" OJ C1.51 Pipf pIa c. e per I;~ ~EVI~Eg "l"oposal Form Page ]2 of ,'i Addendum No, 3 Attachment 'T' Page 12 of 37 I I'~""~ BID ITEM B19 -~ I BZl Il22 B23 B24 Il2 S H26 B27 B26 829 II QTY & UNIT i" L:' ; EA 1 EA 8 EA 4 RA 7 El_ 4 EA '. F. 1 L' CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET 16"1.11 2':J d curnplele ). BASE BID PART 'B' THIRD STREET FROM BUFORD TO ELIZABETH . -_..- In IV v __' _,__u _.___..__. UNIT PRICE BID ITEM EXTENSION ESCRIP'I'ION IN FIGURES (QTY X UNIT PRICE IN FIGURES) - Pipe, complete in /,F 70- $ 5". Z.S-v- . ._--_._.~~ -- ---- ._- ._..~-,.- Cross, MJ, 3. (,Gu - Il place per EA -.-- J. COO(T $ -_.._--~-' I Tee, MJ, '~omplete 1..~U- '"r El'" l.zv $ r, , Tee, M.l, complete er EA ~ . ..hlJJl.C. ~ $ --," " Wu- _.. -.-- ~_. Reducer, complete ~-=- j,30tu- l~r F,p, $ ~ _.,--- ---.-- -. --~_.~ .'live wI Box, .].~ n pl rl(~ e peT EA $ --. 51.500- ----~------ ~ ~ ____u dlve wi Box, I.~ I 7.40() - d place pel EA $ -...--- ---..--- .-. ve wi Box, 1 pl:lce per FA I O<<T s ~~ I OCV- ._- .- --.-.- , ,rfj: ....! Box, I 1 pl d: e peT fi.:A 1CJU- I $ St bcv- - -'~--'- ----_..- ---,'-- -------. . - -'---'-- ~e It' Ii (i , IJ I , t~. ~YO- p 1 d C€ per EA \:.<?~ $ --..-.,-----.-.-. - egree ):'end, OJ , I. a:c..r- 2.a:v-- J pIa:!' re1. EA $ . -. ---~-- ~- =.'c~~ - D 1 EA 8" Gate Va complete ~J 6" Dr CISl pl rice P,'I 16"xl;!" DJ camp 1 c t" l 16 P' x 8" D in plac.' P 16" x 6" D in place p 12"xl(!" OJ in place p i6" Gate V complete i 12" Gate V campl ete i' BEl, G" Ca t e Va C'cmpletf' ir 14 E/I. 16"x45 degr ,:ampl ete j I IRiViSEDj Proposal Form ~'age 13 of 37 Addendum No. 3 J Attachment 'T' Page 13 of )7 2 EA I IJ: l BID QTY 5r ITEM ONrT 530 1 .; F;A 531 " EA B32 LEI. B33 B34 ] F' n, B35 " E':'. B36 - Ell B37 ,C Lt. BJB 1 G LI- 839 340 p _ 13 CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART IBI THIRD STREET FROM BUFORD TO ELIZABETH III DESCRIPTION --....- --- -----~. -~_._.._---------- 12"x45 deyree bend, Dl, comple'e In place per EA IJ"xll 25 degree bend, DI, complete ;0 place per ~ 8'x4~ degree bend, DT, complete in place per EA K"I. 6'x45 deglee bend, Dl, complete n place ~e:r ~~ - .-_.-.- I - .- ..-.-----.. 4 EJ, r RernU'Je/:.:.al':age Existi.ng Fire Hycl1. ant c"mpl!-:"~,:: ill p.l ace I' pe, ", - -~- EJ:.-E'~lL:'-~Yd~it As-sel:l1~ (OTripJpt~ 11 plc;ce per ~;t\ -- ~ - ---- ----------"--,-_..._- ------ -_._..~_._._-- ------.-..- - - ---- -------- --- ------ -------------- 8"x8" Tapping Sleeve dnd Valve, complete in place per EA. Cut & Plug 10' Wi'lt.erline, cornpJetp n place per El\ Cut & Plug B" Waterline. complete jn place per EA RernOVf:iO" CI Fipe, complete in pIrie' per LF' RerrK)'.,'C H" J P!PC~ cornrlete 1f! plac(O p.c'r LF ~SE"q Pr oposal FonTI Page 14 :.Jf \7 IV v UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) ._-~ $ ~AOc.J~_ --~ $ l.~- 2 "10 ' 'ieu- $ '200- 400- $ "'~ $ ~~ ( oar_ $ ~- ----- 75c1 $ 1.Sa.r"' II ,.- $ 'It/v- ---- ---~- /I- S Ilu'" -- ._._"---~ _._-_.---_.~ -- 7-.00-__ (- l.o~()- ... .316"w- . $ ,7. ear- Addendum No. 3 Attachment 'T' Page 14 of 37 I BID ITEM B41 --'- B42 t~ II Q'l'Y 1< UNIT - ---.- .. --- 84 J ] EA j L lil j p. 14 CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET BASE BID PART IBI THIRD STREET FROM BUFORD TO ELIZABETH III IV DESCRIPTION UNIT PRICK IN FIGURES EA 1~" Wet Cunnection, complete l.IJ place pel EA 2 O(t..) =--__ ----------.---. EA 8 n W",t Connect LOll , complete in place per hA fur $ ---_.._._-~ --_. -. 6 .' Wet Connection, complete in place pel' EA 7 co- $ 1144 _...--- -_..---_..-.- -'--' B45 .- ...- - ----.. 10 EA B46 ..- f- - ------- 207(; LF 847 ~ Le' B48 TRAFFIC ITEMS B49 B50 EA 11/2" Selvic,=, Llne Connection from Water Main to Meter, complete ill place per EA __.L~_ -- ----- ..._____u...____ __._.__ 1" Service LiIJe Connection from Water MaIn to Meter, complete In place per EA 7rxr Trench Protection System, complett2 ill p1 dC(' per LF ~n Water Utility Allowance $~~OOO. 00 L'" TraffIc Control, cornpletell1 place F'P! 1,5 _3_9~-=- S9(o Sf. ----_. - f------u- - .---- ;'~, SF wh:r~ CrosEwalk Marking~ Thecrnoplaslic. complete HI pI dep P':'Y F k=___ 24" SolJd White Stop Bar, Thermoplastic, complet~ in place per SF \'2._- ~iSEq flQPOSa I Fcrm rage }', of 37 V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ z" a:o - ~- 700- $ z ()(X) - $ 7.oa;~ $ l.?S7 - $ 10,000 00 $ 3.0. ax.r $ _____~~9'io -_____~___ $ 700 -- Addendum No_ 3 Attachment. ''1'' 15 of 37 F. 1 'J CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET BASE BID PART 'B' THIRD STREET FROM BUFORD TO ELIZABETH I II ~:-I III IV v 5l:D ITEK DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) 551 123 SP 4" Broken Whi te Lane I,ine, Thermoplastic complete in place per SF ~2- =- _~_ $ 2.4 (" - B52 SF 4' Solid Whit~ Lane Line, Thf,-r-moplastic complpt e in pIae" per SF ~----- --------- -- -~----- -- --=- ~.. -~------------- ---~ 22 EA i Type I-G Raised Pavement I Markers, complete in place ---~~~-]' :..~:~:, ate;-;~n te ',ane LInE> (Temporary) cClmplete 1 Tl [,] ace per ~ F ---- - ---- - - -~~----- - ----- -----~-- [(n 2-__ $ Zoot l.. - B5) 13_- $ zu- B54 __.1.2-'-:_ $ L/Zo- EXTRA BID ITEMS ~. iOO S Lime Stabilization of subgrade including ilOe at 6% complete ill place per SY __iL -:.___ I $ -- -~ I I j $ bcv- ----.-- E56 J Oli S'. 8" t'lex~ble Base Caliche ~ncluding compaction, complete l.Ii place pEr LF ----. -- - - ---1-.-.-------------- 8- 8cv ..... BS? 1 ~O SF curb & Gutter Section, complete in place per SF l)- $ lr Zcv - ---~- ------- -- --------- Bse 1:' C' S :." Heinforced ConCl:et,_ Sidewalk, (ompl~t,. III place pe"! SF __3tJ" __ $ ~ 700"'" =-~---'-,,- - TOTAL BASE BID FART 'B -- Third Street: From Buford to Elizabeth: . Includes Bid Items 31 through 658) /REvr-SED! P I opO 6 a 1 Fo L In PClge 1 G ofn $ (, 78,7& 7 - Addendum NoI3] Attachment 'T' Page 16 of 37 er. ~~ ~I:: [ l) ; Jc'LJU ADDITIVE ALTERNATE NO. 1 1620 LF Sawcut existing asphalt pavement. complete in place per LF 444 SY Remove existing aspbalt pavement, 8" max, complete in place per SY 444 SY Remove existing concrete pavement, 5- max. complete in place per SY l4S cy 12" Cement Stabilized Sand, complete in place per CY -----~--- ..- 444 SY 5" Unreinforced concrete pavement, <;olllplete in place per SY j , F. 16 CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET N. CARANCAHUA FROM LEOPARD TO LIPAN I~I.I ~;I III DESCRIPTION IV UNIT PRICE IN FIGURES STREET, PAVING, DRIVEWAY, & SIDEWALK ITEMS Cl -...-... -.-. C2 _._- C3 C4 -- C5 C6 ('7 - .._-_. C8 C9 --...-.- - ~.-_._- 142 GAL Pr~e coat @ 0.16 ga1/sy complete in place per GAL 444 SY 4" HMAC pavement, Type ~D". complete in place per SY --.-.---.-- ---..-..-...------. 444 SY 4" HMAC pav-ement I Type "C", complete in place per SY I-------~-~ _. -.- --~ 444 SY Mill & reconstruct asphalt surface w/t.S" HMAC, complete in place pel" SY =_ ~ =~_-.c=-==-~.- 5~=-- 5- ~~- v BID ITRM EXTENSION IQTY X UNIT PRICE IN FIGURES) $ fh.IOl/- $--- 2. Z. Z.u- $ 'Z oz.l.u - . 3Q~--- ~- $ '-/'It{u- -. -?$ --- $ ~ ('?, 9-10- ___5-__ Z1- ___?7 - 3cl- ~~ Proposal Form Page 17 of 37 $ 7'0- $ I ,. <7 Sf;- $ ".99 f)- $ 1'5. tf1{,- Addendum No.3 Attachment 'T' Page 17 of 37 o?t ('} I::, ~ c.' U c! p. 1 '/ CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVE ALTERNATE NO. 1 N. CARANCAHUA PROM LEOPARD TO LIPAN [fC==--=== J: II , ----'-- ---,- ,BID QTY &: , ITEM UNIT~ ~_ III IV v DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICK IN FIGURES) CIO 3662 SY Seal coat entire street pavement areas, complete in place per SY 2 $ I 8 I 31u - STORMWATER ITEMS ell I L8 Sto~ ..ter POl1U~i~~ . [-; Prevention Measures, _ ~~~ complete in place per LS --- s 40DeJ - WATER ITEMS C12 800 LF 12" PVC C900 DR IS Pipe, complete in place per LF ~-- $ q~.l.ou - C13 l EA 12"x12" D1 Tee, in place per EA MJ, complet.e Bl5 - $ <6zS- . C14 J 8A 12 "x a- DI Tee, MJ, comp.lete in p lace per EA - CIS 2 EA l2"x 6" DI Tee, MJ, complete in p lace per EA ---- _....._.- --.._"_..,.. -_"__'__.__.__e Cl6 3 HA 12" Gate Valve wjBox, comp lete in place per EA - 70(,)- $ 70(.)- lku:_ $ Bcu- _.~.~- $ -5. 5 Zo - __ _ ___un _______ e17 1 EA 8" Gate Valve w(Eox, complete in place per EA I 0f:J(f $ , OOU - CIS 6 EA 12"x4S" degree bend, 01 complete in place per ~~ qa...C__ $ 2. </0\1 ~~ISE~ Proposal Form Page 18 of 37 Addendum No. J Attachment 'T' Page 18 of 37 ~~- ---::l--. ~ C19 C20 C2l. C22 ~1 c l J '- ' p. HJ CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVE ALTERNATE NO. 1 N CARANCAHUA FROM LEOPARD TO LIPAN II --l QTY & J. mUT . III IV DESCRIPTION UNIT PRICE IN FIGURES 4 BA 8"x45" degree bend, D1 complete in place per EA ___7~:u 2 BA 8" Wet Connection. complete in place per ~ _750- -..----.---.-.- 12 BA 1" Service Line Connection, water main to meter, complete in place, per SA ___ 7CJcf 2 I!:A Fire Hydrant Assembly, complete in place per EA 3. ~~__ TRAFFIC ITEMS -~ White Crosswalk Markings, Thermoplastic, complete in . place per SF f.,..::.- C23 C24 --.- - C25 C26 300 SF 1.60 SF 24" Solid White Stop Bar, Thermoplastic, complete in place per .sF __L"k.- (; 7 SF 4 II Broken Wbi te Lane Line, Thermoplastic, complete in place per .?!' 1.- 10 EA Type I-C Raised Pavement Marker, complete in place per SA L....., 'c. l~ - ~J:S_~ Proposal Fonn Page 19 of 37 v BID ITEM EXTENSION (QTY x UNIT PRICE IN FrGURES) $ l 0Cl0 - $ r .5a.J- $ ~,r.fou- $ 7. ~ () - $u I'~- $ _ ~~l. cr 2,(.) - $ l3.cf - $ \ 7,0- Addendum No. 3 Attachment 'T' Page 19 of 37 ,..... L J CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDI~IVE ALTERNATE NO. 1 N. CARANCAHUA FROM LEOPARD TO LIPAN -:-[.. 11 L__ 'T----=- - ~, DKSCRIPTION 1rI IV v BID ITEM QTY Ie UNIT UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE I~ FIGURES) ALLOWANCE ITEMS ~- =_l~ .------~--:,S,-Fl:0wan: for unanticipated Waterline Bxtension Bid Itema '-'--'.._- --- ._.,_.--. --~'- '- $30.000.00 $ 30,1>00.00 TOTAL ADDITIVE ALTERNATE NO. 1. -. N. CAJUUlCAHUA FROM LBOPARD TO LIPAN (Includes Additive Alternate Bid Items C1 through C27) $ ZCXJ, <::; J I - ~!'.7.I~ Proposal Form Page 20 of 37 ["'-' Addendum No.3 Attachment 'T' Page 20 of 37 ~ ---::T-. ~ II QTY & UNIT )L- ,_J: p. ,~u CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVE ALTERNATE NO. 2 ARTESIAN FROM LEOPARD TO POINT SOUTH OF BUFFALO III IV J DESCRIPTION UNIT PRICB IN FIGURES D1 STREET, PAVING, DRIVEWAY, & SIDEWALK ITEMS ---- D2 D3 D4 D5 1420 I,F Sawcut existing asphalt pavement, complete in place per LF ..---5.=-- 389 SY Remove existing asphalt pavement, 8" max, complete in place per Sy 5- 389 SY Remove existing concrete pavement, 5" max, complete in place per Sy 130 CY . ... . S._____ 12" Cement Stabilized Sand, complete in place per CY ~- 189 SY 5" Unreinforced concrete pavement, complete in place per Sy 124 GAL 389 SY 3?_: -- .. .------. D9 Prime coat @ 0.16 gal/sy complete in place per GAL 5" 4" HMAC pavement, Type "DW, complete in place per BY ~7- D6 --:+. D7 , ! DS 389 SY 4" HMAC pavement, Type "CH, complete ill place per BY 2,7- 356 SY Mill & reconstruct asphalt surface w/l.5N HMAC. complete in place per ~! 3et=- - --~---~.~'=-=- ,.-==..~.~-:-::_----_._- ~-~._._---=- ~VISEDj l'roposaJ Fe-1m Page 21 of 37 V BID ITEM BXTBNSION (QTY X UNIT PRICB IN FIGURES) $ 7' {)()- $ 1 ~'1> - $ \1 is- - $ ,Yi ex> - $ '3,GJ?~ .$ . . ___" f(,J- $ 10,5oJ - $ lv, 50> - $ I z.lo'l - Addendum No. 3 Attachment 'T' Page 21 of 37 f1. ,~ .1 CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVE ALT&RNATE NO. 2 u--,-- ARTESIAN FROM LEOPARD TO POINIT SOUTH OF BUFFALO lnI i. BI.D ITEM =r II. QTY &c UNIT 20BO SY Seal coat pavement a place per STORMWATER ITEMS ~ ~- ~---- WATER ITEMS D12 D13 Dl4 D.15 D16 VI? DIa 1 LS Storm Wate Prevention complete i 640 LF 12n PYC C9 complete i 1> ~ III IV V - UNIT PRICE BID ITBH EX'l'ENSI.ON ESCRIPTION IN FIGURES (QTY X "UNIT PRICS IN FIGURES) entire street - }O.A/ou- reaB, complete in 2' $ -~~ ---- Sy - - --g r Pollution .._i~~.. ..j OOU- Measures, $ n pI ~ce~er LS .. -.....-.-- 00 DR 18 Pipe, Jc{, 9-1. - ~- n place per LF $ -- _.~--- -- Pipe, complete in ~7 - $ S. 2. Zu - [,1' ._~ -- .. _..._- Cross, MJ, place per Ell. - I. Sa..r $ I ,50u- - - rOSB, MJ, I.Sw place per Ell. $ ~---- -1~'::... -_.---- ----- -- --- _.' -,.._,....__._._~- ~.._- .-.- ~ ee, M.), complete 100- r EA .._~~- $ -- -.----- -~ -- reducer. complete 4ou'" 1 0(.) ~ _r EA $ - -_.. -~~--~ ~--_.._----,_.~ -,-------_. educer, complete 'Iou- <I~ r RA $ - ---. -_._-~-------- -~--. -~.---~-,.-- ---- ---- ~.- ----.,,---..----- .._~.~..~---------- .l. EA 12"xJ.2. VI complete in J. Ell. 12.x8" Dr C complete in 1 EA 12"x6" Dr T in place pe 1 EA l2"xlO. DI in place pe 1 EA 12nxS" Dr r in place pe -~-~." --" -- -.----'--------~- ----. -----~--- ---~~-~---,---~------ 60 LF 8 n Dr CJ.51 place per _ IREvis~ Proposal Form Page 22 of 31 [--.0 Addendum No. 3 Attachment 'T' Page 22 of 37 -- --- ----."--------- ~- --- - --- --- p . c~ {.: CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVB ALTERNATE NO. 2 ARTESIAN FROM LEOPARD TO POINT SOUTH OF BUFFALO ~l BID ITEM I1=r ~IT'~r III IV v DESCRIPTION lTNIT PRICE IN FIGURES BID ITEM EXTENSION <QTY X UlfI"l' PRICE ::IN F::IG~ES D~ , I i '------1--------- I D20 ; 2 EA 12" Gate Valve wjEox, complete in place per EA ~I , J 0........... I ~_~__ $ 3. bou- JO SA 12.x45" degree bend. Dr complete in place per EA t.fcif $ ~ looV - ;.....-~_.----t-- D2~ 4 EA S.x45w degree bend, Dr complete in place per EA --z.Sv'" $ , 00(..1- D22 3 EA 8" Wet Connection, complete in place per EA ____~ 75->-_ $ 2,z...SU- ------ D23 12 EA 1" Service Line Connection. water main to meter, complete in place. per EA 7w- $ g. ,/<:(.1- D24 1 EA Fire Hydrant Assembly, complete in place per SA 35<:0-- ----~_.- $ 35Gu - TRAFFIC ITEMS D25 36'"7 SF Dbl 4" Solid YelJ.ow eL. complete In place per SF r 7-- $ 73r..{ - D26 60 SF White Croeswal~ Markings, Thermoplastic. complete in place per SF Ia~ s 3G,o - ------ D27 30 SF 24" Solid White Stop Bar. Thermoplastic, complete in place per SF ('2- - $ 3""- ~_E.Y_~~E1 Proposal Form Page 23 QC ]7 Addendum No. 3 Attachment 'T' Page 23 of 37 It.... " r. ,::::1 CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVE ALTERNATE NO. 2 ARTESIAN FROM LEOPARD TO POINT SOUTH OF BUFFALO ~~ ~. --L III IV V ~ ---~--- --..- =~-IUN'T PRIC. BID ITEM EXTENSION IPTION IN FIGURBS (QTY X UNIT PRICE IN FIGURES) Bed Pavement: - Jete in place __L~_ $ ------- ~ [!x.J- -. -- ~------"---" Unanticipated naion Bid $30,000.00 $ JO,()OO.OO -- ~ --- ,- I ~_-L ~ID I ITXH ! I , D28 ! I II i l. ALLOWANCE ITEMS D29 1 LS Allowance for Waterline Exte Items TOTAL ADDITIVE ALTERNATE NO 2 ARTESIAN FROM LEOPARD TO POINT SOUTH OF BUFFALO: (Includes Addi ti ve Al ternate Bid ItemB D1 through D29) $ /73. '-/9'i- ~E!>J i->roposal Forrn Page 24 ofn Addendum No. 3 Attachment 'T' Page 24 of 37 F - 1 CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVE ALTERNATE NO. 3 N. TANCAHUA FROM LEOPARD TO BUFFALO l2~~ 1 BID ; ITEM 1 II u~ ~II IV V ~~~~~ UNIT PRIeR B:ID ITEM BXTENSION ==--===== DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FJ:GURES) -G, DRIVEWAY, &: SIDEWALK ITEMS LF Sawcut existing aspbalt - g, VCU- pavement, complete in place 5 $ per LF - - - -~---------- SY Remove existing asphalt pavement, S" max, complete _ .2:.__ $ t..x,s- - in place per SY - SY Remove existing concre~e pavement, 5" max, complete ::L'- $ --~.~_._- 230>'- in place per SY ,-~,._~.._-------,_.._- CY 12" Cement Stabilized Sand, 462u complete in place CY :x::r $ - per - ~--~- .----."-..- Sy 5" Uureinfo:l:"ced c:oncIete pavemen t, complet.e in place ~$- $ 16,'/3> - - ,-- ._-~-~.,-~ per BY .- f--- --- L Prime coat ~ 0.16 gal/sy comp1ete in place per GAL S_=~ $' 7'10 - - - - -- -------- y 4~ HMAC pavemellt, Type "D" , 27 - f2.t/o/7 -- complete in plac~ per Sy $ -~-- - - - --- -- - ._~-,_.. ...~~ ~...-_._--._-- y 4'. HMAC pavement, Type "e." , - complete in place per Sy --~ $ (},}iV" --~--_._._-- ~ . - ------------- ______ mUm '-- - y Mill 5< reconB true t asphalt I .{_ 13.97i - eurface w/l.5" HMAC. ' 3 $ 1 ~___u .- complete in place per Sy - -~ -._-------- "---...---------.--.- QTY lie UNIT STREET, PAVIN E1 ~ 680 -- E2 46J. ! ....- E3 461 E4 154 E5 461 13:6 1-4B 13A E7 461 S ---- - -1-- --- E8 46] S E9 41] S I =_.~.l_~ ~EVI3Bq FLoposa 1 FenT! rc-lge 25 of 17 Addendum No. 3 Attachment 'TJ Page 25 of 37 pt I BID ITEM ~:lI STORMWATBR ~ .1:[ H ....1 I, l , ',I ".'J l p. l~ ,'c'UU CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET II ~~.~ ~_ DE QTY & UNIT 2808 SY Seal coat pavement a place per ITEMS 1 IS Stonn Water Prevention complete in E~2 WATER ITEMS E13 El<l E1S E16 1':17 HIB 740 LF 12" PVC C90 complete in 60 LF 8" DJ CI51 place per ~ ,) 0 LF 6" DJ CIS1 place per ~ :t EA 12"x8" DJ C complete in :1 EA I2"xlO. D1 in place pe 1 E.A 12"x6" Dl T in place pe 1 EA 6"x4" Dr re in placf' pe ADDITIVE ALTERNATE NO. 3 N. TANCAHUA FROM LEOPARD TO BUFFALO '_===C-==-~______I'_ ~lI ~ IV v UNIT PRICB BJ:D ITEH EXTENS:ION SCRIPTION IN FIGURES (QTY X UNIT PRICE IN FJ:GURES) -- entire street _____L_ /1 cYO- reas, co:mplete in $ SY - -.-- --_...- -..-..-..--------. r Pollution __ntj~_n .;~V- Measures, $ -- place per LS - -- --- --~_..- --.- 0 DR 18 Pipe, place per LF ---~:- $ 37. tj6CJ - - -- - Pipe, complete :in '1'80- F ._~- $ ---.---- - ---..---- Pipe, complete io /95v - F .~----- $ -..,.------ rosa, MJ, 700- 7 (;)U - pl:lce per EA $ - . - ----- - 'Tee, MJ, cumplete .... r EA ~qfd ---- $ qou -- -- - - ------- .~-- ----.-- - ~-'~ - -- ea, MJ, complete 4<:v- ~ $ - r Ell -- ~~-~- -- '---'-~- ---- ---.-.,-.-.-'- duesr, complete ~-- Ell S .set::' .- r --. - --- -.---- --- - -- --..-..-- cc! cc. --.- ------- ~EVI~~ Proposal Form "'age 26 of 37 Addendum No. 3 Attachment 'T' Page 26 of 37 Q BID ITEM E19 E20 E21 E22 E23 E24 E25 E26 E27 ~.. f.J CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET ADDITIVE ALTERNATE NO. J N. TANCAHUA FROM LEOPARD TO BUFFALO ."---- ~~. I~I_~.----=- 0;:,,',: I~~D"SCRI ---. . I IV V -JEXPRICE BID ITEM EXTENSION PTION IN FIGURES (QTY X UNIT PRICB IN FIGURBS) . w/Box, ce per EA I~- $ --.--- ~OU- - bend. 01 400-- BA $ ~"2.CU - ce per - -------- ------ ~-_.- end, DI zo;r ce per BA $ 2CCV- - -- . . end, DI EA lu.J ~ s ~ - ce per - -- on, complete bQV - ~- $ - .- --- ------ on, complete 7$0- {.0/- --.- s ... ---_._.- -- ~ ion, complete OOU- 100\1 ". $ I Connect.ion, gYDU- eter. 79T $ ---- ce, per EA - --_.__.- -- .--." sembly, .3~0(/ $ 3 S-c:x.r- e per EA .. ~------_.- - --_-_-'-0 ---------..--".,. II 2 EA 12" Gate Valve complete in pia 8 EA 12"x4 5" degree complete in pIa 8 F.A B"x4S" degree b complete in pla 4 EA 6"x45' degree b complete in pia 1 EA 4" Wet Connecti in place per EA :2 EA 8' We t Connec ti in place per EA 1 EI>. 12' Wet Connect in place, per EA 12 EA ~"Service Line water main to m complete In pIa J F~ Fire Hydrant As complete J.O plac ~!~ proposal Forrn Page 27 of "l7 Addendum No. 3 Attachment 'T' Page 27 of 37 ec it! [h -'j l(_.J H~ ! hit! :L'lIU 1".4 CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LBOPARD ST. I TEIRD STREET ADDITIVE ALTERNATE NO. 3 N. TANCAHUA FROM LEOPARD TO BUFFALO II fc~o. OBSC~='O~ I IV v ! EJ:D ITEM QTY & UNIT UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT. PRICE IN FIGURES) TRAFFIC ITEMS K3~ 10 EA Type I -C Rais Marker, campI per RA ~_.- alk Markings, b' 7 '2ou - c, complete in $ ----- -~.._---- - ~ te Stop Bar, "0 ~U - , complete in -(.~- $ . te Lane Line, complete in _.._~. $ I~~- ed Pavement (2u- ete in place _._~. $ ----- B28 1200 SF White Cross", Ther:moplasti place per g 829 340 SF 24" Solid Whi Thermoplastic place pey SF 11:3 0 7'" SF 4" Broken WhJ. Thermoplastic place per SF I ALLOWANCE 13 ITEMS ~ LS Allowance for unanticipated Waterline Extension Bid Items $30,000.00 $ 30,000.00 --.--.----------- --_.~--- TOTAL ADDITIVE ALTERNATE NO.3 - N. TANCAHUA FROM LEOPARD TO BUFFALO: (Includes Additive Alternate Eid Items HI through 832) $ Zob~ 7151 ~E~is@ proposal Form Page 28 of 37 I Addendum No. 3 Attachment 'T' Page 28 of 37 ~= -::1 ~- STREET, } L ~_I i p.:J CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVE ALTERNATE NO. 4 N. STAPLES FROM LEOPARD TO APPROXIMATELY 380 LF SOUTH OF LEOPARD Fl II r II:! I TV V 1 - QTY & UNIT PRICE BID I:TEM EXTENSION" UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE rN FrGURKS) PAVING, DRIVEWAY, & SIDEWALK ITEMS 780 LF Sawcut existing asphalt 5~_ pavement, ::omplete in place $ 390{.) -- per LF - -- 211 SY Remove existing aaphal t pavement, an max, coonplete --5~ $ - ~_o5~- ~ in place per Sy - --"--- -- f----- 21] Sy ReJllove existing concrete /05'> - pavemen t , 5" max, complete __ _2' - $ in place per SY --'-- ---~~..------ 170 CY 12" Cement Stabilized Sand, complete in place per CY ~ $ 510u- - ---- -------- e---------- ----- -- .- 211 Sy 5" Unreinforced concrete __3t.L- ~ 73rr; - pavement, complete i.n place $ - per Sy - ..---.- ----- 68 GAL Prime coat @ 0.1.6 gal/sy .-- - complete place gAL 2_ .$ 1'0 ..- ].n per -- -- - .------.-- L-______ ----- 211 SY 4" HMAC pavement. 1'yp e "D" I l] - 5~97 - complete In place per SY ------ $ -_._- ~ .----- ~----- ~ ------ - -~.~ :Jll BY 1" HMAC pavement, Type "'C"'! z7- 5677 -- complete in place per BY $ - _._~._. ~..- ----- -- -...--.----- 200 SY Mill &. reconstruct asphalt surface Wi1.5" fmAC, 3'-1- $ b ~Of'- _.~--_.- ---- complete in pi ace per BY - ===c==== -- --- F:l F3 F4 F5 F6 F7 FB F9 ~~ISE~ proposal Form I'age 29 of \7 [Jdderrdum No. 3 Attachment 'T' Page 29 at 37 .....t ,0 i..) ~ II t I' ~j {. L; l J p.G CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVE ALTERNATE NO. 4 N. STAPLES FROM LEOPARD TO APPROXIMATELY 380 LF SOUTH OF LEOPARD III IV V UNIT PRICE BID ITEH EXTENS:rON DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) entire street areae, complete in -~--- $ 11.1..60- - SY - .,..- ~,.- -::r ~ II QTY '" UlfIT F10 2256 SY Seal coat pavement place per STORMWATER ITEMS I-~ 1$ '-/acw- fll 1 LS Storm Kater Pollution Prevention Measures, complete in place per LS WATER ITEMS F14 1 SA 12"x8" DI Cross, MJ complete in place P Fipe, I y- I 'J. "f'lv - er Ll" --~--- $ mp 1 e te in "03 - $ "'0- --- ---~---- , ___~'?if _ er EA $ - 7ov- -..-., DI er EA S<::if _ $ -- woo- - - --"- D1 t!tp- _ I " 00 EA $ - er -..-- - - -, complete 15<x1 ____75!.L $ F12 360 LF 12M PVC C900 DR 16 complete in place p r- -"----- ------- Fl.3 20 LF 8" DI C151 Pipe, co place per LF F15 4 E;A 12"x45" degree bend comp1ete in place p L- I ! F15 4 E!:A 8"x45" degree bend, complete in place p F17 2 EA 8" Wet Connection, in place per EA ~~~.~7_-:::="=-===-__=.C:':_.=.::.=..+ ~y:r SE~ Proposal Form Paqf~ ] 0 "f :n Addendum No- 3 Attachment 'T' Page 30 of 37 E---' ~. -::-r- ~ 3 II QTY !< UNIT F19 TRAFFIC ITEMS 2SU SF F20 F:21 F22 ~3 t-- F24 F25 '-it 1 C~ U tJ p. '/ CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. / THIRD STREET ADDITIVE ALTERNATE NO. 4 N. STAPLES FROM LEOPARD TO APPROX1MATELY 380 LF SOUTH OF LEOPARD III IV DESCRIPTION UNIT PRICE IN FIGURBS 4 EA 1" Service Line Connection, water main to meter, complete in place, per EA 7 CJ5.J- Db1 4" Solid Yellow CL, complete in place per SF ~~- 794 SF White Crosswalk Markings, Thermoplastic, complete in place per SF t-- 140 SF 24" Solid White St.op Bar, Thermoplastic, complete in place per SF 1"2.-- -_.~_._-_._.- 63 SF 4" Broken HbiLe Lane Line, Thermoplastic, complete in place per SF 54 SF _:1 ._=_ an Solid White Lane L~ne, Tbe~oplBBtic, complete in place per ~ -z....-- 12 SF Type II-A Raised Pavement Markers, complete in place per Ell. 17.. - 12 EA Type I-C Raised Pavement Marker. complete in place per ~~ I~- .. _____....______.__.._ .___n.____ -_._~---,--_.-~-----_.----_.__....__._- ~vig~ P ropo8 a 1 ForlT, Page 31 of 17 v BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ 700 - $ /500 - $- ~7"'-l - $ I fo?xJ- $ t'lb - $ 106- $ 1.,.4 - $ /LlL/ Addendum No, 3 Attachment 'T' Page 31 of 37 f~. ... c...) CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET ADDITIVE ALTERNATE NO. 4 N. STAPLES FROM LEOPARD TO APPROXIMATELY 380 LF SOUTH OF LEOPARD BID ITEM QTY '" UNIT DEseR III IV V ~~_. --~_.~ -- -------- UNIT PRICE BID ITEM EXTENSION IPTION IN FIGURBS (QTY X UNIT PRICE IN FIGtTRES) Unanticipated ens ion Bid $20,000.00 $ --- :20,000.00 - -"'--- _.._~.._-- I II ITEMS ] ~~=~~~:._-_. ;:~ Items ALLOWANCE -:: l ' LS TOTAL ADDITIVE ALTERNATE NO.4 - N. STAPLES FROM LEOPARD TO APPROXIMATELY 380 LF SOUTH OF LEOPARD: (Inc1udes Additive Alternate Bid Items Fl through F26) $ /0<6, Z 7,S- IREY!SEg Proposal Form Page 32 of 37 Addendum No. } Attachment 'T' Page 32 of 37 :1. F. ~ CITY OF CORPUS CHRISTI WATER MAIN IMPROVEMENTS LEOPARD ST. I THIRD STREET SUMMARY OF BID TOTALS: TOTAL BASE BID PART'A': (Base B~d Items Al tbrough A80) $ 1,3 4g, 3c{ 8 . S~ TOTAL BASE BID PART 'B' : $ (Base Bid Items B1 through B58) ~7B,9'7- TOTAL ADDITIVE ALTERNATE NO. 1 $~__ {Add1tive Alternate bid Items Cl through C~,} 200,93/ - 'I'OTAL ADDITIVE ALTERNATE NO. :2 $ l 73. 4qq- (Additive Alternate bid Items Dl through D29) . TOTAL ADDITIVE ALTKRNATE NO, 3 $ (Additive Alternate bid Items El through E32> 2010.. 7fJL- TOTAL ADD~TIVE ALTERNATE NO, 4 $ {Additive Alternate bid It~ Fl tbrough F26) l Q~. ZZ ~ - Biddel'li may submit bids for either or both of the Base Bids. If there is to be no bid on any pan, Dlclaers sl1all write .n uNU Hid" on the proposal form tor that Part. It is intended that any bidder who submits a bid for Base Bid Part 'A' Must also submit bids for the additive alternates. jREVI~E~ proposal Form Page 33 of 17 Addendum No. .3 Att:achment 'T' Page 33 of 37 1'-" '-u The undersigned hereby declares that he has visited the site ilIld has carefully examined the pI ans, specifications and contract ()(',cument s relat ing te, the work covered by his bid or bids, that he agrees t do the work, and that nu representations made by the City are -, any HPnse a war r~aJ1' y but are mer2 est lmates for the guidance of the , '. lot ~'a .~t:)r . UpOD :lotl.fi(:at ion of award of contract, we will within ten 0) 'a 1 endar' day.:; execute the forma} contract and will deliver a lc'rformance Bond .as Hc:quired) for the faithful performance of this '.>nt Iac::t and a Paj-ment Dond (as required) to insure payment for all Libol and materials. The bid bond atlached to this proposal, in the '.-tlllount of 5% of the Lighest amount bid, lS to become the property oE t he Ci c'y of Corpus Chri 8 ti 1.D the event t.he contract and bonds are not::. pxecuted within th~ Lime above set forth as liquidated damages for the cl,'" 1 ay dnd addi t iona 1 work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit tu the City Engineer, in writing, the names and addresses of MBE firms parti c ipa ting in t he contract. and a description of the work to be ~'erformed and 1 tf~ ciollar value fur bid evaluation purpose. Number of Signed ['unds Will be prepan~d in ::=: 19ned j 3ets Sets not of Documents: less than four The contract counterpart and all (original Time of Completion: The undersigned agrees to complete the work ",ithin 120 Calendar Days for base hid Part 'A' and 90 Calendar Days for base bid PART 'B' from t.he date designated by a-WOrk order. ADDITIONAL CALENDAR DAYS WILL BE ALLOWED FOR ANY ADDITIVE ALTERNATES WHICH MAY BE AWARDED BY THE CITY AS DETAILED BELOW; ADDITIVE ALTERNATE NO. 1 ADDITIVE ALTERNATE NO. 2 ADDITIVE ALTERNATE NO. 3 ADDITrvE ALTERNATE NO. 4 28 CALENDAR DAYS 21 CALENDAR DAYS 24 CALENDAR DAYS 15 CALENDAR DAYS The war K ~~~_~ach~l:?_d~?cati~2n 8ha~ L be_ completed in phases as pr~sente:r- i~I!-.-!::.he~_gonstr~~tioIl~.~~~S~ sheet 2 I \ Sequence of Construction~~__C ~~_ t:f1.T~_~'~') :.__ c:(:mtractor will not be permitted to ,~(=!van~~t~~~~ _ J'1ewJ_has~_~~~()r:_ tO~_c:'-2~eting the major work components ~incl_.:.ld:i.nSL._ waterlJne .J.,nB!:allatiC?!l . dnd_n_J:est~_ng, backfilling, and p lvemen~ r~co!!.E;t:ru_cti,=,n) oJ-.. t: he~~s:ecLin<J ~f1~se . Should the ,'i:mt rdctor default, Contractor may be liable for lquiddted damages IS ,<;et forth in the Contract Documents. ~RV:rSEDI PROPOSAL FORM PAGE 34 OF 37 Addendum No. 3 Attachment 'T' Page 34 of 37 Phe lil1d 1'8 ijt-ed f Jrth,'r ,if~i ares that he WIll provide all necessary tools a 1d apparatu:~, 1J 1 t he wary: and furni 8h all material8 and do 'vely1h ng p'qulrel t 'an' out tlv' abuve i:lentioned work covered by hi;~ ilr 'posa] i !l~t 1J r't ace "ordance with the 'ontract documents and the eqllli e [f,nts pena t11rJjhelf~to, for ,he sum r sums above set forth. wmbe 1 ) RecE'] pi )f . hi'" f( ,J lowing addenda 1S acknowledged (addenda f+c\c\ eO~v N', N-o \ \ ~I \q \ os.- ~cXel\Jc~\) (Y\ ~~ t 5 [0"" Md~ "'-)(\\)~ l\JO,5 Jes\pe~~~~fl '/ submitted: Name: Sara L. Clark. SEAL IF BIDDEF 1; c Corporat ion) By. ~~D~rJ~ ( SIGNA TUl:(E ) Address: P.O. Box 639 (p O. Box) Conroe Texas (Ci ty) (State) Telephone:~281-356-3663 (Street) 77305 (Zip) NOTE: DJ not detach bId from other papers. F 11 in with ink and submit complete w th attached papers (Revised August 2000) JREVISED! PROPOSAL FORM I='AGE 35 OF 37 Addendum No. 3 Attachment 'T' Page 35 of 37 PAYMENT. BON D Bond No. PRF8829643 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT SLC Construction, L. P. cf MONTGOMERY County, Texas, ~ceinoft..:cr calle::! "Pri:1cipal", and Colonial American Casualty and Surety Company * , a ::pOr:c-:::l n .jan z,j Lnd:"r the ..caw::: f the State of Marvland j C1 :.j _..,' -, u t h - t i z:.: d t oj t !~ S ~ n e s S L the S tat e 0 f T e x as, her e i n aft e r led" ret ", ar-~ re ar:::l firml bcund unto the City of Corpus isti, :: rrlur'~__,-: pa. (-- rrJ'c)rat on of uec:es County, Texas, hereinafter lei "( ty", :,n1 mt ell persons, firms and corporations supplying ::lor :1( na+e:Lll. ::::1" se.Jti ~)f the 'work referred to in the 'achei 'mt 1,3. t, t e pena. sum or TWO MILLION, SEVEN HUNDRED TWENTY THOUSAND, FIVE HUNDRED ONE AND 55/100 ($2,720,501. 55) DOLLARS, lawful n-: eye ': '1 e 1: : '"l i t E' d3 t a - e,~, +, be 0 a i inN u e c e s Co u n t y , Texas, for the 'me t, wh, t- c;Ui We,. a trul'/ he made we bind ourselves, our r8. x :utcr acmin S. ~s and ~essors, jointly and severally, "'ml ~. thes~ Ole~~nt THE CONDITION OF P ncipal ent':=Cle,d ::: "'Ita isti, 1cited the 21ST " - ache:i :ld D:aje ajar THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract with the City of Corpus day FEBRUARY , 20_06 , a copy of which is hereto here f, for tne construction of: WATER MAIN IMPROVEMENTS LEOPARD ST./ THIRD STREET - PROJ. NO. 8534/8535 (TOTAL BASE BID "A" & "B" PLUS ADD. ALTS. #1,#2,#3,#4: $2,720,501.55) NOW, THEREFORE, if ':::h':c P:l'lcipaL snall faithfully perform its duties :::1 Ol't prompt r 3.ym'?n t a i' persons, firms, subcontractors, riS eEl:J (Lai:nanU supplyir:g labor and material in the n of ':.hE. '/ork p::::nLjed for n said contract and any and all 1" 1 zec:! mud} fie 'I t :":)[1 f sa i d'on t ract that may hereinafter be .::e )t wni h :'lOc1L f L 3-:::ion t: the surety is hereby expressly +- en th .., )b i:J,t:: n [,011 be 'c:.:::i; otherwise to remain in full f fe . ma<:e f c( rpora! i secu'i (1 Y Dc, Ie, ;-]_ U t- t-l ~ - vec, ce 0 d PROVIDED FURTHER, ':'1a': if any lege:':' action be filed upon this bond, Vf ue sha lie n N ecps :ounty, Texas. p,nc t hat sa 10 ::: jre y fralue rpee::.. ved hereby stipulates that no ~ngE?, e :::en.51 of tLre,i teratio[} r addition to the terms of the ~r tra:::: or t t:ie vI r<: perform":od thereunder, or the plans, s[.t'cifi at lons, draw ng:--, et'., accompanying the same shall in anywise af ect tE obllqatio, on this bond, and it does hereby waive notice of ar such change, ext nSJon ot time, al':eration or addition to the terms ct the or.tract, I~ C) the w),:k to be performed thereunder. * and Fidellty Ind Deposit Company of Maryland Fayme;it Be 1d "-'lge 1 Tl _~:c bor 1 nv,:'n L) :neet the requirements of Article 5160, b'l :~tlt! te:c ;' >:as, an'1 ther applicable statutes of the exa.:,. "h t rns" ~aimant" "Labor" and "Material", as used '-::J. (r'~::J.n .yi'r ind a.s:ef:;ned in said Article. rrlC?,-l ~, :3 tf: r ce. 31 ne n(:]e'-3 qrec a::J:::r_ - P"jf t ~es :le'-1 1 N ,e e - ::< erec eSlgnated by the Surety herein as J'lt ~ w~om any requisite notices may be f p c~ss may be had in matters arising rovicied by Art. 7.19-1, Vernon's Texas 1 i ~.:" e 1 r? can (1 _ 1 h, m :': er',':; ,- c. ,,'.::r: "lLE' '/ hir, a 3ur :-:E _'" (J.f~. - ;:::::' IN WITNESS WHEREOF, this of wh =h shall be deemed March ________.___., O_~_ "'lstrume t d:l or iqi 31, is executed In ~ copies, each thi s the 3rd day of PRINCIPAL SLC Construction. L.P. 2y: A>>w),-~ V~ "- '--- Sara L. Clark. President of 'Prlnt Name.~ Tltle) SLC Construct1on-I,LLC ATTEST ~ Secretary - ,- SH4,...N ~."; j P2:'ln+-_ Nare) f SURETY and [3y: Kttorney-tn-fact Steven E. White Prlnt t.Jam'? The Resident Agent of the Surety in Nueces Countv, Texas, for de~ivery ex notice and service of process is: Agency: Contact Person: Keetch & Associates Insurance -.-.,.- Ms. Betty Baxter Address: P.O. Box 3208 Corous Christi, Texas 78463 Phone Number: l1..2.ll..883-3803 (.'J -'TE: Oa ':e L Pa" me:. r "on mu." r, ,to (R'-"iseo Q 0, prior t d~te of contract) :"ayment 3c"jd :"age 2 f PER FOR MAN C E BON D Bond No. PRF8829643 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT SLC Construction, L. P. 0 f MONTGOMERY County, Texas, re n f' c?r cclle j ., Pr I1C ipa _", and Colonial American Casualty and Surety Company *, a rpcrc,t 'n orqan z~j L:ider Le laws f the State of Maryland ::l ',m y -jut h r L zed tc de be: sines s 1f: the State of Texas, hereinafter lIe>:! ". Jret." a1:: tel d ?nc; f i rml bound lnto the City of Corpus ris t 3. me _ ~ 1 pa c rp 1 a t Lon f 'Jueces County, Texas, hereinafter lIed "~ty" ~, tie pe:;a 1 urn of TWO MILLION, SEVEN HUNDRED TWENTY THOUSAND, FIVE HUNDRED" ONE AND 55/100 ($2,720,501.55) DOLLARS, lawful T n e y . f the r:i t t~ d3 t a e '3 , be p a i i Ii N u e c e s County, Texas, for the 'fme:; t 'N'hJC: 3\1' V!i>l ai truly be made we bind ourselves, our irs, e>pcut~r;,,', acmin s"rat cs and (::-cessors, jointly and severally, em}v b' the-=OE p e:::;nt.,_ THE CONDITION OF e~lter~c:-: ~1tc ated the 21ST :"nel rnace a uar' THIS OBLIGATION IS SUCH THAT: Whereas, the ., >=rtairl contract with the City of Corpus of FEBRUARY , 20~, a copy of which is hereto here f, for the construction of: LnCLFa rist,l, :'i tached WATER MAIN IMPROVEMENTS LEOPARD ST./ THIRD STREET - PROJ. NO. 8534/8535 (TOTAL BASE BID "A" & "B" PLUS ADD. ALTS. #1,#2,#3,#4: $2,720,501.55) NOW, THEREFORE, if the principal shall faithfully perform said work ace ranee wit h '~he plans, speci fica t ions and contract documents, ~ludi ng any changE S, 3X t en s ions, or CFlaran ties, and if the principal s ~ll re~air ane! r rep_ace all defec s due tc faulty materials and/or w rkmanship that app ar withi a period of one 1) year from the date of c: mplet i ard a'cfpt2nce E improvements by the City, then this (1 igat ic she.l] te 'Ol" t (-' C'N'ise t- remain J n full force and effect. PROVIDED FURTHER, heiL ~ E any 1eoa.1 action be filed on this bond, V<lU e s '1 a . 1 L -? i r Nil e c f: see 11 n t y, T e x as. An::! ha t sa icJ ::: lre' y fOl val ue r eei ved hereby stipulates that no " anger E<<ten~si n o~_ time,alteratiorl or addition to the terms of the ( tr ac -=, or :: c 'he wor k performed thereunder, or the plans, ~feci fi .~a . ion:::, ell aw ng , et c., accomf"anying the same shall in anywise affect it3 oblic:;atic;l c t:.his bond, and it does hereby waive notice of an SUCh :hange, ext?ns or of time, alteration or addition to the terms c the :::cltrac"~, ':r . 0 "hE wor k to be uerformed thereunder. *'md Fidelity and Deposit Company of Maryland Uprfermance Bend Page cf ~'L i.::: :~ncn '-, bc)el.: 1", ,,; -'-- ~ +- t J i'I,"n '::.eE ~ meet t he requiu~men ts of Article 5160, [':cyas, and Jther- a!=plicable statutes of the n,e .=: eX3:i. r. ."" ; .'1cje r s ,. 'jTi ec Res' :lei[ 1 :'ir:d h aG"'T: ~ ~l.i.ae>rt LJ _ c'S hereby designated by the Surety herein as unt} tc whom any requisite notices may be f pr c~ss may te had in matters arising covided lY1' Art. 7.19-1, Vernon's Texas r.::> =r 11 Y h',' 1 ',' ~ ~;ur ::.:r r. IN WITNESS WHEREOF, thi cf \",h ,c.::h oShal t,~ d.=:>ene March _____.,_, 0 06 nstru~e t is exe=uted In ~ copies, each ,or i Cl i r -3 1, t his the 3 rd day 0 f PRINCIPAL SLC Construction, L.P. 8y:,J..IP )~~ 21-IfJlv ,"--. Sara L. Clark, President of Prlnt Name & Tl tle) SLC Construction-1, LLC ATTEST '~ /~ . "'1=- Secretar'! . -:..)~ "u!\J t-lA...2..-\.; ~ / Prlnt ~ame: ' SURETY and L,r:torney- ~n-tact Steven E. White Prln~ NaIT''" , The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Keetch & Associates Insurance Contact Person: Ms. Betty Baxter .. Address: ~.l3ox 3208 ____._________ Corpus Christl, Texas 78463 Phone Number: (361) 883-.3803 E: ')ar ised 9 f~ Pelf r:na 30nii ITlL.S" be pr _ ~,Y late of c:mtract) Performance Bond Page 2 of 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the C:OLONIAL AMERICAN CASUALTY A;"!D SURETY COMPANY, corporations of the State of Maryland, by fHEODORF G. MARTINEZ, Vice President. and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI. Section 2, of the By-Laws of said Companies, whIch are set fOrth. on the reverse side~eof and are hereby ,'ertified to be in full force and dIect on the date hereof, does hereby nominate, constitu l~hilip BAKER, Edward ARENS, Steven E. WHITE. Don WEIDENFELLER and Ray ,J. 0 n, Texas, EACH its true and lawful agent and Attorney-in-Fact. to make, execute, s surety, and as its dct and deed any and all bonds and undertakings, executors, Community Survivors and Community Guardians. an e II>' gs in pursuance of these presents, shall be as bmding upon said Co I . te d purposes, as if they had been duly executed and acknowledged by ~~ I 0 fi~~ tOy at its office in Baltimore, Md., in their own proper persons. ThIS power o~e:t!e~. .~ ,:s~ oehalf of Philip BAKER, Edward ARENS, Steven E. WHITE, Don WEIDENFELLER, Ra~~~ '1t~,\a~eptember 3,2003. The saId Assistant Sec~oes 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 affixed the Curporate ~;eals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL t\MERICAN CASUALTY AND SURETY COMPANY, this Drd day of February, A.D. 2005. '\ TTES'T: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ;" L -~~..:-._--_. Eric D Barne:, ('( -~_.~-~.. 4ss7stant Secretan' BY~ Theodore G. Martinez State of 1\,laryland } 55: City of Baltimore On thIS 23rd day of Febmary, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and ERIC D. BARNES, 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 mstrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument ]S the Corporate Seals of said Companies, and that the said Corporate Seals and their 5ignatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporahom. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official S,~al the day and year first above Written'~r ~ .<L~- (".J- I:'J.A..,fif"r j Constance A. DU'l1l Notary Public My Comrr.ission Bxpires: July 14,2007 POA-S 168- 7 1 87 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-PresIdents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. .and t(l affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article Vl, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. .and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do tillther certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authcrized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI. Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. ThIs Power of Attorney and CertIfIcate may be signed by facsimile under and hy authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANy' at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the <::ompany and facsirr..ile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter. wherever appeanng upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed," IN TESTIMONY WHEREOF I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 3rd day of March 2006 -~(:76 ~ ~ Fidelity and Deposit Company of Maryland Home Office 1'0 Bo\ 1227, BaltImore, MD 21203-1227 IJ\1PORT ANT NOTICE To obtain in formatIon or make a complaint 'You may call the Fidelity and Deposlt Company of Maryland or Colonial American Casualty and Surety Company's toll-free telephone number for infomlation or to make a complaint at: 1-800-654-5155 'y'ou may contact the Texas Department of Insurance to obtain infornlation on companies, ,-'overages, nghts, or complamts at: 1-800-252-3439 You may wnte 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 infonnation only and does not become a part or condition of the attached document ,x-i43f(lX) [il4il" ~ 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". SLC CONSTRUCTION, L.P. FIRM NAME STREET: P.O. Box 6 J 9 CITY Conroe TX ZIP: 77305 FIRM IS: 1. Corporation ___ 2. Partnership XXX 5. Other 3. Sole Owner 4. Association _ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. State the names of each'employ'ee" of the Citl{ of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership In tlie above named ',irm" Name NONE Job Title and City Department (if known) 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 NONE Title 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 NONE Board, Commission or Committee <1 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 NONE Consultant CERTIFICA TE 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)_ Signature of Certifying Person: \-/&z,/? a 7~&~ Sara L. Clark Title: President Date: Feb. R, 2006 [REViSE~ PROPOSAL FORM PAGE 36 OF 37 Addendum No. 3 Attachment 'T' Page 36 of 37 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. "Official", The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. ~~ PROPOSAL FORM PAGE 37 OF 37 Addendum No. 3 Attachment 'T' Page 37 of 37 MAR-07-ZQ06 OZ:3ZPM FROM-GUARANTY INSURANCE 'ACORD.. l,;t:K 11t-Il,;A 713-934-Z0Z0 T-280 P.002/009 F-~9 I'I\ODUOER I t: UI- LIAI:SILII Y IN~Ut<AN(';t: OP ID M~ _... _ ~h_'___', . . "I SLeQ-Ol 02128/06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THe CERrlFICATE HOLDER. THIS CERTIFICATE 001;$ NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 652-9382 /INSURERS AFFORDING COVERAGE NAIC# - ._.---.~ '_T_ INSURER A' Valloy ForqQ Inl'JUr.maa COn!pany 20509 / INSURER B~ TI'ilru:loontinantal Inllluranca Co. 20486 V INSUReR C; OhJ.O C..\1~.l ty In.\lZ'~C$ CO. 24074 . . INSW~l'!l'I D: Hanover Insurance Company 22292 . INSURER E' I - Guaranty Insu~ance Services p, 0 :Sox 4745 flou~ton 'I'X 71.210-4745 Phone: 713-939-9898 ~ax:866 INSURED' SLC Construction { L,P P.O. Box 639 Conroe TX 773 05 COVERAGES THE POLICIES OF INSURANcr; LlSTm SI:;LOW HAVE BeliiN ISSIJEO TO 'I'HLO INSuAEO NAMeo ABOVLO 1'0" 'rHfO POLICY PfORIOD INDICA1'eO. NOTWlTHSTANDIN~ ANY REQUIAatEN1. TERM OR CONDITION OF ANY CONTRACT OR OTHlOR DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATe MAY pe IssueD OR MAV PERTAIN. THE INSURANCE AFFORC!OD PY THE POI.lCIES DeSCRIBeD HLOREIN IS SUBJECT '1'0 ALL THE TeRMS, exCLUSIONS ANO CONOI'l"lONS 01' SUCH PQLICII:;S. AGGA!GATE L./MITS SHOWN MAY HAVE BEEN REDUCED BY PAID CUlIMS. ~~ ~~~ TYPE OF INSURAblCE '-' I 'if1~rMMiDi:irWI POWCY NUMa~~ DATE (MMiDDIVV'j' l-IMITS i GEPR!RAl UABJLlTY v' '-r-- - EACH OCCUR~Nce $ 1000000 Ai [Kj..:.~.""'ERCI/IL GENI:;RAL UABILlTY i U2 08 3857 0 8 5 06/21/05 08/01/06 PREMiSES lEa ~~ncel $ 100000 i I ClAIMS MADE X OCCUR: / MED I:XP (My oM pet'SO~) ~ 10000 '-J--- "--- PEiRSOI'IA~ & AD" INJURY $1000000 I ~ Con tra~tual i'i;b- i i GeNEAA~ AGGREGATE I S 2000000 I $2000000 I ,~LAGGAEGATE LIMIT APPLll'!S PER I PRODUCTS. COMPIOP AGG I POLICY iil ~ r;- Loe I .--_. ..._- _. I ' AUTOMOBILE L1ABIUTY .; COMBINED SIf'lGLLO LIMIT \ ..('1000000 :B1 , ""= TJ20S3857037 06/21/05 08/01/06 (Ell accldenl) ~,..... AL.L. OWNeo AuTOS - (' BODILY INJURY S I SCHEDULED AUTOS (Per pef60n) , HIREO AuTOS eoDfL Y INJUI'IY $ --I (Par a~Gonl) I NON.OWNIOD AUTOS I -----! .-"-"'----- i PROPERTY DAMAGE $ i (Per 8CC1~enl) I I .-----~ --, ---- .-..- ,.,.-- I , I AUTO ON~ V - EA ACCIDENT S : GARAGE lIABILITY I 'AN'fAlfTO I OTHER THAN EAACC $ "-'-~I ./ i AUTO ONLY; AGG $/ ! EXCIlSS/lJMBReU.A l-IAIllUTY ''? - -~._--- 06/21;~~~01/06 ~ 2000000 EACH OCCURRENCi C tfj OCCUR i---:J CUlIMS MADE ! UUO 06 53372893 AGGREGATE $2000000 ./ $ , 8 DEDUCTIBLE i $ IX ReTENTION 510000 s r WORKEIt$ COMNNSATlON ANtI 7' X ITOFlYlIMlTS , 11,l~ ; EMPLOYERS' LIA8Il./TY WC2083857040 08/01/05 08/01/06 $ 1000000 A ANY PRO~NPARTNERlEXECUTIVE E.L EACH ACCIDENT OFFlCERIMl!t.l8ER EXCLUDED? / E.L. DISEASE - lOA lOMPLOYEE $1000000 ~' d~u'" E.L. DISEASE - POLICY LIMIT $1000000 i CIAL PROVISIONS Delew OTHER --. _.......-.. D I Leasecl/Ren ted Per I:tBm 300,000 EQui~t IHDB161297 I 06/21/05 i 08/01/06 Per 000. 500,000 tleSClIlIPT10N OF OPERATIONS I LOCATIONS I VEHICLES J EXCLUSIONS AODeO BY ~OORSEMl<NT I SP~lAl PROVISIONS R.e: Water Hain Improvements Leopard St./Third Street V Project No.B534/8535 Ad.di tiona~ Insured i.n favor of 'l'he City of Co;r;pu~ Ch~i~ti OilS ~e:ilpect~ to General and Auto LicWi1ity when requi.red by written oontraot. /' CERTlFICA TE HOLDER CANCELLATION " CITY OF CORPUS CHRIS~I Department of Engi.neeri.ng Srv. / Attn: Contract Administrator V p.O. BOX 9277 CORPUS C~STI ~ 78469-9277 CITCOR2 SHOULD AJlY OF THE ABOVE D&SCRlSED POUCIES BE CANCELUOO BEFO~E THE EXPI!tA iJON DATE THEREOF, THE ISSUING INSURER WILL ENDeAVOR TO MAIL !2.- DAY$ WRITTEN NOTICE TO THE CEFlTlFlCATE HOLDER NAMED TO THE LEFT, BUT FAlLVIU, TO 1)0 &0 &HALL. IMPOSE NO OeUGATlON OR UABILI'TY OF ANY KIND UPON THE INaURI!:R, 1'1'$ oAGJ;NT~ OR REPRESENTATIVES. rATlIfE ACORD 25 (2001108) @ACORDCORPORATION1988 - ....-===- - ~:;; === ==== ..", iiii == ~ == .. "C - FROM-GUARANTY INSURANCE I 713-934-2020 PoLICY .NUMBER; U20838.57085 POLICY PERIOD~ 06-21-2005 to 08-01-06 IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENse, CLAfM OR SUIT. see PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THJS ENDORSEMENT CHANGES THE CONTRACTUAL LlABIUTY COVERAGE WITH RESPECTS TO THI: "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS..cOMPI.ETED OPERATIONS HAZARD", SEE PARAGRAPH B.3. OF THIS ENOORSEMeNT FOR THIS COVERAGE CHANGE. MAR-Dr-2006 02:33P~ -.1fII ATi. T-Z80 P.003/009 F-939 I.;:;U. u U~ I) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITrONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modllles Insurance provided under the following: COMMERCIAL GENERAL UAB1UTY CovERAGE PART V SCHEDUL.E Name of Person or Organization: Attached to and made a part oltbe c:er1ificate OfiD:ilrnIDct for CITY OF CORPUS CHRISTI, DEPARTMENT OF ENGINEERING SERVICES, P.O. BOX 1)'].77, CORPUS CHRISTI. TX 78469-9277 ~ ~ :j I ~ ~ .. Designated ProJect: ~ (Coverage under this endor.JCmef'lt is not affected by an entry or lack 01 entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to include a~ an insured any pSrson or organlzatior'l. lnekldlng any person or organiza1ion shown In the schedule above, (called addlllonallllSUredj whom you are required 10 add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must b€l; 1. Currently in eHeet or becoming effec!ivG during the term of this policy; and 2. Executed prior to the "bodily inJUry: "property damage: or "persona! and advenlslng inJur/', B. The insurance provided to the additional insured is limited as fellows' 1. That parson or organl~atjor is an additional Insurod Solely for liability dUB to your negligence specifically resulting from "your work" for the additional insured whic1 is the SUblG~ of the written contract or writtefl agreement. No coverage applies to liability resulting from the sole negligence of the eddrnonal insured, 3.t7957.G 2. The Limits of InsUrancQ applicable to 1I1e additiomil insured ars those specified in the written contract Or writtsn a!;JreSmal'lt or In the Declarations of this policy, whichever Is less, These Limits of Insurance arlil inclusive of. and not in ac:ldition to, the Limits of Insurance :shown in the De~Jarations. a. The COV'lrage provldlild to the additional insLJrad by this endorsement and paragraph f. of the definition of "insured contract' lJndar DEFJNITIONS (Section Vj do not apply to "bodily injury" or "property damage" arising out of the "products-compretad opsratlons hazard- unle~ required by thE! written contract or written agreement. When coverage does apPlY 10 "bodily injury" or "property damage" arising out of the "products-completed operations hat:ard" such coverage will not apply beyond: n. ThE! period of time roquired by thlil written contract or wrItten agreement; or Pa90 1 of 2 ./t4l ~t ./ MAR-Q7-Za06 02:33PM FROM-GUAr.~NTY iNSURANCE b. 5 years from the completion of "your work" on tha project which Is the SlJbj(lct 01 the written contract elr written agreemant whichever Is lass. 4. The Insuranca provided to the additional Insured does not apply to "bodlly inJury: .property oamaga; or uparsonal and advertising injury' arising cut of all archItect's, engineer's, or surveyor's rendering of or failure to rtJnoer any Drofessional sarvlces IncludlnQ: a. The preparing, approving, or failing to prepare or appro"" maps, shop drawings, opInions, reports, sUlveys, fIeld orders, change ordera Qr drawings and .specifications:; and ,b. Supervisory, or Ins!:,ection aotivitilils perhmnad as part of any rslaiBd a.rchltactural or Gnglneerlng actIvities C. As rsspaots the coverage provided under this endot$$ment, SECTION IV COMMERCIAL GENeRAl LIABILITY CONDITIONS arE! amended as follows: 1. Th8 fe{lowing is added to the Duties In The Event of Occurrence, Offense, Claim or Suit Condition: e. An additional insured under this endorsement will as soon SEI practicable, G-17957-G 713-934-2020 T-280 P,004/00~ F-939 (3-17957-<3 (Ed. 01101) (1) Give written notice of an OCCUrr9nCQ or an offense to us whIch may resullln a claim of .sulr under this insurance; " (2) Tender the defen$S and Indemnity of any claim or "suit" to any other insurer which also has Insurance for a IOn We cover under this Coverage Part; and (3) Agree to make availllble any other insurance which the additional insured has for a Joss we cover under this Coverage Part. f. We have no dl.lty to defend or indemnifY an addJtional insured under thIs andol'$ement until we racsiva written notice of a claim or .sul1" frOm the additional Insured. 2. Paragraph 4.b. of the Othl;'lr Insurance Condition is deleted and replaeed with the following: 4. Other Insurance b, E.xC:/!I.lSS Insura....ce This insuranoe [s excess over any other insurance naming the additional insured as an Insurad whether ptfmaIY, exC&SS. contingent or on aI'1''1 other basiS 1,Jnless a written aontraat or written agreement specifically fQq~lres that thio iO$uranca b$ either primary or primary and noncontributing, Page 2 of2 MAR-Q7-2a06 02:34P~ FROM-GUAP.ANTY iNSURANCE 713-934-2020 T-280 P.006/0Q9 F-9a9 ~.POr;rar~.~0lI:i'li'.<<r.;,~'~:~'~'=~=~~~iotl~A+*-'~I~~~1Y,~tl!~M1'~!!(-~~~l~(<l!<t.!:ll~~i"'liMi'~*~t,,;.;;~~, r: 208]857037 vf SLC CONSTRUC~!ON. L P. ~ P.O. EOX 6::l!l CONROi~X 77JO 'I 11:.. .. . . . ~~~ . ~"~ ....: .. ;~~ ..W!. ~ ...,__.~~im, " _~~~~;li ., ".,...:!ii:~r.:.l~~ li'Q:r.;ECY ~ BR.IUa.ln__IlBC~:tVJ! 01/1lt12006 ':hi. CJ:UUlg'Q ~IIWIIU;Il,t C!1:lRXlgo,.. cbe P01icy. Pl..a.e read it c~u:afull:v. ~D Chw:lp BadOZ'uNlez:n:: 1B a par1; of your Policy 0Jl4 t.cll:QU e::et:t OD tUG e:ff.ct1.vs date of your Policy t unless Imothur Bfllec1;iT" date is shewn. / The following Add.it.ional Insured (5) ha.s (have 1 been i!l.dded: Fo~ ~: CA204B Titl~:nESIGNATED INSURED Name ana Addres8: ../ CITY OF CORPtJS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O.BOX 9277 CORPUS CHRISTI, TX 78469-9%71 Fom f: Title: N~o and Address: Fo~ f; 'r:i.tle: Na.ll1e and Address: G:::!:!I I ~ ;;11!!5 ~ t:I:i:il ~ lEI ~ { -= .... ~;:;::: t1f G-56015-B (ED. 11/91) ~~ / MAP-D7-2~06 02:34PM FROM-GU.~RANT" INSURANCE 713-934-2020 T-2S0 P.005/009 F-939 1~&J_~~,H~""''''''':~~7'W~~~~'~''l~~~~~:i!f.t~~tliS~li.~)<'~~II~~ft'il'~:'\#tr.illlfifi.'r~i~i~~~~~~t%tr~Il.~!;;:;;(~:;;m; ~;~8=r ~~S=T~ t~~Sg 'SEE ENtl'r" y" P.O. BOX 63~ .CQN.RPi.1 'D:. .'73 OS ,i1:ill' , ""I: . I '. iv mf",f(1 W. ~~~~~~;t~~~~i ~~~~~m:;r"~1;~~.,"t~rsf~~h.,J;",,# ~ <mAW2B ~PEC'1':rvE 0%128/%006 'I'M. CblU1Sle BndOrsuaaeat changes the POlicy. Please ~eG4 :1.1: c8J:;"~:f1l11y. 1'h18 ChuOG BndorlifiUll8Zl.t h Il part of yom- ~o1iC7 and tUtUI effect on the effec.tive dat:.& ot your POlicy, unle8a "%l,Qt:b.or o.ff"C1~:l:vo dat:e :LII shoWl1. ./ Ie is agreed that the 30 d~~ Not~ce of Canoellation has been added in favor of thG fal1ow~g name(e): i'Cl:nll i: CG020S Title: TEXAS CHANCES - NOTICE OF CANCELLATION a~ MATER~L COVERAGE CHANGE / N~Q and A~~~ass: CIIY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING S:ERVICES P.O.BOX 9177 CORPUS CDRISTI, TX 78469-9%77 Form *: Title: Name and Address: ~ = ~ Ii iii ~ -= iIi5iii:i Ii 53 ~ ii5 ~M & J L4 ...-" -...... i1f G-Si015-B (10. 11/91) / ~~ ~ ~R-07-2006 02:35PM FROM-GUARANTY INSURANCE 713-934-2020 T-280 p,DOr/D09 F-939 ~~=~@.!!S!~lijlk,r' ... "^' ',," "'"~ ,,., ,'x ' ~j!j~~iWi~,ljQ~!il1'lW~~~il'i~~~:liil'ii!~:i(lii!.&l~'l!~~tP.~~jKt' por.:ra'!' lID1lIr8ER . / :J:R8DRElJ N1&M2 ~ ~$15I . /' U 2083857037 v SLC CONSTRUCTION, L.P. V P.O. BOX 639 CONROE TX "305 ~~~~'~~~!i!5!l~~~~~'h'I1",~~>;li.,~~'eM~5I!:!;~B.~I6!:1~~i~:1if.." ':. :.0. ~'~~~~i(~~~~~i~~~",-i:cih~~~V!~;t..~~;;a>>~Jt~*~7,ir~~~~al~f;_~~~~i!;~ 1'IOL:[aJ' CaulGJil6 E60~lf El'I'EC'l':rvE 02118/2006 ~hi.D c:hn.ngo end~S8IDBnt changes the Pgl;Ley. :P1C1BI50 :rua4 j,e caretully. Thia C)ulnge Endorseaent 1s a PlU't of your Po11c:r and takuR a:e:eac:lt: on t:.hu offoot1YO 4Gto of you~ P011CY, un~8BH aDothQ~ QffQ~hive 4aee 18 shown. ./ IT IS AGREED TBA'I' A 30 DAY NOC FORM NO G14S0S3A HAS (HAVE) ElE:2N ADDED IN FAVOR OF Ta:~ FOI.lLOWING : CITY OF CORPUS CHRISTI DEPARTMRNT OF ENGINEERING SERVICE P.O.BOX 9277 CORPUS CHRISTl, TX 7846.9-1277 I ~ == 'W'--: == ~ ~ 5 --...; -= E II . iii ~M e= I ~ .,.c-' -.........;; nf / G-5601S-B CED. 11/91) ~~ r./ MAR-07.-~06 02:35P~ FRO~GUARANTY :NSURANCE WORKERS COMPENSA nON AND EMPL 713-934-2020 ; LIABILITY INSURANCE POLICY T-280 P.009/009 F-9S9 W(; 42 Uti Ul (Ed.7-a4) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This andorsement applles only to the insurance provided by the policy because Texas is shown in Item 3A of the Information Page In the event of cancellation Or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule The number of days advance notice is shown in the Schedule. This endorsement shall not operata directly or indirectly to benefit anyone not narnsd in the Schedule. SChedule 1. Number of days advance notice 3 D / 2. Notice will be mailed to: BLANKET NOTICE OF CANCELLATION I ~ ~ I i ~ iIiiii -= Ii E -= i ~ ss= E B . jijji;; ~ liiL / This Indorsement chan~" the policy 10 which it is attaehed and is sffective on the date issued unless otherwise $tall!ld. (Th9 information below is required only when Il1ls endorsement is issLWd subsequent to preparation of the poIk;y.) EnClOr$emlN'(t E'feollv41 10 - 20 - 2005 Policy No. WC2 0 8 3 8 5 7 040 Endorsement No. 1l1$ured SLC Construction, L.P. .( ;:!i::It. U; J. / Insurance Company Valley Forge Ins. Co. Countersigned by ~ we 42 01 01 (Ed. 7-84) MAR-07-2006 02:35PM FROM-GUARANTY INSURANCE 713-934-2020 T-2S0 P.OOS/GOS F-939 eNA CNA PlaZa Chicago, illInois 606a.S /' p.~~;~.;;r'~;::."'i<I';~Pm:/'f(I.~f~,'.:,r9'~l;.....:);,j?:::';;:.~:::Ii?OY..,Qi.i~')ffl;M.~r:i:":::Lk~':T1;::n:t::;Fl;/;'Ji:::NI~~::it::;i;::Ti:(;?:;;:: WC2 83857040 08/01/05 08/0::'/06. VALLEY FORGE INSURANCE: CO I 023310360 ::}:';;;:':.";'):;::;Jlg~~;~~:~.~CJ~...':':'::",.'.'..::".~...;':.,"':.".':\':'}::::[:.:';.'~';:;::::::i;.::;:.:::.'.;:;.;.:..'n::.,.::.,:::;".::.::;2..:;:',:~,;j\.t':'..;i#'gii#:;:::::W:.I::::"'}iW:;}i:':M\'i:~::~':ji::.t:::'::it::~:.f:1.:.'::)::;.::.. SLC CONSTRUCTION, L.F GUARANTY INSURANCE SERVICES, INC. "SEE ENDT" V' 13111 NW FREEWAY I ST P.O. BOX 639 P.O. BOX 4745 CONROE, TX 77305 HOUSTON TX 077210 "ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED TO PROVIDE A 30 DAY NOITCE OF CANCELLATION (EXCEPT, 10 DAY NOTICE OF CANCELLATION FOR NON-P~YMENT OF PREMIUM) OF THIS POLICY ONDER A. WRITTEN CONTRACT OR AGREEMENT II -I is i j I -= III THIS ENDORSEMENT IS A PART OF YOUR POLICY AND TAKES EFFECT ON THE EFFECTTVE DATE OF YOUR II POLICY t UNLESS ANOTHER EFP'ECTIVE DATE IS SHOWN BELOW. E ENDORSEMENT NO. ~ ;;;.;: ---_.,- ~ E EFFECTTVE DATE OF THIS ENDORSEMENT: 10/20/05 - iiiiiiii; IE - -= - -=: COUNTE!RSIGNED BY (/Jt. ftJrJ.. vi' AUTHORIZED REPRESENTATIVE P-39543-A 112/87 EO.; AGE!NT