Loading...
HomeMy WebLinkAboutC2006-119 - 4/11/2006 - Approved 2006-119 04/11/06 M2006-109 Reese Contracting c F F (' I r:.,. P R () , T I S I 0 N S '. 1/ '-- P E F I C Ic., T I 0 N S A N D F 0 F M S o F ,--. 0 tJ T R A (' '1, 0 .::> FOR AND BON D S LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I J"-epared f)Y, Gold;;tuL Engineer ing, Inc, 10 S ('aJancahua, Sui te 200 Corpus i'hrist J, TX 18401 PhonE (361) 888- 8100 Fay ~61) 888 8600 (; E ,1 lA, No, )\ 0 4 0 0 9 00 61 ET SUBMITTAL ,lc1Iluary ~~006 FOF DEPARTMENT Of ENGINEERING SERVICES (ITY OF CORPUS CHRISTI, TEXAS Pr,OT1(" 3618803500 Fax: 361 880-3501 ~~OF"'\ fZ3~~f, -.!~~'et 1'40 ...~ & ,f,,- *_\~\ WM. J: eEN l~\~"'~;T$) ~~~<iISl\\.~~1:#S '~S/OiiAttt--. '-"'''''--'- ~' J.i / f?e. 1/ 26!1J {p I PROJECT NO: 2'::: 0 t I DRAWING NO: STR 7 7 ,~ ",.,. - r,' ~f. Ot\'~~1 1 ~~'.."'...~-t ~ I .. ..... * .....'!' 'I, ... .' ..it '1. ~.. ..*1. ..~riU~.. ....... ... . ~ ~nM SAUV'........;I. ..:-...........;.. E, JR. ~ 11\ 700S9".....~.<-::'j ',.(:).'. ,p", ~ ../~ i ... ~..{C1Sn.Cf.\:':'..~".I '~SIONA..t"~~\r \\,"~~- j....e~. --(;.. //2V>/{)~ FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: ALL PLAN HOl.DERS Date: February 28, 2006 i' , AZ~./ P ~~ Pages: 2 (including cover sheet) From: c\ngel R. Escobar, P.E. -r ^ Director of Engineering rvIces Subject: Leopard St. Roadside Safety Improvements, Phase 1 Project No. 2208 ~ddendum No. .3 Comments: This fax transmission contains the signed, sealed addendum from Goldston Engineering, Inc. The addendum modifies the page 7 of II (lfthe REVISED Proposal Form. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: ALL PLAN HOlDERS Date: February 28, 2006 (' AZ~/ P ~ Pages: 2 (including cover sheet) From: \ngel R. Escobar, P.E. {, ^ ~ Director of Engineering rvlces Subject: Leopard St. Roadside Safety Improvements, Phase 1 Project No. 2208 '\ddendum No. .3 l'omments: This fax transmission contains the signed, sealed addendum from Goldston Engineering, Inc. The addendum modifies the page 7 of I 1 of the REVISED Proposal Form. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. City of ... _ Corpus == ChrIsti February 28, 2006 ADDENDUM NO.3 TO: ALL PROSPECTIVE BIDDERS PROJECT: LEOPARD ST. ROADSIDE SAFETY IMPROVEMENTS, PHASE 1 PROJECT NO. 2208 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 addendum will remain unchanged. I. REVISED PROPOSAL FORM A. BID SUMMARY PAGE (PAGE 7 OF 11). DELETE: ITEM C. SUB-TOTAL PART C (BID ITEMS C-1 THROUGH C-7) ADD: ITEM C. SUB-TOTAL PART C (BID ITEMS C-1 THROUGH C-8). - *Please make the appropriate Pen & Ink correction to REVISED PropOsal Form P8~e 7 of 11. of ADDENDUM NO.1 Attachment No.2 Please acknowledge receipt of this addendum in the appropriate place in your Revised Proposal Form. END OF ADDENDUM NO.3 /vi... ~ f!. 6". z./ z. gf c(. 'Will~'J. Green, P.E. Sr. Project Manager Goldston Engineering, Inc. Engineering Secvice Addendum No.3 P.O Box 9277 . Corpus Christi, Texas 78469-9277 . (36\) 880-3500 Page 1 of 1 . ADDENDUM NO. 2 - C~ity of Corpus ChrIsti ~~ f. , !;.'! r ii)'; AI, t PI ~T I 'f:J, 1 I. FS PROJECT: LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE 1 PROJECT NO: 2208 ,3~>~.::? ( e b tide S iI" Ji' tl a 'I cJ Cl men! ,: l' 1 Ufler 1 f 1-' t~ f :- ,.::' "'..J. 't j(e. not i l H' I. :) f Lhe allowing modi fica tions '~! ::3e [Tiii(j J i:_~d LClDS shall become a part of '0'11 j()!1 the 'ontract documents not ,kiendllJ1l (11j i reml.in unchanged. +:1"1 ~, )] if .1 lei I! j [If I GENERAL PROVISIONS A. PARAGRAPH B-7, PROSECUTION AND PROGRESS ADD: New Paragraph B-7-15, AVAILABILITY OF FUNDS Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization jremobilization costs. Such costs shall be addressed through a change order to the contract. Please acknowledge receipt of this addendum, In the appropriate place on your PROPOSAL FORM. END OF ADDENDUM r Services ADDENDUM NO.2 Page J of J FAX TRANSMISSION Department of Engineering Services MaJor Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: \LL PLAN HOI DERS Date: February 24, 2006 From: j /\ngel R. Escobar, PE. jLd;: ~~ Director of Engmeerin0e~c~~' Pages: 16 (including cover sheet) Sub,iect: Leopard St. Roadside Safety Improvements, Phase 1 Project No. 22()8 Addendum No.1 Comments This fax transmission contaJns the signed, sealed addendum from Goldston Engineering, Inc. The addendum adds the Mandatory Pre-Bid Conference Sign-In Sheet, provides c1anfications dnd answers to questions from the Pre-Bid Meeting, provides revisions to the drawings. and provides a REVISED Proposal Form. Prospective bidders are hereby notified of the folJowing modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specificalJy affected by the Addenda shall remain unchanged, City of Corpus - == ChrIsti ~ February 24, 2006 ADDENDUM NO.1 TO: ALL PROSPECTIVE BIDDERS PROJECT: LEOPARD ST. ROADSIDE SAFETY IMPROVEMENTS, PHASE 1 PROJECT NO. 2208 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 addendum will remain unchanged. l. P ART A - SPECIAL PROVISIONS A. PARAGRAPH 4-1: TIME AND PLACE OF RECEIVING PROPOSALS I PRE-BID MEETING AND NOTICE TO BIDDERS 1 . The attaqhed Mandatory Pre-Bid Conference Sian-In Sheet orovides a listino of bidders In attendance at the MANDATORY Pre-Bid Meetlno (See Attachment No. 1. 1- paael and is included for Bidder's Information and use. II. CLARIFICATIONS: A. PRE-BID MEETING QUESTION RESPONSES. Q-1: THE TRAFFIC BARRIER DRAINS ARE PAID FOR AS A LUMP SUM, HOW MANY ARE THERE AND WHAT ARE THEY. A-1; THE DRAINS ARE INTENDED TO EXTEND THE RECTANGULAR DRAINAGE SLOTS IN THE TRAFFIC BARRIERS UNDER THE PROPOSED SIDEWALK. THERE ARE APPROXIMATELY 25 DRAINS TOTAL. Q-2: DOES THE SELECT FILL MATERIAL PAID FOR UNDER BlO ITEM A-24 INCLUDE THE FILL UNDER THE RIPRAP AT TURKEY CREEK? A-2: THE SELECT FILL MATERIAL PAID FOR UNDER BID ITEM A-24 rs INTENDED TO BE USED FOR ALL FILL AREAS ON THE PROJECT AND SHAlL MEET THE REQUIREMENTS OF TECHNICAL SPECIFICATION T -022100. Q-3: is THE 3 FEET OF 6-INCH THICK LIMESTONE BASE UNDER THE CURB AND GUTTER PAID FOR UNDER BID ITEM A-18, OR SUBSIDIARY TO THE CURB AND GUTTER? Engineering Service p (' Box 9"277 . Corpuo (:hristi, Texas 78469-9277 . (361) 8Ri! 1500 Addendum No. 1 Page 1 of 3 A-3: BID ITEM A-18 PROVIDES PAYMENT FOR THE LIMESTONE BASE REQUIRED UNDER AND BEHIND THE CURB AND GUTTER. 0-4: BID ITEM A-17 PROVIDES PAYMENT FOR 3.5-INCHES OF HOT MIX ASPHALTIC CONCRETE PAVEMENT, BUT SHEET 34 OF THE PLAN SET DOES NOT SHOW WHERE THAT 3.5-INCHES IS TO BE USED. WHERE IS IT TO BE USED? A-4: BID ITEM A-171S IN ERROR AND SHOULD HAVE BEEN 7.S-INCHES OF HOT MIX ASPHALTIC CONCRETE PAVEMENT (HMAC), AND IS TO . USED AS SHOWN IN DETAIL 7 ON PAGE 34 OF THE PLAN SET. THE 12- INCHES OF HMAC SHOWN NEXT TO llfE HEADER CURB IN DETAIL 2 ARE INTENDED TO BE SUBSIDIARY TO THE HEADER CURB. Q-5 SHEET 34 OF THE PLAN SET CALLS FOR CLASS "A" 4000 PSI CONCRETE FOR THE CURB AND GUTTER. SHOULDN'T THAT BE CLASS "S"? A-5: YES, THE "An SHOULD HAVE BEEN AN "S". CLASS "S" CONCRETE IS 4000 PSI CONCRETE. Q-6: IT SHOULD BE THE CITY'S RESPONSIBILITY TO COORDINATE WITH THE REGIONAL TRANSPORTATION AUTHORITY TO SET UP A TEMPORARY BUS STOP LOCATION SHOULDN'T IT? A-6: YES, THE CITY WILL WORK WITH THE RTA PRIOR TO THE BEGINNING OF CONSTRUCTION TO FIND A TEMPORARY BUS STOP LOCATION. Q-7: CAN THE EXPLORATORY EXCAVATION FOR UTILITIES DESCRIBED IN SPECIAL PROVISION A-47 IS PAID FOR DIRECTLY, RATHER THAN BE A SUBSIDIARY ITEM? A-7: YES, BID IlEM C-8 UNDER PART C OF THE PROPOSAL CALLS FOR HYDRO-EXCAVATION, TO BE PAID FOR BY THE LINEAR FOOT. THERE WILL BE A TOTAL OF NINE HYDRO-EXCAVATION LOCATIONS AT A DEPTH OF 8-FEET EACH, AT A TYPICAL WIDTH OF 35 LINEAR FEET BETWEEN EXISTING EDGE Of PAVEMENT AND NORTH RIGHT-OF- WAY LINE FOR A TOTAL OF 315 LINEAR FEET OF HYDRO- EXCAVATION. THE EXCAVATION WILL BE LOCATED BETWEEN THE EDGE Of EXISTING PAVEMENT AND THE RIGHT-Of-WAY AT THE FOLLOWING STATIONS: 504+50, 506+50, 509+00, 510+90, 512+50, 514+00,516+00,518+00, AND 520+35. 0-8 fHERE MAY BE NUMEROUS ABANDONED PIPELINES ON THIS PROJECT. DOES BID ITEM C-3 PAY FOR THE REMOVAL AND DISPOSAL OF ANY ABANDONED PIPELINES? A-a: NO, BID ITEM C-3 IS INTENDED TO PAY FOR THE ADJUSTMENT OF WATER SERVICE LINES, LOCATION, MATERIAL, AND QUANTITY TO BE DETERMINED IN THE FIELD DURING CONSTRUCTION. THE REMOVAL AND DISPOSAL OF ANY UNANTICIPATED PIPELINES SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. Engineering Secvkc POBox 9277 . COIpUs Christi, Textlll 78469-9277 . (361) 880-3500 Addendum No.1 Page 2 01' 3 III. DRAWINGS: SHEET 4 OF 61, DEMOLITION STA 513+00 TO STA 522+00 DELETE: SCARIFY EXISTING DIRT DRIVEWAY AND REMOVE 21~ RCP ADD: A NEW CO".ERCIAL CONCRETE DRIVEWAY WIlli FLARES APPROXIMATELY 36 FOOT IN WIDTH HAS BEEN INSTALLED AT AROUND STATION 519+75 IN LIEU OF EXISTING DIRT DRIVEWAY AS CURRENTLY SHOWN. THE DRIVEWAY ALSO HAS A 24..INCH DIAM ETER RCP UNDERNEATH IN THE DITCH-LINE. THE DRIVEWAY WILL BE REMOVED UP TO THE R.O.W. LINE. OR THE EXISTING CONCRETE PARKING LOT. WH'CHEVER IS CLOSER. AND REPLACED AS SHOWN ON PLAN SET SHEET NO. 31 OF 61. SHEET 34 OF 61, STANDARD CURB & GUTTER AND HEADER CURB NOTES DELETE: ALL CONCRETE CLASS "AU 4000 P.S.1. ALL STEEL GRADE 60 FY = 60,000 P S.L, MIN. ADD: ALL CONCRETE CLASS "S" 4000 P.S.!. ALL STEEL GRADE 60 FY = 60,000 P.SJ., MIN. IV. PROPOSAL FORM: DELETE: The current Proposal FOnTl, in its entirety. ADD: Revised Proposal Fonn. In lieu thereof (See Attachment No.2). Please acknowledge receipt of this addendum in the appropriate place in your Revised Proposal Form. ~~"I ~~\ ....,..... ~ .J:~EEN ~ ....,111 JI ,...... t:....,l ... \~ (15721 Q.~Il! ,.~~~~ \((~~tY tV-f~_RC: 46o/C{; 'William J. Green, P.E. Sr. Project Manager Goldston Engineering, Inc. END Of ADDENDUM NO.1 Attachments: No. 1 - Mandatory Pre-Bid Conference Sian-In Sheet No. 2 - Revised Proposal Form Engineering Service PO Box 9277. CDlpUS Christi. Texas 78469-9277 . (61) 880-3500 Addendum No.1 Page 3 of 3 MANDATORY PRE-BID CONFERENCE SIGN-IN SHEET Proiect No. 2208 l,.eopard Stree(Roadside Safety Improvements Phase 1 - Februa .m. Enqineerinq ConE. Rm. I Name -+--~- _~___u_ ---t . -~~c;;_~~2:'~ I G_r,G~c. ~~ I . -.J l''\.Q...l; ~Uy~.s. I ::Jh.ab~ve~ :i --~~ iL'J,-1/',,v 4 _~I GA.~i\,1 E\J~.e I. .....-~, _ __~~ ~~l~C>V\ 7.a lfS---+ 1<. I t-J !! /\-,. ' , I iiJ/ /. it" ., i _ -u-~i ' A'f""C I'':::>i.cj I-'.L -~--f~~i.S (=:O~S. ~c -il 7/.~~L4"1Jt~~..'Il'.. __ /,4 '/ /;:7J :ull~*~1 ~i_~CJ~ l( I-_(;c"~ (~_ip(Yt"i },' . __{ I~~___~i l'.:_____~ __ H..~". S -\.,,,,,:j -((~f~_____ -Jrro1"( (., J. q" vk__ji :Ju.. \ (,) .IfV' <-. ~. -J...-.4i\ ;Z_~H{ t,/ c::.:'"'uU__ ~ ~/--:~~ .t?) 0 ~ a <""/1 , ,/ 1 11- ! 'I ~~ . . -- ' l-i~~~~-L-~ ----1-+ -SLi.- C-tN-J1 I NC;, ~rJ I L ? . L I~' " -W" J ' .~ , . .. . \ ..'.. \} ". . If[; u... I ,- ,.0 \/ --I . . .. -- -- -~ -- .2.:-u_. ,-, '-l 1 l~;~'z;Y"H 1M (~1 '/1/ L -);.' I ~ u'f' 5.7"'1f 6N 1112 1_~1 ;&{~<- ~U:-@I '" 6'V",*-_ T-t: L ( I ;;; ~~~ LeJt!f?er Organization Phone No.1 Fax No. ~/ ..926. ~ 2- ~.~ ~Co I - as 2... - B ~.s-g 2-" <.. - 7<7' 7 c;: I~ :s </"5'-0 - ? t~ ~ ~\- tbl-7€::.$O 1 & - 16Cub ~ ( -Z c., '7 t <{.."l k, z,~<7 H \B S; "3- 7 7 (J CJ t';> s: '3 ~ >0 ~ H /1'4- :;(-730 7 J-<f 0- 7](/"'1 ~j67 j 99Cf 9 s__">-()~ ::2,/ l:(. c; ~ I.. C .~~ Cl,;-?, ~6 I ~ 1.)] d-. - ::.-> 36' I 9,53 5t)b.q- 7 t 3-/7 /.- V ~ ~ 4 '\( 0 7t~ 7~cr*'$S3 i B. \~ S "3''::;" 1~;2Y/~t7; J-i(- J r, - 3":5 d-fl - :> n - fl t./I F----x: 30 l -) 4 7 ) B 5 '3 sG \ )fc"l cJO 11 5C/ - 888 - 8/ yO /"361) '8.!8S- &tCV 2- / f/ iL (, L. l . / J 1/1 F i I I V L~ \. '5/\f\ c[ / I' l 0).'8') Ix: L Uj) l-"l ~L-- .Jo/~ J ~I.A:"11' (,.kJlIL€11 C~~ I. to, (, U; ~ ')~;i7)' /?6 "5 "I~J Addendum No. 1 Attachment NO.1 Page 1 of 1 F' R 0 P ') S A L FOR M FOR LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED Proposal Form Page 1 of 11 ADDENDUM NO. 1 Attachment No.2 Page 1 of 11 PROPOSAL Place: Date: Proposal of a Corpordtion organized and existing under the laws of the c3tate of OR a Partnership OJ:: Individual doing business as TO: The City of Corpus Christi~ Texas 3entlemen: The undersigned hereby proposes to furnish all labor 3.nd materials, tools, and necessary equipment, and to perform the work required for: LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I at the ] ocations set out by the plans and specifications and in :c;trict accordance with the ('ontract documents for the following prices ~o-wit: REVISED '::11oposal Form Page 2 of ] 1 ADDENDUM NO. 1 Attachment No. 2 Page 2 of 11 LEOP ARD STRI:ET ROADSIDE SAFETY IMPROVEMENTS, PHASE I f~T- -<< II ~=+=~~=- ~-= <-------,-,._." I In I IV V ~._. --- -+~ QTY& I UNIT PRICE BID ITEM TOTAL I RID I I (QTY X UNIT PRICE IN I I ITEM UNIT I DESC'RIPTION IN FIGURES i FIGURES) -< - ~-- + -~~ --- ~- ~-------~-~ ---- PART ! STORM WATER I A 1 IMPROVEMENTS -----~<<- ----- -- ~. A.I 4 EA Curb Inlet (5' Opening), complete S $ in place per each ----_._._.._~,- -~ -~ --. .~- ._~~."..~....~- .----.- .. /\2 4EA 5' Curb Inlet Extension. complete $ $ _._-...- -.,----. in place per each i\. ~ 3 EA Slot Inlet, complete in place per $ $ each ----_._._.~-- ~_._---- ~-~ -..--, A-4 l) EA Post Inlet with Apron. complete in $ $ place per each -'-'--"- - - Extend Parking Lot Drainage to 1\ 5 I LS New System (PVC Pipes & $ $ Bends), complete 111 place per -----..-"-- lumo sum ;\-6 41 LF 18" RCP, Class ill, complete III $ $ place per Imear foot ---_._-_.._._._~ r---- ~ 24" RCP, Clas s ill, complete ~A-7 5YLF III $ ~---~~--- $ place per linear foot ~~-~ 158 LF 30" RCP, Class ill, complete 10 $ $ 1-------- place per linear foot A-Y 244 LF 36" RCP, Class III, complete in $ $ place per lmear foot ---- --~..- --_._~".- .--~ 3'x3' Box Culvert (Incl. Shoring, A-1O 372 LF Excavation, Bedding & Backfill), $ ------ $ complete in place per linear foot I 4'x3' Box Culvert (Incl. Shoring, A-II 621 LF Excavation, Bedding & Backfill), $ $ t- complete in place per linear foot Safety End Treatment for 3'x3' ~:12 1 EA RC Box - Parallel Drainage, $ ----..------- ~~- $ complete in place per each Safety End Treatment for 4'x3' ~.13 2 EA RC Box - Parallel Drainage, $----- $ complete in place per each I Precast Safety End Treatment for I A-14 ] EA 24" RCP - Parallel Drainage, $---~~- $ I complete in place per each ~-- - Precast Safety End Treatment for $ I I A-I ~ 1 EA 24" RCP Cross Drainage, $ I - ---...------ -..- ----- complete in place per each REVISED :~)roposal Fonr Fage 3 of .-c 1 ADDENDUM NO. 1 Attachment No. 2 Page 3 of 11 ~----- - - ----- I n III IV V -- - ---- ...- - -----_.- --- -~- BID QTY& UNIT PRICE BID ITEM TOTAL ITEM UN1T DESCRIPfION IN FIGURES (QTY X UNIT PRICE IN FIGURES) --- ~_.. Manhole Type 'M' (Junction Box A b 7EA with Acc~:ss ), complete In place $ ----.--.-.------- $ -- per each 7.5" Hot Mix Asphaltic Concrete A-l1 265 SY Pavement (HMAC), complete ill $ --_._---_._--~- $ -- place per square yard ~_.._-- I A-IS 786 SY 0" Crushed Limestone Base, $ $ complete in place per square yard ---,------- r - .-------- ..._"- -- 1090 Concrete Driveway (Commercial ! ,\-IY 51 & Residential with Aprom), S --- ______n__._ $ f--- complete III place per sauare vard l--,-"-2~ Concrete Curb & Gutter or V alley 1540 LF Gutter, complete In place per $ -,-----~ $ linear foot r---- -- I 1.5AC Site Grading, complete In place $ $ ~~'I per acre -_._------ .,.-- 3301 Erosion Control by Blanket I , A-22 Sodding, complete place $ $ I Sy In per square yard ------ 10 ,500 Concrete Slope Protection & A-23 SF Apron Extension, complete In $ ----.-.-.- $ ----- place per sauare foot A-24 1791CY Select Fill Material, complete ill $ $ place per cubic yard -_.,._.._.._..~ A-25 1497 LF , Trench Safety Plan, complete 111 $ $ I I place per linear foot A-26 1 LS Traffic Barrier Drains, complete $ ----- $ f----- in place per lump sum A-27 I LS MobilizationIBondslInsurance, $----- $ complete in place per lump sum -~..._-_..,- A-28 1 LS Demolition & Site Preparation, $ ---- $ complete in place per lump sum ~---- I Storm Water Pollution Prevention A-24 1 LS , Plan. complete in place per lump $ $ i ..~-----_._._- sum ---.------- -- - A-30 1 LS Traffic Control Plan, complete in $ $ place per lump sum -~_. --,_...._~._. - SUB- TOT AL PART A: $ (Bid Items A-I through A-30) REVI SED Proposal Form Page 4 :) f 11 ADDENDUM NO. 1 Attachment No. 2 Page 4 of 11 ~J=:_ "-_..- U III IV V .'.--,-.-- I BID QTY UNIT PRICE BID ITEM EXTENSION I n'EM & DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN I IJNIT FIGURES) ~"---" .._-- ,-_._-,._--~. .~_. ..---.-.....,..--.,- --, ...,~ -.. ----,- j PART R PEDESTRIAN ACCESS ----'^,Y'-'- ---, .---~---- HI 3 EA Concrete Curb Ramps, complete in $ $ place per each ---~-- --_..._'--~- ----- . B-2 7847 Concrete Sidewalk. complete ill $ $ SF place per square foot --.-.---.- f------ - r---... 300 Chain Link Fence (across Turkey B3 LF Creek), complete in place per linear $ ___________u____,____ $ foot ~- 13-4 70 LF Pedestrian Handrail. complete In $ $ place per linear foot __--_0-_.- 13-5 1 LS Mobil izationIB onds/Insurance, $ $ complete in place per lump sum -..- -- --..- 13-6 1 LS Demolition & Site Preparation. $ $ complete in place per lump sum .----- ._- - Stonn Water Pollution Prevention B-~ 1 LS Plan, complete In place per lump $ -. $ t-....... sum I 13.8 1 LS Traffic Control Plan. complete In $----- $ L-._____.._____ -....- place per lUIllo sum -- SUB-TOTAL PART B: $ (Bid Items B-1 through B-8) REVISED PLoposal Form Page 5 afll ADDENDUM NO. 1 Attachment No. 2 Page 5 of 11 r--'-"~ _.~._.....-,._--,---- ~ . ~ 1 I II In IV V _.__.~ r;~ QTY UNIT PRICE BID ITEM EXTENSION , ITEM & DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN j UNIT FIGURES) I -....-.,-.. -- ~. ---- PART UTILITIES S $ c -,."-,--_._~--~" --_.--.. - ....- --~-- ..~ ---~. - ..- ,...... . Water Line Adjustment ( at STA ( I 1 LS 521+D7l, complete in place per $ $ -~-_.__._.- ~ I lumo sum 1---- ......-- ~._.. ----------------.--- i Miscellaneous Utility Adjustment C ! 1 L5 (fire hydrant, electrical lines, etc.), $ $ I - -~.__._--- I complete in place per IUlllO sum I(:~ ._-- * Allowance for Possible Utility I LS Relocation (water servIce line) , $ 36,000.00 $ 36.000.00 ~--- ---"'- complete in place per lumn sum MobilizationIBonds/Insurance, S $ C4 I LS complete in place per lump sum ----~----~- _.'-- .- CS ] LS Demolition & Site Preparation, $ $ complete in place per lump sum --..---- 1----.-- -.-"--., Storm Water Pollution Prevention <'6 ] LS Plan, complete III place per lump $ ~~-~ $ sum ~._... - C7 1 LS Traffic Control Plan, complete in $ $ ~_.--- place per lump sum C-8 315 H ydro- Excavation, complete in $ $ LF place per linear foot --~~- <---- .- --.-.- SUB-TOT AL PART C: $ (Bid Items C-l through C-8) "Allowancc Contractor shall insert the figure noted above in this bid proposaL Payment will be negotiated based on contractor's actual expenditures. NOTE: The above bid quantities are approximate and may vary from the fmal quantities. The Owner reserves the right to increase or decrease the quantity of any bid item. REVISED Proposal Form Page 6 of 11 ADDENDUM NO. 1 Attachment No.2 Page 6 of 11 BID SUMMARY A. SUB-TOTAL PART A: (Bid Items A-I through A-30i B. SUB-TOTAL PART B: (Rid Items B-1 through B-8) c. SUB-TOTAL PART C: (Bid Items C-1 through y:rf '(J4 TOTAL BASE BID: (Part A+ Part B+ Part C) REVISED Pcoposal Form Page 7 of 1J $ $.--~ $--- --- $ ADDENDUM NO. 1 Attachment No. 2 Page 7 of 11 The undersigned hereby declares that he has visited the site .md has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees t do the wcrk, and that no representations made by the City are in an'{ sensei 't:a.rranty ])l;t are mere estimates for the guidance of he C011tractcr Upon noti r:icati.)n d award of contract, we will within ten .10) calendar days execute the formal contract and will deliver a Performance Bond (a~ required) for the faithful perfomance of this 'ontract and a Payment Bond (,1S required) to insure payment for all abor and mater La Js The bi d bond attached to this proposal, in the amount c f 5% of t he highe~)t amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the :;ime above set forth as liquidated damages for the 'lelay and. additional work c:aused thereby Minority/Minority Business apparent low bidder shall, wLthin two cjutside Nueces County) of ceceipt Engineer in WI it 1 ng , the names participating in the contract and a performed and its do lar value for bid Enterprise participationr The days (five days for Contractors of bids, submit to the City and addresses of MBE firms description of the work to be evaluation purpose. NUmber of Signed Sets of Documents: The contract and all bonds vVlll be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the \.,;ork within 210 calendar days from the date designated by a Work lrder. In order to minimize impacts to adjacent property owners, and Cl ensure drainage Lnfrast.ructure is in place. the Contractor shall \>lork from downstream to upstream by the following sequence of work: 1. Phase 1 ,.~'onstl uction The new slope protection work at Turkey Creek ,between stations 511+15 and 515+45). All slope protection work must be completed before beginning Phases 2 or 3. 2 Phase 2 Construction: The installation of the storm drain and surface improvements shall begin at the east end of Phase 1 (station 511+15) and shall proceed ups tream towards liVarpa th Street (s tation 503 + 73) . 3 Phase ~ C'onstr.ction: T~le installation of the storm drain and surface improvements shall begin a.t the west end of Phase 1 (station 515+45) and shall pr('ceed ups~=ream towards Rolling Acres Drive (station '021+65.. The undersigned further declares that he will provide all necessarj' tools ancl apparatus. do all the work and furnish all materials and do everything required to carry out the above mentioned 'Nark covered by thi s proposa , in str ict accordance wi th the contract =!ocuments and the re':ruirement s pertaininq thereto, for the sum or sums :ibove set forth REVISED Pcoposal Form Page 8 of 1: ADDENDUM NO, 1 Attachment No_ 2 Page 8 of 11 Receipl f the f 0 lo,."ing addenda is acknowledged (addenda number): Kespectfully submitted: Name: By: (S:IGNATURE) SEAL f Bidder is Address: a '=orpora: ion) (P.O.Box) (Street) (City) (State) (Zip) Telephone: NO'l'I:: Do not detach bid fl om other papers. Fill in with Lnk and submit complete with attached papers. PR(7/90) REVISED Proposal Form Page 9 of 11 ADDENDUM NO. 1 Attachment No.2 Page 9 of 11 ~ CITY OF CORPUS CHRISTI n DISCLOSURE OF INTERESTS t,;:"',-=;l City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA" FIRM NAME STREET: CITY: ZIP: FIRM is: Corporation 0 2. Partnership [J 3 Sole Owner 0 4. Association 0 5. Other 0 DISCLOSURE QUESTIONS If additional space Is necessary, please use the reverse side of this page or attach separate sheet. 1 . State the names of each "employee" of the City of Corpus Christi having an "ownership 'nterest" constituting 3% or more of the ownership in the above named "firm". Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership Interest" constituting 3% or more of the ownership in the above named "firm". Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership In the above named "finn", Name Board. Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christl who worked on eny matter related to the subject of this contract and has an "ownership Interest" constituting 3% or more of the ownership in the above named "finn", Name Consultant CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person:_____ Title (Type or Print) Signature of Certifying Person._ Dale: REVISED Proposal Form Page 10 of 12 ADDENDUM NO. 1 Attachment No. 2 Page 10 of 11 DEFINITIONS d, "Soard 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, Cl "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 !s 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 "Consultanf, Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. REVISED Proposal Form Page 11 of 11 ADDENDUM NO, 1 Attachment No. 2 Page 11 of 11 (~ F E C I A ~ P P (I V I S I 0 N S ~) i S P E , T F I C 1\ T I 0 N S A N D F;' 0 R M S 0 F C ) N T R A C T c: A N D B 0 N D S '--' F 0 R LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I Prepared by: Goldston Engineering, Inc. 10 S. Carancahua, Suite 200 Corpus Christi, TX 78401 Phone (361) 888-8100 Fax (361) 888-8600 GEl Joh No. A04009-00 BID SET SUBMITTAL ,January 2006 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 ---'!~~'\ ~E. OF t~~\e 1Jl3i,-";1 'I: . _~\~~\ WM. J: EEN Z~. 1,. .......~.._..7c:;j ,.~\~ 65721 Q/,ClJI '~~~~{~ '~810NA \.. ~~-- ~,~~....- AI~f?er, 1/26/t}{P ".",.-. r 10~' ( ~t.1.......r.~~'~ I .. ..... * .....~ ,~ 0&. .. .. it " ",... .. * 1- ..~........... . ~ -M SA .........'- ,..............:....UVE, JR. ~ ~\ 70059....."/<.;..~ ~. ~ .~~ '4.~..:~C/STi.'i~~. .~V ~SIONA...t"~~\r '''''.l,~- J....e 4... ---1/. I/ZCD/O(p t PROJECT NO: 2208 I DRAWING NO: STR 7 7 ~: ..,;OPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I TABLE OF CONTENTS NOTICE TO BIDDERS NOTICE TO CONTRA( 'TORS - A lnsurance Requirements NOTICE TO CONTRA( TORS - B Worker's Compensation Cnverage for Building or Construction Projects For Government Entities SECTION A - SPECIAL PROVISIONS A-I rime and Place of Receiving ProposalslPre-Bid Meeting '\-2 Definitions and Abhreviations 1\-3 Description of Project 1\-4 Method of Award ;\-5 Items to be Submitted with Proposal ;\-6 rime of Completion/Liquidated Damages .\-7 Workers Compensation Insurance Coverage '\-8 Faxed Proposals '\-9 Acknowledgment or Addenda '\-10 Wage Rates A-II Cooperation with Public Agencies 1\-12 Mamtenance of Services 1\-13 Area Access and Traffic Control '\-14 ConstructIOn Equipment Spillage and Tracking 1\-15 Excavation and Removals -\-16 Disposal/Salvage of Materials A-17 Field Office ,\-18 Schedule and Sequence of Construction :\-19 ConstructIon Staking /\-20 Testing and Certification \-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy A-23 Inspection Required (NOT USED) 1\-24 Surety Bonds A-25 Sales Tax Exemption (NO LONGER APPLICABLE) ;\-26 Supplemental Insurance Requirements ;\-27 Responsibility for Damage (;.laims (NOT USED) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements ;\-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A - 34 Precedence 0 f Contract Documents i\-35 Gity-Watcr Facilitie~;: Special Requirements (NOT USED) Toe Page J of 4 LI<:OPARI> STRgET ROADSIDE SAFETY IMPROVEMENTS, PHASE I TABLE OF CONTENTS ( continued) c\-36 l Wier Suhmlltals '\-37 '\mended "Arrangement and Charge for Water FurnIshed by the City" \-38 Wurker's ('ompensation Coverage for Building or Constmction Projects for Government [ntlties \-39 ~'ertlficate of Occupancy and Fmal Acceptance (NOT USED) ,\-40 Amendment to Section B-8-6: Partial Estimates 4.-41 (}zone Advlson A.-42 OSHA Rules & Regulations 1\.-43 Amended Indemnification & Hold Harmless (9/98) 4.-44 ('hange Orders (4/26/99) -\-45 \s-BuiIt Surveys and Drawmgs (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) 4.-47 Pre-Construction Exploratory Excavations (7/5/00) /\ -48 Overhead Electrical Wires (7/5/00) \-49 Amended "Maintenance Guaranty" (8/24/00) "\--50 Plan Sheets \-51 rrench Safet\ A-52 Errors and OmIssions ,\-53 lack of Infonnation A-54 Amended General Provisions B-2 -7 Preparation of Proposal A-55 Pre-qualification Requirements \-56 Dewatering ;\-57 Storage, Access and Security ,\-58 Stonnwater Pollution Prevention A-59 J lust Control -\-60 Additional TIme for Completion/Liquidated Damages Information Related to Easement Acquisition by the t 'ity ,\-61 Fence Removal SECTION B - GENERU. PROVISIONS SECTION C - FEDERAl. WAGE RATES AND REQUIREMENTS SECTION S - STANDARD SPECIFICATIONS 020 SITE ASSESSMENTS & (:ONTROLS 020200 held Office 022 EARTHWORK. 022022 Trench Safety for Excavations 025 f(OADW A Y 025802 1125807 lemporary Traffic Controls During Construction Pavement Markings (S-45) ~ Paint and Thermoplastic Toe Page 2 Df ,1 LEOPARD STREET ROAnSIDE SAFETY IMPROVEMENTS, PHASE I l'ABLE OF CONTENTS (continued) 025816 0.'58\8 ()} 5820 025828 RaIsed Pavemt~nt Markers & Traffic Buttons Reference - Pavement Markers (Reflectorized) (Tx DOT D-9-4200) Reference - Traffic Buttons (Tx DOT 0-9-4300) Bitummous Adhesive for Pavement Marker (Tx DOT 0-9-6130) 026 U l'lLITIES 026202 Hydrostatic Testing of Pressure System (S-89) 028 SITE fMPROVEMENTS & LANDSCAPING 028200 Mail Box Relocation SECTION T - TI(CHNICAL SPECIFICATIONS [-02\ SITE PREPARATION 021020 Site Clearing and Stripping ()2] 040 Site Grading f-022 EARTHWORK 022020 Excavation & Backfill for Utilities & Sewers 022080 Embankment 022100 Select Matenal 022420 Silt Felice 1'-025 ROAD\\-' A Y 0252 SUBGRADES & BASES 025205 Removing and Replacing Pavements 025220 Flex tble Base 0254 ASPHALTS & SURFACES 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025424 Hot Mix AsphaltIc Concrete Pavement (Class A) 0256 CONCRETE WORK 025608 Inlets 025610 Concrete Curb and Gutter 025612 ('oncrete Sidewalks and Driveways 025614 ('one rete Curb Ramps 1-026 lJTILITIES 0262 GENERA [, 026206 DuctIle Iron Pipe & Fittings (S-81) 026210 PVC Pipe - A WWA C900 & C905 Toe Page "3 of 4 L~:OPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I TABLE OF CONTENTS (continued) 0264 WATERLINES 026402 installatIOn of Waterlines 026404 Water ServIce Lmes 026409 Tapping Sleeves and Tappmg Valves 026411 Gate Valves for Water Lines (S-85) f-027 SEWERS & DRAINAGE 0272 GENERAl 027202 I:.)torm Drain Manholes 0274 STORM SEWERS 027402 Reinforced Concrete Pipe ('ulverts 027404 Concrete Box Culverts 1'-028 SITE IMPROVEMENTS & LANDSCAPING 028020 Erosion Control by Seeding 028040 Erosion Control by Sodding 028300 Relocation ofFences (S-12) 028320 Chain Link Fence 028500 Curb Inlet Silt Fence 1'-030 CONCRETE & GROUT 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures r-050 METALS 055420 Frames, Grates, Rmgs, & Covers '" IT A{'HMENTS A. STORMW ATER POLLUTION PREVENTION PLAN (SWPPP) B. r;EOTECHNICAL STUDY C. LIST OF DRA WINGS NOTICE AGREEMENT PROPOSAL FORMIDISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Toe felge 4 of 4 NOTICE TO BIDDERS '~')aJec JREVI SEoI NOTICE TO BIDDERS p " 'ic! ,C: S ,; '-d [PUS Christi, Texas for: eil/, LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I; :'0>: l 'lcl ud n, 8 Lr jIve t ~>JXPS L r " f ':nt' rF ~, '.:ten:c 'undra ace tne st i 11dt I }'l ,t dPPL )x 'nd el,' 41 1 c'leiil' ~n-lr n RC and <-244 , x_~,' flC1 E <' i!eintorc(;Cj Concrete Pipe (RCP) storm drains feet (Lf) 18-lnch Rep, 59 LF of 24-inch RCP, If of i6 ] nch kep; reinforced concrete box LF ct 'j' xi'; 7 'Type M' Manholes (junction sIc)t i rilet s; <) pas inlets with aprons; 1540 d lley Jut tet, 3 concrete curb ramps, 1090 SY ,500 SF c:oncrete dope protection & apron sidf'wdlks, chain link fencing, pedestrian Lng utll1ty lines, [lieluding all appurtenances ific,itlun dnd contract documents; Cl '.._ 4 'urb i i"t " 9ut t e! IN th dCI ):1:3, "r,,'ti:-'I t 1 r ~ \It: }\-J:1 817 l)1 ',d pi s alii] twc'nt:s t ex: n( W: ;. r'! t.h. ~p_,.~n >~r)i" ~- Lll t. .:' :t4( CJ Vf",J It the WedneSday, March 1, 2006, !Eter '1 sing time;vi 1. [lE * Room, Third the project 'esen OJ It f the' ty Secretary until 2:00 p.m. on e!'ld t:1-"n publ (ely opened and read. Any bid received r ,tu r ,,,',j unopened, No --1rt (Jr ::::;f'l)(ir=-j~!' bJ d ,:1 1 n [;H' une LOPUS :,',3 ~,t, t OPOSd i :,,;hi.::h '",/ i i n~ j[id pa\mE'llt bU:ld L 5 % bId ;)1 'I d t () "', , ' i t mane iT [y f :t", ur ry IN lOt oj 5% ': the highest amount bid must accompany each prc'v.! ie ',: blCi hond will consti tute a non-responsive be 'ilsHif,ted, F,lllure to provide required performance ontldL s );,c'r $2',,00000 wlll result in forfeiture of the as i, lUldi!,'d damagE:. Bidder's plan deposit is subject t h (, rf biddlhJ Jocuments are not returned to the r ," ; pc l bl dc; n t W .-j~: t '<5 Jans, ";PO'3d f1'S, Spf'cLJ Cdr 1 liS and ,ontrdct documents may be procured from he I E:nqireetpe a del'osit .>f Fifty and nO/IOO Dollars ($50.00) as a luarani". 0: hEll p'Lurr Ul '~('"d condition 'Nithin two weeks of bid date. "')cumer 'an [.C ()TaiLed bj [llal "F'on receipt of <in additional ($10.00) which is non",.,'[ Indahl oj:, td Je/hancl lli 'harge "'he biehlE': i:3 ren:'b~ n,tIf1ed that the owner has ascertained the wage rates which 1, the lc,,:ailt, ir, whieh this work 15 to be done and that such wage scale ]n t ,:f' cCI;tra:'tlo.'llfw'nLs ubtainable at the office of the City lnd t he (tel t1: letor shalL pay not less than the wage rates so shown for r t'dlP C' "labcrer. "workman," or "mechanic" employed on this ; revdi Sf~t ~nqinef ; 30h 0 i r c)jecr r-le it nei to ~le 1. t ~<f.'vised c:.' no "csel"(',; t'ie ight ,,',opt hF r' d ,."hich, : n Jnd ll1 : lit be t ir;ter(~:'t i ~Jh;t allY 01 all bids, to waive irregularities I!E' City's (.>plnion, seems most advantageous to f the public. 'ITY (iF CORPUS CBRl:;Tl, TEXAS Is/ Angel R. Escobar, P.E. Dlrector of Engineering Services S/ Armando C-:hapa City Secretary NOTI(iE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURAN(:E REQUIREMENTS RevIsed September, 2000 ,\ Certlticate of lnsurance mdicating proof of coverage In the following amounts is reqUIred' --..----.. -~..- --....--.,.--.--- - ..'- "--'-- TYPE OF INSURANCE ~O-Day Notice of Cancellation required on all cer Commercial General Llablhty mcluding Commercial Form Premls<"s UperatlOns Explosion and Collapse Hazard + Underground Hazard Products! Completed OpeLltions Hazard f) Contractuallnsuranee Broad Form Property I >amage .-< Independent Contractor s Cj Personallnjury -'~-~-'-'-'--'--'---"" - --.---..-- AUTOMOBILE LIABILITY. ')WNED NON.OWNE OR RENTED WORKERS' COMPENSAI [01', EMPLO'l' ERS' UABIU ['y EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY; ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & aCCIdental discharge; to ine term environmental impact for the disposal of contanu BUILDERS'RISK -_.. "'-'...-.- ...._- --..- ~.,-_.. "- '--"'."--. --.---.- INSTALLATION FLOATEr< ~-'._" .._.....__..._.~~~ .-. -_. '--~~-_... --'''--"'--'-'''- . ---T MINIMUM INSURANCE COVERAGE 'ific:"~fd;IY Inj.~y and Pm..,.y Damag' , $2,000,000 COMBINED SINGLE LIMIT I I i I I i D $1,000,000 COMBINED SINGLE LIMIT .-- WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 ------.- $1,000,000 COMBINED SINGLE LIMIT -- $2,000,000 COMBINED SINGLE LIMIT _ REQUIRED lude long. X NOT REQUIRED nants See Section H-6-ll and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED . See Section B-6-1173.nd Supplemental Insurance Requirements REQUIRED X NOT REQUIRED NTC'A Pagei of 2 rhe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensatIOn liability. coverav" lbe name of the project musl be lIsted wIder "description of operations" on each certificate of insurance. For each Insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, proViding the CIty with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractol shall provide to the City the other endorsements to insurance policies or coverages which are specified In seetlOn H-6- I ] or SpeCial Provisions section of the contract. A compieted "Disclosure of Interest" must he submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. NTC-A Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B HORKE,,- I S CC':?E.~,SATION COVERAGE: FOR BUILDING O~ C:NSTRUCTION PROJECTS FOR C::V:::U1"MENT ENTITIES -=-exa.J law requ:.:.-es _ha:'~.ost contractors, subcc::t:.:::-actors, and :t"",:::-03 ;;roviding worK cr ser'!:ces for a City building c:::- c8nstruction :::~ e::::;nst be c'ove. ed by worr:.e::- IS compensat.ion insura:lce, authorized se ~- ~su:ance. Jr ~n appr~ved worker's compensac~c~ coverage 3.gree~.e:" t ~ven if Texas _ow does ~ot require a contractor, subcontractor :r othe~s performing p:::-oj ect services (including deliveries to the job Slt.ej ::.-; provide l:.:r. the 3 forms of worker's compensation coverage, c.ne C_':' 'NIll require such cove:::-age for all individuals providing work _.. ~er' L es on i_his projecr: at any time, includi:lg during the 1a 1:-.::'2C:2nce guaranc v perlod. ::otor carriers which are required to reg:s:.e: wlth the Texas Depar:'7ent:. of Transportation under Texas Civil Stac~~es Artlcle E675c, and Ahich provide accidental insurance overage under Texas Civil Stacutes Article 667Sc, Section 4(j) need --.) ;:-o"11e 1 of the 3 forms ~ worker's compensation ceverage. -=-hc -ontract::n aarees~: comply with all applicable provisions . t Texa s Adminis t ra c i ve :.:ode ~itle 28, Section 110. llO, a copy of wnlC~: ~ttached and deemed _~corporated inte the project contract. Please ~ore that under sectic~ 110.110: certalD anguaqe -:.ust be included in the Contractor 's Contract with the City and the Contractor's CO:ltracts with subcont ra _ 1:ors ana others providing services for the Prolect the ,:ont ::2.Ct01 _ _ !'equired \:0 submit ::0 the City certificates at cJverage for its employees and for all subcontractors and others providing services on the proj eet. The Contractor is required to obtain and submit updated certificates showi~g extension of coverage during the proj eet cind the Contr3ctcr is required to post the requi!'2d notice at the job s:te. By sig~lng thlS Contract, the Contractor certifies thac ~= will timely (:::rT'.~l . A'it.h these Nct:ce to C:::ntractors "S" requirements. NOTICE :c CONTRACTORS - B (Revi~ea 1/13/98) paqe 1 of 7 8/7198 ~~ ~\..:e.:. 'I. C -y" I ... ... S J.'J. S' 1 T) "'... [ lIt c":' . _ .__ .r<A _ . C :.. Pan II TEX.A.S \\0 R.KE R..<..,' CO!\lPE!'lSA TION CO:.fMISSIO:'{ Chapter 110. REQUIRED NOTICES OF COv"ERAGI Subchaprer H. [~lPLO\"1:R i\;OTICES 9 110110 ReportIn~ ReauiremeoLS for Building or Consrrucrion ProjecLS for Governmenw Entitles (a) The following words and terms, when 1.;sed in this rule, shall bve the following meanings, unless the context c:e2.riy inclC4Ies oL1env1se T e:ms not de!ioe::i in iliis ruie shall have the meaning de5ned in the Texas LabOf Code, if so cie5ned_ 1) CerIlTIC2ce or cove:-ag'~ (c~"iiiC2., e) - -". c~py of a ce~iiicate c f i.2sur2.Ilce, :l certificate of amhority to self-i.nsure :ssued b'i the ~r:unissioG.. cr a workers' ccmpe:lSaccn coverage agreement (1WCC-S 1. TWCC-82, nVCC-8:3, or TWCC-S4), showing statutory workers' compensation insurance coverage for the person's or e~cty's e:nployees (induCing those subjecr to 2. coverage agreement) providing services un a Droject, ,'orne durarion of the projecr (2) Buddmg or COllStHlc::::m-Eas tte mC:l!'i..'1g defined in the Texas Labor Code, S 406.096(e)( I). (3) CCf1tT"-c~cr - A per<;on bidding ['or or awarded a building or cO<1StrucUon project by a govemment21 enmy (4) Coverage--Workers' compensation mSllfance meeting LD.e stannory requirements of the Texas Labor C-:cde, ~ 401 01 l(~) (5) Coverage :!.greerne~t- A wrirte:::: "-gree~em on form TWCC-ol, form TWCC-S2, form TWCC-S3. or form lWCC-84 filed '>>im the Texas Workers' Comoensation Commission which establishes a , . relatiollShip between the panies for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who Mil be responsible for providing workers' compensation coverage for persons providing services 00 the Droject. (6) Durauoo of the project-Induces che tune from the beginning orwork on the project until t1:e worK un the :;rClect h2.s bee:! ccmpiecd 2..;d accepted by the govem..'11ental entity. '7) Pe,sons pov;ding se:-'lces on '~'1e proJec:: ("subcontracror" i..-: 9406.096 of the Act)-With the exceptlon Jr- persons e.x::::uded uncer suosections (h) and (i) of this section, includes all persons o~ entIties p'~;{onmng all or ;. art of the serv1ces the conuacror has undenaken to perform on the proJe<7.. regardless or- '),IheL~er l!12.t pe:-son \~onuac:e::i directly 'With the contractor and regardless ofwherher that person h:lS cmDlovee~ TI-is includes but is not limited to inde:Jendent contractors, subconuactors. leasing companies. 'm~tOr~arriers, o\vner-operators, employees of any such entiry, or employees of my enut', furrjsrung persens ro pe:iorm se;vices on the project. "Services" includes but is not L.-.uted nttp-;/\.l,('\,/\/, sc:; sllle.x .:SI: acJ2S/IL J 1 O/B/] 10 110 hlml ~IOTICE TO CONTRACTORS - - Revised 1/13/9til Paqe 2 ot "I 817/98 Page 2 c:'::i '00""\"'- ',,.... ..ow '~-"'I' 'Y ...".... r;n:,.' .,......, ~ . r......... ---,...-..,' -.......... I b ~ ' L-" ,,-.~. ._._uog", ~ "-' e:lng e...,u,c.~e:1. vr .....:.__..~s. cr :-' ~\larng 2. or, .,a.:.'spc:-:::::cn.. or oth~~ "e~."~A'" .'Q' 'n a pr'jer (..'.....n.Cs' ""es not '-'''''~Q ~ctl'-';o~ ""'-et' t d t h . . ~ . "~.. -.__.u V ~ -~, n'.. c..... ....-.--. '" . ..,._ _._ ~ e 0 t e proJe:::. ~'..;cn J.S ioOC.:::'''. .::;~ ',':ndors CI::C~ suppiy jdlvenes. L~::: c~!iverY of :orrable toilets. (8) Prc!e:'-ic',c:udes tile ~'G"...sioo of:ill services ,;::::,eci to a cui1Ci.:1g or construction CC:::;-act for a goveIT',,:::~:-::21 e11urv ':b) PrCV1GX~ or causmg tc te prov1ded a certiliCG.:e 0:" coverage pursuant to this rule is a represe:::.:.::.:c:: by we ir..sur~::: :hat all employees cr:.he insured who are prov;ding services en the proJec: .!::::c','ered by wor Kers'::ompe:l.Sation COVe,2.2e, that the coverage is based on orooer reportL'1S ;j:' c.J.Ssiiication codes and payroU arnour.:s. -and that all coverage agreements't2.~e been filed with L~e GS8rcpnate UlSUfz.nce carner or, U1 the ca.se 0:. a seif-insured, with the commissior.'s Division of Self. Ins;,,;r~ce RegUJ2.tiof'~ ProVlciing fa.Jse or misj~ding ce:LiEcates of coverage, or failing to provide or r:-:amtall require:: coverage, Ul failing te report any c:-..2l1ge that materially aife~...s the proVlsion coverage may suoject the comractor or other person providing services on the project to adminisU'G::\'e ce1alties crminal penalties, civil pe:;c.ities, or other civil actions. (c) A gcvc;.::::emal e:mty L-,a~ enters ll1to a buildi;~g or construc-..:oo contract on a project shall: J) inClude u: L1e bid specllcatlons, all the provisions of paragrc.pn (7) oftrus subsection. L:sing the language re:::uired by paragraph (7) of this subSectlcr.. (2) as pan cfL1e corltfacr, ~sing the language requlid by paragraph (7) ofws subsection, require the :ontrac:or '0 perforo as re--urred ir: subsection (d) of tlus section; (3) obtaIn ::-c:;n the comrac;or a certifiwte ofcover2.ge for each person providing services on the project, :)nor to that pe;sor begum.tng work on the project; (4) obcaJ1l frem the cont:ac; or a new certificate of coverage showing extension of coverage: A) before ~r.e end of the C'c.:-r-e:1t coverage period, t:tl1e contractor's current certifiCJ.te of coverage shows wat L.1e coverage pe:-:od ends during the duration of the project; JDd (B) no iate, :.t-.zn seven days a..-1:er the expiration oftb.e coverage for each other person providing services on the project whose curreot certificate shows that the coverage period ends during the duration of tb.e project; : 5) retain certificates of coverage 00 file for the duration of the project and for three YeMS thereafter; \ 6) proV1de a copy of the ce'-:mcates 0 f coverage to the cornrnission upon request and to any person ,:ntitle::! ~ r hem by 1a w; and 7) use t.le ii:;-,~uage contained in the following Figure 1 for bid speciiications and contracts, ',vithoUl my additional words or changes, except those required to accommodate the specific document in '.vhich th~\' ,:!e contamed or :0 impose stricter stanocrds of docL:::1entation: ;-28$]10] O(c)(7) ')1 titlpl/w..>IV. s,..,s.stzte.tx us/tac. ::'SfU/l1 olEn 0 ] 10htrrJ NOTICE TO CONTRACTCRS ' 3 Revised 1/13/9Bl Paqe 3 ot 7 8/7/98 " Page j 0[6 ~ A cmractor snail i} prcY1de coverage rar Its empic\'ees ;:roviding services on a project, f:::- L.~e duration of the project :z.sed on prope:- re?orcing of classi-=,:::.::on codes and pa1ToU amoums a..-:d E2:::g or any coverage ::.gree:nems; 2) provlde a certifiC2.te of covera:;e s~owing workers' cOffioensation coverage to the governmemal "':!mty pnor to beginni.-:g work on :.he 8;oject; 3) prOVide the governmental emir;, ;::::or to the end ofebe coverage pericd. ~ new certificate of .:overage showing eXtension of ccverage. if the coverage period shown on the comractor's current :ertiiicate of coverage ends during tl;e duration of the project; 4) obtain from each person providing services on a project, and provide to t~e governmental entity: A) a cernficate of coverage, prior to that person beginning work on the project, so the governmental ~:ltity will have on file certificates or coverage showing coverage for all pe:-sons providing services on -:e prOJect, and .8) no iater than seven days after receIpt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during [be duration of the project (5) retam ail required certillcates 0:- coverage on file for the duration of the project and for one year thereat! er. (6) notitY the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor Icnew or should have y..nown, of any change that materially affects the provision of .:;overage of any person providing se:-vices on the project; 7) post a notice on each project sire informing all persons providing services on the project that they .::e reqUll"ed to be covered., and staung how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements ~posed 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 sb.all be in both English and Spanish and any other language common to the worker population.. The text for the notices shall be the following text provided by the cormnission on the sample notice, 'miliou! any additional words or changes: REQUlRED WORKERS' COMPENSATION COVERAGE 'The law requires that each person working on this site or providing services related to this :onstruction project must be covered by workers' compensation insurance. T-.1s includes persons Jroviding, hauling, or delivering equipment or materials, or providing labor or transportation or other ervice related to the oroject, regardless of the identity of their employer or starus as an employee." Call1he Texas Workers' Comper..sauon Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, r to repoCl an employers failure to Drovide coverage." :'ap:/jwwv.; sos.state.tx usltac/28!II!1' OIBIl! 0.11 O.html NOTICE ~~ CONTRACTORS - B Revi.sed 1/13/98) P.J.qe 4 ot 7 8n/98 :: T. t'age 4 or b ! 8) CC;:::-2C:1.:2..l!V re~~lIe e::~ 8e;sc~ \\-1~h wr.cr.: :: comraC:3 :: ;::-c\.icie services c:: ~ ;:roject to: A) orCVloe ccverage D2.SC:l on proper rC8oni..g of classID.c:?-uon coees and payroii a.-::ounts and filim! )f any I<y,erage ag::ree:--;e:::s for ~ of i:s e:npicyees pro'Vi.ciir.; se:-,.lces en the projec:. fJr the duratio; )fthe :Jf01ecr, CB) prC\10e a certiii~:e C :overage to ,:he can::-::.ctor prior to ilia': person oegi.nrU::g '-"ark on the JroJ e~ Ie) inClUce in all comrac:: :0 orov:cie se;\;ces cr. the project ::;e ianguage in subse::-...icn (e)(3) of this sectIon (D) provicie the contrac:c:, prior:Cl the end of :he coverage pe:io~ a new certiii~:e of coverage showing extension of coverage, if the coverage period shown on the current certiiiw.:e of coverage ends during the duratien cfthe projeC1; (E) obtain from each othe: :erson w1LI-t whom :: contracts, and provide to the con:rac:or: (1) a ceaillcate of coverage, prior:o the ocher ;::e=-son beginni..'1g work on the projec:; :="'"ld (U) prior 1 c the end of the coverage period, a new certificate of coverage showing e:c:e:'.sion of the coverage period., if the cc'/erage period shown on the curre::t certificate of coverage e:1ds during the duration of the project. (F) ret2.il1 all required cer-.ilicates of coverage on file for the duration or me projec: 2....~d for one year therearle~ (G) noufy the governrne::tal entiry in writing by certified mail or personal delivery, Vvithin ten days after the person knew or should have knO'Ml, or any change that materially affeers the provision of coverage of any person providing services on the project; and (H) contractually requrre e:!.cn other person \Vith whom it c.Jnuac:s, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing sei-vices. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration afthe project based on proper reponing of classification codes and payroll amounts and filing or. any cQverage agree:::ems; (2) pro viae a certificate or' coverage as required by its comract to provide services en the project, prior tn beginning \vork on [he project; (3) have the following language in its contract to provide services on the project: "3y signing this comraC': or providing or causing to be provided a certifica[e of CQvera2e, the person signing this contrac: is representing to the governmental entity that all employees ~fthe person signing this comrac: \vho will provide services on the project vviil be covered by workers' compensation coverage http://\\-.v,,,,sos.statetx.us./tacJ28/I1110/BIlIO.I! Ohunl NOTICE TO CONTRACTORS - B Revised 1/13/981 paqe 5 ct 7 817/98 .rage ~ or 0 for L'"." S .~~atlon oI:::e Drc'lecr, :h<lt tile cc ':erage wiil be :;2..Sed on proper reponing of classiiication cooes 2..r.C DavroU a:::o~nt~, and that ail coverage agree::1e:::s '.viii be filed with the appropriate insura:-:c:" ~el or, :.:: the case of a Self-L':5t.:rea, >Viill the commission's Division of Self-Insurance Re2t.:!ztion. Provi<iinlZ. false or misleading i:::orwation may subject the contractor to administrative pe;aiL:es cri.minal ~e-;alties, civil penalties. or other civil ac-.:ons." (4) provide the person for whom IL is providing services on the project, ~rior to the end of the coverage period sho'W11 on its current ce:-t:5c:ue of coverage, a new certificate showing extension of COVer21!e, lithe coverage :Jeriod shown 0:: :he certificate of coverage ends during the duration of the proJe:::- (5) obtain ITom eae:" person providing se:vices on a project under contract to it, and provide as requirea by its contrac.. (A) a cerniicate of coverage, prior to the odler person beginning work on the project; and (B) prior to the end of the coverage penod, a new certificate of coverage showing extension of the cove~ge period. if the coverage period shown on the current certificate of coverage ends during the duration cfthe proje-::: (6) retam all required cenificates of coverage on file for the duration of the project and for one year theremer, (7) nouly the govern:nental entity in writing by cenUied 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 v.ithin ten days after the person knew or should have known of the change; and (8) comractUally require each other person Vlith whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all afits e:::lployees providing services on the project, for the duration of the project; (8) prOVIde a cert:Ifi~te of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) prOVIde, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period. if the coverage pe:lod shown on the current certificate of coveraee ends during the duration cr the project; ... (E) ootam ITom eacn other person under c~nrract to it to provide services on the project, and provide as required by its contraCT: I) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showine extension of the cove~ge period, jf the coverage period shown on the current certificate of cov~ge ends during the hnplfW'V./W 50S. state rx usltac/28/IIJI 1 Offilll 0 I IO.html NOTICE TO CONTRACTORS - B RcvJ.:scd 1/13/98) p&qc 6 ot 7 8/7/98 l :\ ',- Page 6 of 6 iuraticn cr :~e comrac (F) ret2.l.o.'l 2.l1 reCtltfea c~:-":,~:es or' coverage on file for the duration c: ~he project and for one year thereat: e:- lG) uouEy the govemme:m..i e~tity m wnting by certified mail or pe:-sonai delivery, within ten days after the person knew or should have known, of any change that fI12.te~ally affectS the provision of coverage of any person prc;viciing services on the project; and (H) comrac:ually require e.2.ch pe:-son 'Nith whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph. with the certificate of coverage to be provided to the person for '",.-hom they are providing services. (f) If any provision of this ruie or its application to any person or cirC'~m.stance is held invalid. the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application., and to this end the provisions of this rule are declared to be severable (g) This n.ae is applicable for building or construction contracts adve~.ised for bid by a governmental entity on or after September 1, 1994, TIlls 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 requirement i.ll this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insur2.llce coverage pursuant to Texas Civil Statutes, Article 6675c, 940). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, 9 406,097(c), and who are explicitly excluded from coverage ill accordance with the Act, S 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, S 1.20), This subsec-Jon applies only to sole proprietors, panners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delive:-ed., issued for delivery, or renewed on or after January 1 1996. , . , Source: The provisions of this S 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index hup:/lwww sos.state.tx.usit.?d28/llJll OlEl1l 0,11 O.htmJ NOTICE TO CONTRACTORS - B Revi.secl 1/13/981 paqe 7 0 C 7 sn/98 PART A - SPECIAL PROVISIONS LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I SECTION A - SPECIAL PROVISIONS 'al PO A'l Time and Place of Rece~ving Proposals/Pre-Bid Meeting be with the official will be received in floor of City Hall, 1, 2006. Proposals r-o~-{.) d iJVE'rt -:)l ;;'er; tie of ' " OJ Jr. ',11J(~(j ~ U~-l Lf or 1 ( S(,('} p1:, ~ Co L"O[d', C Ip!JS ell st ATTN' B r D Ph( IPlSA ::ir' 3sed j I t h. 'ived If ;()[lforrmty 'Ie P[(, J ect Proposals located on t he first p.m., Wednesday, March following manner: '.N > !', 1. Ti hi cis '(It t r e ,: 1 y See 1 E:' t d 1 j 'C'"T, untll 2:00 r u, rist'l '" '~Jff i lr 'et exas i84Ul - LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I * A MANDATORY pre-bid meeting is scheduled for 3;00 p.m" Wednesday, February 15, 2006 and will be:onduct ed by the C it y, The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, Ci ty Hall, 1201 Leopard Street, and will include a review of the project scope followed by a sLte visit, I'he -'onsultiHlt engineer will be present. No dditi '} d j" ":;ltl~ '.Nil h,' onductedl,y the City. ect 10: A-2 Definitions and Abbreviations Jovern, I )j t "e ;el era! f' 'JV" '.l'lnS wIl prOjtlCr A-3 Description of Project ;1 t oj th ::tallatLon of Reinforced Concrete Pipe (RCP) lI1 nc~~ ~n, tuiinl Eipproxi.matt:?ty :11 linear feet (LF') of 18-inch RCP, 59 i irch I l~)H U f W~inch Hep, and 244 LF of 36-inch RCP; 1X '~uiJE~r+ ;! Lb of i'x3' and 623 LF of 4'x3'; 7 I u ct 1 n toOi', w j th d.:ce,-,3); J curb inlets; 3 slot inlets; 'p [on,! LF one: [ete u rb & gutter or va lley C()nerf'~l' ::u b ramIs, elU SY uncreLe driveways with aprons, 10,500 :otecticn \ apron 'extenSion, 7847 SF of 5' and 6' 11", fene l.nq, pedest [ldll handraIl; plus adjustments to in I Ud,Lnq all app'ntcnances in accordance with the It I :iocunH'nt Ph is ",arm t '-'info "ypc p,.st utter OT II.' ~-f' 7 roiJanhc 1 ( nl L: ':Ot Ldewa k ; i--:.,t(, :i 1 ._ ;)~ :id-if, xisU ::r It 1; t ans, . t:" C.1 11 5 ~-4 Method of Award ne b i.' W.l 1 "a i 1 at i j t Y c f 'he C t r e,';e t l( rregu atlties ,iT,d ldvantagpous to thr .'..' 1 n~ 1- i ns H1d ,'" duath 1,\ ,j c'n r he Total Base Bid, subject to the U r ois 'hE r _Jht to If,'leet any OJ all bids, to waive tr accev t IF bid whi ch, in the City's opinion, is most C Ly and HI ':lP best interest of the public. ~~Items to be Submitted with Proposal he Co I ",'iflil It,"m,, ale rE"qu.red ') be subm;tted with the proposal; 5% Bid Bond (Must reference ~~.~~ as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) lC>.3LliE ter( .'J t , .'ment Section A (Revised 9/18/00) Page 1 of 27 A-6Time of Complet1on/Liquidated Damages T'he w. 19 t Lmi. hll 'I 'ample La'} ,rnnenee WI' r l<. W.. In ;-he [)i) t:'(' LhE' ProJeetwill he 210 calendar days. The hin ten 110) calendar days after receipt of ,jf Ellqi~)"erlflq Ser'Jiees or designee ("City on~ r(j t .'i ri; tEe ';:ng) nF'" lt t () P [ ec n or;e t,) m JllInIZ lmpa:tC3 r c' naqe Ii! as'ructur lv.!,st,'eirn Uf 'otredm by adj dcen t :n place, ,h,' follow) nq property owners, and the Contractor shall sequence of work: to ensure work from rld :~f~ be w,~e r n.c; ruel L ra: _Of:S ~-, 1: I..tf" ne'~.J ::Jlop;:_~ i~ j l:1d ~>l 14 beq 1 ullng Phases protection work at Turkey Creek All siope protection work must () [' 3, 'ompJ""t'd )efere ~-)ha:::.)e 2. ns 1 mprovements inds'Elj] 'U cuetlor, Iii, instalLa! LOll of the storm drain and surface shall hegln at the east end of Phase 1 (station 511+15) :eed urst 'E2rn towards Warpath 5t reel. (station 503+73). Phase 3'::onst ruct10l I'tw i.nstallatlon of the storm drain and surface LLnprO'Jemenr s 5hal neglll at the west end of Phase 1 (station 515+45) ind sh~J p oceed ups ream towards Rolling Acres Drive (station ? 1 t 6 ') } ,'or e.,C' calendar 'iy th H ", work [(:malns incomplete after the time '.peeifle l'i ttv '0: rract ,)mpiet LOr: of the work or after such time ;.eriod a ext(,ndl'o PI' suart tc (ther pr()vi ions of this Contract, $500.00 per calendar ~ "i be:.lSSe::3C3ed dqa lnst the Contractor as liquidated damages. :aid llquidat.,~d jdrnaces <.if(' [],,' imposed a:o d penalty but as an estimate of he darna.;';s that t,e it Y ,~ i'ota i.n t rom delay ie-, completion of the work, Aihich iarnages by 1,.ei natul( dr, not dpatde or precise proof. The Director Enq fy'"rlnq ::er'/l c~s "'::ll Y i~nqlneer mdY withhold and deduct from monies !:herw s,. dlle the. ,)fI ract r th,' Imount liquidated damages due the City. A-7 Workers Compensation Insurance Coverage ,;: thi =onlra(Lo~.' workc'{s" :'~ompensat_LC)n lnsuraoce coverage for its '~mployee werkinq )fI the PI uj,'ct is terminated or canceled for any reason, Eld rer 1 dCemen! war kers' compcnsati on insurance coverage meeting the equirements)f lLis Contr,iCt not HI effect on the effective date of aneel d' on (f h I-.:rkerc":fnu,,,nsat ion insurance loverage to be replaced, hen in ;:C:lt a to ernpl :'YE (0 not 'overed by the required workers' ompen d'1or, iflc r nCi cover Iqe 1";t net pel-form dny work on the Project. C'urthe;mf're, tor (',Icb calenc1ar (jelY includlnq and after the effective date of erminat: n (r "jnc,C'llat ien (, the C:ontractor' workers' compensation [ISura!;;> C)VtcIcilfe fc Lts "mpL:yees '"oIking on the Project until the date eplacE'ment workl rs ,;ompenSd t 1 on J llsurance c;)verage, meeting the equirements (,f r:h; s :ontraf'[, in el feet for those Contractor employees, iquiddU,;j damaqes Wl 1 be assessed aqaJ nst and paid by the Contractor at the ilghest ldi ty rdt~ e sewhere "pc ified in this Contract. Such liquidated jdmage.~wil I ac,:umu, ite w lh:)111 notice from the City Engineer to the unt ra, ~ ,mol wl rJE iScE'S';ec and pa Lfi even it the permitted time to ompLete the Prc'lec~ ; 'is not "XD I,'d. n accordance wlth t pel m 1 subccnt ndividuaLs work InT nsurar":E and unL s rovide/j ~.. 0 hi? )~': t rc ot'iel' lequ L 'ements of thi s Contract, the Contractor shall ae ors 1 UI,J!. s t ',,OJ l<. on the Project unless all such 'n the Fro !eet are covered by workers' compensation the [cquirui documentation of such coverage has been :tel drc! ~h( ity f,nqineer Section A (Revised 9/18/00) Page 2 of 27 A-a Faxed Proposals capos..! ~'opos 1 'COed ,q 1 d X '-0 G 'I i [E' t; y m i ) ) n d ~:'-) t t C1 rl rJ \-i ' the Ii i H C.ity " j 1 be CCHlsldered non-responsive. 19naU1[p,., Hld 'juar nty and be submitted in j' Gene! d, vi lone, A-g Acknowledgment of Addenda f1e L lli-:jctdL ,pprop: L, e terp' e' ropos 1 ,n .re ,C> espun u e S :)a 'e ,j 1 Jci<n pI ,'11,1('0 r-e 21 pI o kl'lW ,,} I "ddenda received in the Fal ure to do so will be hdve C:'lgnificant impact on the rl subsequent interpretation of when determining the lowest n 'it((j;'c'receLpt ne pr()p()::~d_l. ,~, !i addenda 'an ;E- rf~ceipt., -tIlO 'd , =' fl ; 1.1J i \lC' .t jj':::' r SE_:1. fpct i:iCJ t~ r A-10 Wage Rates (f; i"V Cied r '--' J ~_'': J"~ r c...' E ,::j r i'~> ,_:1 g e r c:l "_ t:? r Heavy-Highway and Heavy Construction. ;;bOt ) () (, ;':')e \1lnirn~rn, I eVd.i!J ngwaue Sed 1 ''; C:,,~'ur '~' I ',0 p our I Y \. "Je ,)nt ra' t. 1 t E"3 -(.ecut xty ,lboce peclf ,ch Lassi! ')nnec' 1 [he :c .',nginef.c r 'rom a 1 ',1 11 nori' y equlrem~'r to; ubmlt.3, lle an ours "h I 1"" 1 i:i y dS determined the general prevailing minimum ',unty, Te:x,as ciS set out in Part C. The must no1 pay less than the specified wage and meihanics employed by them in the Cont rdcr or suhontractor shall forfeit fldar Day, por'ion thereof, for each fTl!' i oyen, i f'3uch person is paid less than the t ion ,t work performed. The Contractor and accurate record showing the names and ,yorkmen, dnd mechanics employed by them in /Wino t h.; dct ua 1 waqes paid to each worker. J a-t f Nue(es in< .J hcont!. l:~~t () r - 1 a lb .re Sf I/.J -; r kITten, )i t r C' ,Jr" Id,Ct '''r;t i, 3 ~-~ [1(. . ':ech,',:r: . !d i! I ,,,,'ur krr.:j[ . rd t-_E-~- ut or r-:3.( 1 lS I h "~' t! Jr1~; y.} 1 t r, lane, '1 P hl ) '1 f:< 't ],] d ~-, n'lke r'" >^if"" 1 cerl,ified payrolJ submittals to the City '(Jr, rd tOt w,: i " ;0 obt ci J 11 c:opies of such certi fied payrolls ;uLolrl', c te sand )t1., workinq on the Project. These documents b"3lhm 1.t d I.., Ih,' '1ty E:ngineer bi-weekly. (See section for "\u" Ine5:3 F:n ""I prise Pal t lcipation Policy for additional t h' !; uper form and c(,ntent of the payroll ct ""'-i I'h. Hin r 1 t <'()r-tcOr-' rII ng 'Ie he tIme 'r, ';pee j t I eel hOll r L y wage must be paid for all hu j l S in .iny one week ,nd for all hours worked :",t 1 on R 1 - L De f ini tl on of Terms, and Section Y~ed ri ! ~X 'e~:.; 4 ISef .n SurHia or hC:!l\:ay . 7-6, W( rkJ rlg He'ur;, A-II Cooperation with Public Agencies (Revised 7/5/(0) 'he C(id = dct o"hc; Ll dcili' 1,' operat irq rovidE" furt y iqht ,nticiF'dt ed Lc pr or ee, ystem 1 800-344 8 !7 ~nd the Soul hw,,'si er nntrac coopel ate '.vi th all public and private agencies with ,/ithln the imits t the Project. The Contractor shall (48) IOU r,otice t dOY applicable agency when work is ln tht'Jicrnity any facility by using the Dig Tess the ]c'jW '.;tar NotifIcation Company at 1-800-669-8344, Bell ~Le Group at 1-800-828-5127. For the :e, 11' )wing t e l.ephonf' numbers are listed. r- ' ~ t~ In'T,-'(?n let Section A (Revised 9/18/00) Page 3 of n Wi it! -UTI IJ.. Green, P..E. Ldston Engineering, Inc Carancahua, Suite 200 C:orpu:i Chri sti, TX 78401 SEilS j CO ext. 1 ',2 (Phone) /888-8600 (Fax) H.eLl 3':-40 " .; 1\ H~ i 1880 8~},' [H18 H8 -6900 0::; i I fi8] 880-346J I' Eno i ['''+'1 >j8G j 0 l! ul inc E> peel l f 1 Er1q i <:::'E-: CE' ["et:dr,:r,e: ViI "t ")epa trrenr i:.',j t e W d t -= r ')~' [V : e 5 U(~ P t DE.'~)a r t 'nen rm Wate Jet: lrtment i ~ '<.S , ?e'recit .)n Depdtt:T!! III. (-pt .:_~ &: t Ld VJaste I~I"} ":'~S 85')-. t970 ~... 9 'j-. 4 R:1 j 88 i 'd] ~( Str"et v f()1 T'rltt [gnal/F10e[ Cptic Lc,catE' it ] ev I s ion L" (Fi:Jel Out 'j nv1( (F :b'''L )p' i, 'j( lceC:om F' Del Opt c \~ROCK (FIber [ptic) L. ks F ibf r Jpt ,c (MAN) H PI ~'-;a t-,ir- rex )ir-)~-::::i nt, 857 \'046 8[57-')000 887-9200 88.~ noo 881 - ') /6"1 51 1935-0958 972 .I7',J-4 355 361/4 8-1284 36] /364-3695 A-12 Maintenance of Services (880-3140 after hours) (880-3140 after hours) (885-6900 after hours) (880-3140 after hours) (693-9444 after hours) (800-824-4424 after hours) 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mobile) (Mobile) f'he Ccrlt [dclo ~;haLl take all precautions In protecting existing utilities, oth aLove anel hp I"w lround. Tr" Draw i ngs show as much information as can be "~ason.;b,. Jbta! nF j from ,.xi 51 ng as,-bui l t drawings, base maps, utility "cord-., "tc. aIli fr m as f'1UC~1 field work as norma] ly deemed necessary for he CCJ:j.'! cuet ,)! t this type (.! proiect With regard to the location and tature c underqcoimd ut ili j 1e I '?tc. However', !:~l~accuracy and completeness J such L.QJOl.!f1_~!-io~ I~ not ~a r:.a-,':Itee~. 1 t 1 s the Contractor's sole and omplel e responslb Ii ry to 1 oed te such underground features sufficiently in ,dvane. f hi; )perat ions r) precJude damaging the t,xisting facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility tc maintain the services in continuous operation at his own expense n t_hf Jrawinqs itiIlt e.' he Cor' :)mpan <"vellt, .>r net I back ] ct r r . aqe:lC' damage t..) underground theontraCLot shall make pr" lce tc cc,nstruct tr,e e 1] uc'l rer.,lrs must nat owns ~e 11l1ity. utilrties, whether shown in the the necessary repairs to place the work as intended at no increase in :onform tc the requirements of the ;.Jhere x ',ting ',ewI.rs are e:Jcourltered and are interfered with (i.e. broken, ut, e' ~ " flow must be maIntained. Sc:wage or other liquid must be handled I'Y thE': .ntrac:t')t el her by corncction int.o other sewers or by temporary umplnu t a satisfaclory outlet, all 'with t.he approval of the City Engineer. ewage )r other 1 i quid must not be pumped, bailed or [1 umed over the streets r ground surfac.' dnd Contractor must pay for all fInes and remediation that (..ay re u t L f scwa"e,r othE'l l J. qlnd contacts the streets or ground surface. is ,!-.o the =()ntrlctor'~ responsibility to make all necessary repairs, loca' ns 1[>0 ddill~: mene:, "ne satIsfaction of the City Engineer at no Crt,dS "n t h~; un'racl l'fl.,'" Materl.cils for I epairs, adjustments or ~.ocat ("I'; ,f ; d,' ',rvieE" I" must he provicied by the Contractor. Section A (Revised 9/18/00) Page 4 of 27 A-13 Area Access and Traffic Control '1 f r l' ifld j, n'dS ~_ 'un t! ~1]rt(:i( t, he l' ff1ln.rml, Del ud' '.lnst r IC i'he [3arr i( jocume The ' 3[ f. 1 Irift ("ILI( )v d I" 1 n mum c prl\lcJed ai LOI '.h, C nt ract leG maTe 1d fh0 i'h' r jet ,r rr'ust !)e -t h~ (h ma (j~; :=:tc-t n 'e t ..:,l(fl t Lmpac OI'l tt~, ,.jve r Ie but. OL n t" J irr ) t . efilpo .iry rdfnp' c: 'n ractcl sLa I c:omp y dd ng S'~andard~; and P'dct tare dVil i aL e I,hr Juqh fl' I a c LeI j h. il I see u r ' t , '~ll c, !~ngine' r 11g L)('Pdl tr'len f( r tl..:=tl lC cont r paymef' ,N 11 j be 'IHdE .e. u,r:pala'~i n or LmplelTit.n'itiar ,f th, ncl ud,-'d Ln trie l'Jmp reeds if -idj'.lscm'nt to \..'. nt I p an 3, plan )f\ sum it.om:: In t fP t raf lie equire>c tor mpJ em, '1-' .it! or ,d :' "T ,Hid en' orcemellt -?s mll.(;r t..::: u,:.)i:d assure a nvenlence motorl ts. All ; j,Jnt s nd ;JUS llesses at all j' pro'nel,,' t,'mporal driveways n, orat I j)dJ(':Tlent sh,.d} include iT'if ilIi t_, ki=-'l of materials on ry il 'JP,'L]'-./'- nd/r roads. 1t,~ (1 safe condition weather access times during and/ or roads an asphalt the Proj ect >:?r' f r 0 S ~. It E' (j;, j E: >-'ss.ibi 11 ty f to, 'I/\l'()r'klnq t c. hI s operations so as -ldjoi ning properties. driveways in half to cause This may widths, ,; t h t he It 'I of ,)rpus Christi's Uniform ~es as adopt.,d 0'1 the City. Copies of this he ity' Traffic Engineering Department. necessacj permi t from the City's Traffic j),.' considered subsidiary; therefore, no direct d I ur. 1\ 1] cost s for traffic control plans, ,lpproval nd permj t from the City, and ~.jch SIte for the duration required will be listed 1 n the Proposal Form. If the site t.j f f ic ',runt re 1 .; ign location, which may be r,d pedes! r: ans, no additional payment for the f,'1, [I be made' tel the (>mtractor. A-14 Construction Equipment Spillage and Tracking Che C ;pille rnechar; tear ncrea ',e ;treet requerit ,ewer 'y 111owe,1 n' I aete.1 '-ii,,1l -,ateI' aL )01 c j ( equjpment jub rela ed n the "()Lt.r keep r I ,g tu must 'le ma t '-; r , a 1 1Ct P:-l -P ldjoir'lIH] treets 'in th,! ,construct .ion "~,d where necessary Such vJork must be free of tracked and/or drea. Hand labor and/or to keep these roadways completed wi thout any dnd CUlT' Lit (, must be '1 eaned at the end of the workday or more 'I, if nee es.:,ary, to prevent mat.erial from washing into the storm tern. No vi .iblc, matE-'rial that cuuld be washed into storm sewer is !) rerna n he Proje ite ()l ad-jo-ining sLreets~ A-IS Excavation and Removals 'he exa.r'lted dr-Cd behind ( rll,: -ind adJdCf n1' to sidewalks and driveways must [)e f il cE' j W r th '. 'an di rt. ean" dirt j s defined as dirt that is capable ,t pr,v ding wo growt h grass when appl ied with seed/sod and tertil Z"1. rhe cLn mu:ot. DC 1 tee of deby is, caliche, asphalt, concrete and my ot!ie mat.,,.. ell th it dcttiJC -: rom its appearance or hampers the growth of 1rass A.ll ex L:~! inLJ :::OllCI ,~tt 'emove,j Ifllf,s~ oth( rw and o5phait se nc)Led. withiIi ] imit s I he of the Project must be .'\11 r..."c,~ssdr..,. cefflov-lls Includjng ;truct ,r.', ildew:ilk, .:,( i'" 'Demo] t ')n ard ;\hi ce li'lncO()1]; "1' but not L imi ted to be considered Preparatlon" bid Item. to pipe, driveways, subsidiary to the Section A (Revised 9/18/00) Page 5 of 27 A-16 Disposal/Salv~e of Materials ':XCCSt XCdvi.itE- !la! '.'rrd, a:phalt, concrete, pipes, culverts, structures, Lees l' c,ther '.)[ "a: ted mater L3i becomes the property of the Contractor and 'nust t., .'~rn',v.~,j:1 ,m he 3i '= D( the l:ontricto.t. The cost of all hauling and ].spo~ i,' 't'::r, I '"r' i '3ub" ]!dri; thf-irefore, no direct payment will be made r_ OJ I ~ A-I? Field Office :neaSUI"S The Contractor mu:t turnisr. the City Engineer or his representative with a fIeld .)1 flee a1 t he construct ion site. The field office must contain at fe"1 (,f \1se:at Ie space. The field office must be air- t, 'at d a'H1 mll~t be furn shed with an inclined table that 30 x 6()" ,In,] two (2) ,~hairs. The Contractor shall move or, the 3il"lS required by the City Engineer or his The field ot f::",., must be furnished with a telephone (with aL "well n,; 3fl'lice) and FAX machine paid for by the 'lliE-rE' 'co nc "(T3f,t- pay item for the field office. Least . ond i t j c' 1 he fie it 1 '.qllar ana lea,; t ".,d ffi 1 epres"n 4-hou j t 1 '1t pe: d" -; . mt ra t A-18 Schedule and Sequence of Construction i'he Ccr:1 'dlendd r ubmit e! actor haLl ja vs . I hi : t _h(.' ,'; t 'j submit t" lhe Ci.ty plan must detail Enqi n,'"(' I 3t least Engineer a work plan based only on the schedule of work and must be three (3) working days prior to the ce-:::0"5'1U L](.[ [flfet nq. "he pI ,n 'flU", IT";! -it, the :hedulo of the folLowing work items: - 1. Id j ;Cf1f-_'cJ ,dE ubmi t , the City Engineer three (3) days prior to t he Prf '->J; :;t ill( lOr: Meet ] :iq an i ni t~ al Construct.ion Progress Schedule e l'- '",,0' 1 te'HS to Ill,: I.Jd,. ::;h( W I:omplete sequence of construction by activity, i, leI t if yi nq !'\Ior 01: separate stages and other logically grouped a t 'jj r le:- lien i fy 'He fj [st work day of each week. Schedule shall ,rde Ir Jff iC- contI )j, box culvert, pipe ,:ulvert, manhole, drain [, S Of' PI" t.eel i011, .31 dewalk, dr iveway, and grass seeding/sodding en t ruet .1('" te:ns Ident d') location and periods for proposed driveway and treEt Lusu es, and I dentify the locations and periods for proposed t, 'I'upt ie, s ->f .301 id,ast" collect.ion services Tl e ,:ont Cd; P v r s I) r. F p" 111>1 tho 6 I ;hal_ speCItically nute the US" SEection ur Portion of ] [I t 'h" md'-,ner descr] bed above requirements of General the work, as related to r (,I \.~- JY Subrnlttdl Dates: Indi-., lLe )ubmitt.aJ dates required for all submittals. Fe-:;ubmlssiofl : eVlse md >"~submjt as required by the City Engineer. !:'< :C. '~dJ ~P'~~ l a' tt ill pr)g!roc>, SUCITlJ t !Jf'Ciated Construction Progress Schedule to show f eadl t 3q, by percentage agai 1st initial Schedule. i:; : h, lowed recedellc, JDst I'u 't mi":::.arl I Joe -[ rll ,=n f t his Contract that the Contractor shall be ,15 y.1C: [k c: t such times and seasons in such order or h mann r ::i~ shal 1 be the most conducive to economy of 0 the f 01 luwing concH Lions: prcs(' --U1 C~ In, I J', su, )fl, :ub-PI t Section A (Revised 9/18/00) Page 6 of 77 TiiE' sch,=dL 1 e req :cremEnt., f as noted below :;ec~t Of ,~ T.c 3ehe>1uJ'~ t iE:':ont ,a t f con t: et, :)0' ume n t ,; 1 t h, bv ',n' f mE and 'lI jnf'." ,^,i dnn~~, 1 ,,'t t:-le r ra U \, I k:::' h( cuni J be ng ,tone 1 d fir ~or 1:)1 1.5 ES :afi (::nlralor _ Trlne; fl UP are,:' r.' rol, rt.:,lf ter anc(' n' la,.t< r nt ! i I to mdln' a:cnicg pUDlic safety and flow of ,al ne aware of other construction projects n shall (~c'ordindte :_.he scheduling, traffic pcvices and street access with the other :cr; t ( t ion "Timp 'iha] 1 be tit ructured to meet all of rompJetion/Liquidated Damages" and shall net conf1ir.: with any provision of also that whpfl the Owner is having other or by L:leir own torce, the Engineer may ':nnst ructing Uie work done under this be dvoided Ind the construction of 'lwner WI II be hdnnonized. of \'1i 11 i. he Ii rdi.t,r S h"du 1 inq " .ju "hill cocrdir,ate ,md cooperate with the City for construction ,in ( ttaffic ('ontl 1 mod1fications for special events that may Ilcr hE: pe r iod () f the cont cact . rder t- IT, n 1 mi ZE' '1 rnpa . t liS' :::uct Ul' dta ilaqe .; t r ec....rn t ( up rream ci W: y to adJdcent properry owners, and ln place, the Cont ractor shall fol1owinc; sequence of work: to ensure work from )ha;:;e .~c ns T ruet lor new 'i J ope [letwe-en oi at ons Sill clnd 51 +45: .'omp.~el('d efole oell:Cflning Phases ;~ 'hat5e .. protectlon work at Turkey Creek All slope protection work must 2 or 3. mprO\/ernE'[\; ild 51 a 1st' uction: Th,e ,) ;hal! lcg , r-o eed upstl!'ifn Instal Lal:con of the storm drain and surface it the e3st end of Phase 1 (station 511+15) towalds Warpath St reet (station 503+73). 'ha:'c mp r UI."c:.rnen t s rd ,hall p 1, C' uet i n ('j i nsta I I at 10n ot tlv.' storm drain and surface hall t f'q r it tbe we';! end of "'hase 1 (station 515+45) lcped ';pcj(;tam t,-,wards PoJlinq Acres Drive (station () st T':c :0;, r. d led .i d r og ere 11:'( I' ct ')[1. T ", e ; 0 c' t d, . lfdst pI vi,lE b s 1 ne nonna I s(' v.i cC' II 'wa~t.e 1] 'ctlcn .lh. 'dt: e as tile Contra Sim" clay P,yment tc c 1 i,-,cl ie n ;Pf V e f3na ff;r "r"bb j I ati()n,';~ond.; Insurance" [)), Ar y ""c,-k \'1h1 i h reate' s',a not ~unUllen;e bel( 1 e p' i )'- 1"- tempcjrary access i 0 residential driveways hl 3011d waste pickup services whenever access ked by cGI1strllction activity. The temporary e prOVIded by the 8ntractor will be on the sual solid waste :ollection service. The tor providing this temporary solid waste considered subsidiary to the lump sum bid e r '):" th;-:~ ti', apI:.ro"a om the Snqineer. 1n1se J eve l above the ambient sound levels 30 a.m. 01 continue after 6:30 p.m. without A-19 Construction Staking ,'he dr ,3W 1. ngo ma y dep ct bll 'eet Lons measurerrent '0, bellch i" qu j Ii' i r- () . ~ c n ~: f r' ' t 'I P 1 :) 1 .' , : t i'1ajor l 1 b, :); trc'; Ls dlid lovided ,'II nL mum It.o C i ,. necessary include: 'larks, baselines, chi", flat re. lines, slopes, tc. t_hat are grades, normally two 1:2) ".' lO r: bench marks requLred tor project layout, r sultant Project Engineer. Section A (Revised 9/18/00) Page 7 of 27 rhe Cc t:;C1 'ont ;:( , he lcil.l 'u~n :::.! 3,] Lines, sl"pps and measurements necessary for t, dl ,JOint ,onsu j an be 1 t no ""sul t ,j ,n Jet ben'h nldrr a i! P r )} p:t EI tabl j~he(j b t t t hf (' the n1ra d." t 11 t on, necessary to eliot,l1fb or destroy a control the .on factor shall provide the City Surveyor or ~lncer 4B 'l:)UrS notice so that alternate control points thE t i JL Consul tant Project Engineer as necessary, 1ntLact or, 'Jntrol po,ints or bench marks damaged as a tor'~) neqllqence will be restored by the City Surveyor F:nq I rk e r it ! he ",xpel; ';(-' of t,helontractor. )f f ... , j r aele he Cl t 'y tle op Ii leviat D [OV i ej. --'n~~ u! d r:hat..-c'Ve wou ld 'lE,' upp< " n'l Fti )8 r ea on, 1 t ilc,cessdry ~o deviate from proposed line and '"x"cu':p the w<'fk, the Contract.or shall obtain approval of Jr Consultant Project Engineer prLor to deviation. If, in CITy Eng neer lr Consultant Project Engineer, the required 'eo5itate 1 [,,;ision to the drawings, the Contractor shall neasurE ment: as requ i red for the City Engineer or ;:n lneEc't lse the dra'""ingo>. pr Up'" r i i:~nqi nee r ,)n 01 tlf' .'he c> '11 :jC1 0 r h" L 1 t , e } f' referencEc a [ 1 manholes, both existing and roposeed [or , he' P' cpose f idjusting manholes at: the completion of the "aVlnO f [-",)C(JS i ,n, i so the; L t Y Engineer r Consultant Project Engineer may 'equ i r. hai t he ,In ractor fur r 1 sh a max rmum of two (2 ) personnel for the [Jurpos" ' t d S ~ 1 ~ i rq he mea"ur 1 rlCi of the c,-)mp leted work. "he Cont ractoc shall provHle the following certification for documentation cind vpr fication .:)f compliance with the Contract Documents, plans and specif 1 cat ions Sa t d :ompl iance certifieat] on shall be provided and prepared flY a Third Part r ndc,pendent Rf'(Jistered Professional Land Survey (R.P.L.S.) 1 ~censf,d In the ,;tdte of Texas retained and paid by the Contractor. The Third Party R t.r. E sLal be dppro'Jed by the City prior to any work. Any iiscrepaacies sha, I be noted by the Third Party Surveyor and certify 'omplj,jn,'p to an) reg'ilatory permits. C;'ollow1nQ is thE' mrnii',um sch'~dLl f documentation required: ;treets: · -All curb retu r ns a, point of t.angency /point of circumference i .. CurlHld Jutt er flr:w line ()[1 a 200' interval, ,3tormwater: · ' All rim/invert elevations at manholes; · All intersecting llnes in manholes; · CaSIng elevations top of pipe and flow line); · Locations of all p pe bends. Water: · All t.op of valves hox; · Valves vaults rim; · Casinq elevations top of pIpe and flow line) (TXDOT and RR permits). See SpecIal ProvIsion A-45 f~r additional requirements, A-20 Testing and Certification 11 t.est required unier thls 11em must be performed by a recognized testing aboral or i selectee: b' the i tl, Engineer. The cost of the laboratory testing L-i 11 b rne bl! the tty in he event that any test fails, that test must [\e performed (VPl 1ft r c"rrec 1\[' measure have been taken, and the cost of e-test lr) \vl] he b( [ne the -untractor and deducted from the payment to he Conti -JC:tor. he C 'j, dC or nginec: 'n U '0 t pre '.] d !e ' I applicnblo certlfications to the City Section A (Revised 9/18/00) Page 8 of 27 A-21 Project Signs 'i-,e Co t ta,:nFiic> risted Icto' m:]',t -urnish ana cot ,e b, f, Ci-':n:: end c' ;-1E.'Se spec 1 d U'>:Jlns :H:d install two (/) Project Signs as shown provisions" The signs shall hall be maintained throughout I'he J'caLiol1 of the signs will 1n be the be ruet l( r; PC" ,'tee r m :-e'Pl ('>J :e ()n L " e b\ t ll_~ 'j Ena I ne,:: 1 1 w r <.-J.'-IC Tater "lIs l..~qt; 1 L '"d for providing roject Signs shall be :H1SI0t r" ,C l{ j 1 [y ;() r .../1-' k. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) p ~y t h," pol tC'1 of Ltl', (1 ty of Corpus Christi chat maximum opportunity iff or dl': '1\i r,ori t lei, Wlmen and ~1Lnor I ty Business Enterprises to r'r Clpdtc 'he perfe.rmance of contracts awarded by the City of ( r:.IS ChI st I ,n support" f Equal Employment Opportunity goals and or Jct I Vf::i ill th~ At fiJmat ve Action Policy Statement of the City dated C t 'her ,~8(, lnd ary .lmendments thereto" Tn accordance with such p] y, th 'it.: has established goals, as c;tated herein, both for m nrity and fE>nale {Jdrti,' pation by trade and for Minority Business F "p' I' P [I.. f Il i t l' ,n {:j PrIme (:emt ",actor: a OJ awa )(:1 1 t Lor or l' in 'ortrd~t !\IlY person, venture 'l firm, herein partnership, corporation, provided which has been tip! i ( ty r Sub':url'_rlct )[: A'IY amed peIsml, t j rm, partnership, corporation, a s lei It Lor' ()r" oillt venture ciS herein identified as providing worK, lb( :3E'1 V1<:E';, supplies, equipment, materials or any ('()mh i, lt lor, of thE- [:)rHloi ng under contract wi th a prime contractor or >Ii (')ntracl ( t1.1..!:!'~r 1 ':..1' Bus~"r:r~.:>s. Ente1~prise: A busj ness enterprise that is owned ar,d c~nt called by one e.r more mlzJori ty person (s). Minority persons i I ,( 'JU" Bl,cks, Hex i (,dn-Amey leans and ot her persons of Hispanic r 1')1 '\me riean Indians, Alaskan Natives, and Asians or Pacific I ldncl"1 For: Lh.: purposes )f this sect:ion, women are also cUrl';ider,'d as m2.10rLt ]"5. Minority person(s) must collectively own:pEra:e and/or d!,tively manaqe, and share in payments from s 'C'I ;]1 "nt ""rprisE' 111 t tie mannel rlerelllafter set forth: wn. j (1 ) For busin"'s pe r S1. ;c I e propr ietorsh 1 p te ,'nterprise, it must be deemed be owned by a a minority minority (0) For 3r erterprise doing business as a partnership, at ] east ',] 0% of the assets or interest in the pdrtn,;,c"hir-' property must be owned by one or more minor ity :)(C'rson(oi), Section A (Revised 9/18/00) Page 9 of 27 c F" t ; i I , w rpr i .'::.e cjei ng bus 1 d 0 f hE 1S SE:.:' t 8r a t .'3 .~-; 1. ti, ' 'wned by ,n less as a corporation, at Lnterest in the corporate one or more minority or rollc,j h. pr irrld -n' r f' I '" " Pl'",!, dIrec' ~:,r Indirect, to manage a business :t: with d nilnority p,orson(s) ;hr. ,p IlJ aYlnE'!I',S 'li r I I pa rl ill~rs, proprietor stockholders, of the nr rpl.: SE, "' t:he case may be, must be entitled to reeei ve 1,)% r more of the tot_a1 pr-ofits, bonuses, dividends, nt rest ~;aynlt'nts, ,::ommissions, consulting fees, rents, Ie t;rerner,I, Ind'3ubcontracI payments, and any other 'lOr tar v j s' r 1 hution paid by the business enterprise. M:tnorl!::',: See det inl', Lon under t"linority Business Enterprise. FemalfC owned whc SE worner: j -1 tre 'Jwn '~E3us_Lness_ Enterprise,: A sole proprietorship that is alld ~ont Ie I ed by a woman, a partnership at least 51.0% of d S( S r parI r:ership interests ale owned by one or more corporatlon at least 51.0% of whose assets or interests Jr, 'lrat", ihc))'- dre owned by ,:one 0' more women. ,!Ji ',j" nt re; !\ JCI venture means an association of two or more [":rsc.ns r':irtner.~hip:" corporat ons, or .tny combination thereof, founded (0 carry ~n a 1ng1e business actIvity which is limited in ~"~:ope and di rect Lurl, The degree t () Whl ch a joint venture may .cat i J! U ta'ed HBE goal cannot exceed the proportionate 1111 "I'-'sl 0; the MHE -j l memberJf thE JOiflt venture in the work to t,! pell,'rm'd by hE- uint venture. Forxamp1e, a joint venture whi:h t per-form 5 ,0% of the conlract work itself and in which d flln,: r; ty joint vent- ne partner has a ',0.0% interest, shall be ci('ernec 0QU valent t fHving minority partlcipation in 25.0% of the wor<;. Mir ori ty membe s of the J01nt venture must have either rnn'lil, managEli,Jl, or techniCdJ skills in the work to be p. r,'cllmei rl the oi t ientUte. Gr)a.L :-) b The goalS for partIcipation by minoritie.s Entcrprise~ expressed in percentage terms aggreqat ,r '-york 1< ,rcc,n al] construction award ar. c' foJ Icws and for work Minori ty Business the Contractor's for the Contract Minority Participation (Percent) 45% Minority Business Enterprise Participation (Percent) 15% b The~e q(),d~: are af-'plJcahle to aU the construction work (regardless ot fcder al parLi<,:ipat on) performed in the Contract, including appIo'JE"d ch,'lnge order:; The hours of minority employment must be substdnt al y un i form throughout the ] ength of the Contract and In edcr ade. The cGn~;Jer of minority employees from Contractor to C(,nl I'L t{ r ,r frem 1'1 ject to proje(:t for the sole purpose of rn.'et 11,; . TIE' Cornld 1 perCt'lltaqe is proh hited. Section A (Revised 9/IB/OOl Page 10 of 27 em: tdlH( rj Ur (,' , ;iTtp t I (~rl '1 I rle P'oject, d iClted t)y :OpiE:S tor Lt, the Crty flnal breakdown of paid invoices, Engineer. of MBE shall be pnt f' ,1 ( [" :i111 St,lLl s,,,bnll"Ec-' t tne r'nlra b '[ f ,(' '1 t E r; <j ;It '( I a I'd f 'ma p f ~ tJ, W I i,iJ s d bILL p' r at or ,;t'~" i.l flake br-weekly payroll submittals to the City "he entIa tor lS tc indicate the percent of minority e "crrtlC' pal:] In, by trade, which has been utilized on the r on(] w Ih j he req\H'st for final. payment on the Project, d >f "L; ,rate, if I writ lng, the overall participation S--' " eas, "m I n have be"n achi eved. The City Engineer may " m( till'; 1 [ ,,] paymcr+ '; 0 ,he ('ontractor for failure to -","ekly fdye L:S in i (Imely fashion or to submit overall Tl i "~.! f r rn(.~"'. j as r-eqt.J red A-23 Inspection Required (ReJl.~ej //5/001 (NOT USED) I'he--Bt"tt t-rte-t-Bf' s+t,.t+1 d-s-&ti+-~~- l,l~~, Ooppropr j J tc- bui lding inopcctiono by thc '-'L:ildinq 'f-fi-spt"e1c~r~ r ,V~r -rlt 1_hc v')f'iou8 intcr7,:118 of ~wrk for Hhich a ~.~i,r --T{'tfU-1:-reB dhJ-87-'d5-5U-Ff"'-a---f.t-na+- in8pcction ---i1ftcr the building is ,?ofRpletef1'd-ftd re.,,,cl'y+"fC--~tpa-rt€-'t. ----Gent r~ctor~ IfIU8t obt~in the Certificate of ccupane'f i--when~i:'f3f.J:-:i'ID+t-o---~+ t'Jn B 6 ;L--~hc Gene rOol ProviJion:] is hereby Jmcnded--U!-p---tfuH=- ,~tL +ontrdcU+t mU:Jt p.:ry,--rt~f-1. fec8 .:roo-charge::> levied by the city'S -B+.1 ttcH-+ttt I!!Sf"~-1f+- Def3i~t--ttft€l--a-l:-l-~T City fec:], including .+r1'E€f'-f-w.a:, tew,.t-E~ ffiE'tc€--1 -fe€s "ttti~-t'-rtp".fees--a-s requi red by City. A-24 Surety Bonds d ragr" pr t \~C pad a.,,': )f Sect i f--; Ij of the General Provisions is changed to Ulf:t V ,}l eL~Cc ucj by the ',:it'l from any Surety Company who iW 11 dc..f ,ul r del rnquent on dny bonds or who has an interest r:y Ira! je. again';t Ine City All bonds must be issued by an app' .)vcd3uIC y ompaf1) aui Ilorized to do business in the State of T'X,I. f f'e fG mance jnd payment bonds are in an amount in excess c ~ ('n p.' t.,n: i O~;) f he Surety Company' s capital and surplus, tne Jure' y .ulTipa y :Jhall [JJuvide cert i fication satisfactory to the C t Atte.rIley th it the 3ulety Company has Ie-insured the portion of t.e bond -"mun! that, c,xceeds ten percent (10%) of the Surety C.mpany', 'dplta and ;urp1 s with le-insurer(s) authorized to do biJS ne!os 1 n t rle;tate .. f TE'XCiS. The amount of the bond re-insured b iny " n ur r may n('L '~xceeo t en percent (10%) of the re- s ifer': ,IE' ta and 'lr~,!] For purpo~,es of this section, the amo ,nt o! ] !we capi t;d Ar,d surplus wi 11 be verified through the ~', d'" Bcar )f 1[[S1I1 "I1C'" 'IS of thc' date of the last annual S'd Ilt"l) f:r;,;ncial 'itoLernent of the Surety Company or re-insurer a t,i,rlZ'c! an,: aimitteci to elu busi,nes in the State of Texas. The S r" y sid" les gnale in "lCjent who is a resident of Nueces County, T'~Xd ,. :;, b nd rnu;;t be executed by the Contractor and the E; 1,0 Y .. iI citrd';t:; .. excess of SlOO,DOG the bond must be (/e ut"d [)'. 5u eti company that JS certified b'y' the United States ~"C f'tar~. " f tl TreasuL) or must obtain reinsurance for any 1 al!lll t\ 'xc ss f $lCO,OOO from a re-insurer that is certified by the United St'ltes S.,cretary of the Treasury and that meets all the abuv. 1'2qJit,::ments Th.? insurer or re-insurer must be listed i ne E\dl'ld R.gister.) h(,lclinq l~ificates)f authority on the d t t}!?~ c-:,(.\.,(~ '012 1 :5'~Ui: i. 11 Section A (Revised 9/18/00) Page 11 of 27 A-25 Sales Tax Exemption (NOT USED) ~reh K-f, -- Ie L,_ -1'," x---t-T*E'f!lJ*:-:!:'}f!- -Ff ov-i--s4-0fl i - -';-5 ae1 e~ I nit::; en t ire t y ~n d the ,~&W 'n,t5ubt kt u! eEl .f-fi++t'ft-fte r~ :,-+R-tr-a, '1' .,--4'''f -HFtFHBVt-~E&- -t-e-F'a+---pF~tr-awaffled by the City of Corpu0 .~s+ t-T i~-ft;+=-'iB<+l-, ~}~~(:~notion::;Bf--&ales-,---Erlfe-i-sea-nd Doc T~l{e:::; unleo:::; ',A-e-B "H ftl-€t O-E-- '" ke-E-ci-- -tB-B~ a-t-':~ - ~r----i:l: -&ef7a~ con t r .:let ~D de fined by -'-;-e-e-t--lc-O' ,- h-2- 'H-- -<7+ - ---t+ta-p t c r J , 1~}\ dm i n i -s-t:-f-rrt+mt----BF----'f 4 -t 1 c 3 q, Pub 1 i c Fin:ln ceo f Ffie-'f-ex-d Adm I fH--S;- ra4Hfe--\~te,""r---5-l:l€-fl- 0 the r - --F-l:t-l-e-s--fH'- - rc gu l.:l tion:J .:l:J ffi~ Y be 'H-efIlB-:tqa-~ffi eY+Ft€ GBiHf,*t-eHe F- -ei Publ i c;---A-eeBttfl-t-s---e-f---TeJ[~:::; . ;-f---{ft€ C'+ft-t:--fa{'t_+H'~" f-.e.-4-s t-B---:}!*,-F-d-t e~_E-a---sepQr~ted -contro.ct, he ::;ho.ll: - ~~"l-t--fl ++te+1f:~'~s-a+y--5-cI-l-€-s-- t ~~~f-rBm----t-fie Sto.te Comptroller. J4H_-i--t-y- -t''''--- 'tl€-awH~Fia-t-e--~-Bf-t---tfte----!!..&tateffient of H~teri.:ll:J ~nd ~+t-fV-...-f-- '~fla~: "--l-ft---t--fte-. i7~s-a-l form--t-hc co::;t of ffi~tcri.:llo phyoie.:llly + f+{:'H'f+'+r-, l-tcP-f4-- t--flt, +---t-he-l-'+-e-j-E+4' . --P r-(,'+-l:-Eie--!~'~-e ,~~t+~-- t 0 0 u pp l-i-e-r-s- 0 ~ .- --+ FB--\fi-B€- ffie -FH-Y--w+-th- ~H:::; 0 f -ma-t;-eE-4:--a+--i-fl-V&i cC::J to Gub:J t~n t i.:l tc the f) H'~ --\h-'l-l-Ht-'---;=) t- -flTa-E-efi-a-:!:-s +-t:he -font r ~.:t-EtF- aee&----flot- +-~lee-tc -to operClte underd ::;cp~rClted contr~ct, he ~ v,y !--e-r c'H-&,l~'T~E)(ei.,e, .Hld U:::;C-'f-allC:J applico.blc to thiG Project. ';4lbeefi! f...t{~or~'---nre -f:,igil::le -+A-i-s-al-e-s-- t-fr*~- if the ::;ubeontr~ctor t+-se---t'++fHfJ! -t+-s ---W'1-1=--I+-- I Re-- a-t+e-ve r:quiremcn-t5-;-------'l'-fie-- ContrClctor mU:Jt i 3:J~ <-e-s-a t€ CC"H+t ierlt-e-+e-- tfie-- :Jub,:.Jnt r~ct_oE~--a--OO-----f-fi€- - _,ubcontr.:lctor, in turn, ;'-Stte-5 d- f-€-S+.}e---t'P r 1'+-; iea--t:-e- ;C&ft-tCi ::Jupp l-+-e-r- A-26 Supplemental Insurance Requirements r ea<-h nSUI anee co Jerage previ ded in accordance wi th Section B-6-ll of the ';otea!" lile Ci)I1tractor shall obtain an E"ndorsement to the applicable nSLrar,c, poLi~:y. .ciglled by :he Lnsurer, slating: he r s rict~ c ,v"nant~ c!la.lge te event .f cancellation or materia] change that reduces or the i lsurance 3fforded by this coverage part, each insurer 0 m,:;! tl prior written not ice of cancellation or material 1. NamE City 1 Corpus Christi Engineering Services Department Attn: =ontract Administrator 2 Add! ess: P. . Rex 9277 Corpus Chrisli, Texas 78469-9277 3 - Numler of days advance not ice: 30 he ConClc1ctor c>pies tnereof .tt.er 'h~ date sila j 1 ! 'erliJ the rovide to the City Engineer the signed endorsements, or Led by thE' insurer, within thirty (30) calendar days 'ity Fnglneer requests that the Contractor sign the c,nt ra,' inCllm",nt Section A (Revised 9/18/00) Page 12 of 27 within nat t E ne ( t --,ntra t rnp.! Yy' ,n t [rl lny (i!) 0' t r d'-.: t ~ E; ~j (j 1 n i ; e ; p )'~ ,j )r ca h rmt ra r n Ulrl.ll e t '"lE:' :-'ISU ra , ddi r i n ddi. n il ; ( ~~l; U1,-rj '"l:- t:r '>r C: 11; lac ',f.~ct Le' H-h "J dell: S ' '11 .J) t rii ,::t :}. tn, t hE-'m L LilitH (~, f( r j nt, m., ,,,it) n met V -; e r i:"r '1 'mf L t '. i ., 1 'r ar,t 11-:1 1 Lendar gn the .' ,th d days after the: date the City Engineer requests en"t ract documents, the Contractor shall provide :::;'rl ficate f insurarv:e certifying that the ,,'ompensa t l' In I nSUCdnce coverage for all 'inployccJ th Pr .ject described 1n the WOJ '<.C' c' '1 t eraqe r. to' () Jned lr~!et I._hf~ rn'J1ded in dl(urdaflcE~ Wl th Section B-6-11 of the ha! nbta in .ifi c?ndorsement to the applicable tt.F'lnSure. stcltinq that the City is an Ilance pOll y. The ity need not be named as ;rnpensat i,on cove rage. .~lc r k? r at 11ty In:uraflce coverage of f" "ntract. he accordance with shall obtain an ,lbtalned in Contractor ,./l~l. d:-Jt? ng: dLre'-:j t,_ !ldc~rnL!fy, save harmless clnd defend the City, its fit -Hed "'mpll,/ees, and each of 'hem against and hold it ,rm ess trom ~ny and all lawsuits, claims, demands, J c ses dnd ,'xpE'nses, in('ludinq court costs and attorneys' )l or ac:ount f any injur y to any person, or any death at E:' Jl'Lng fr,)rn',Il.:h inlury, r any damage to any property, 11 Sf' er which may be a] leged to have arisen out of or in 'w:t 1 he 01)1 k 'Dvered b/ j h 1 sCent raet. The foregoing Ii. i 1 app y x(',cT!i! slleh Injury, death or damage is caused h. neer] lqencc: or other fault of the City, its agents, mf 10y'~e::' ,li.V' per:"!,.n ndemni fied hereunder. A-27 Responsibility for Damage Claims (NOT USED) .lr;1g rd1*' f-ctr ,{rt"HiC' '--a} M-rlh j--+-t- y- B1' --&ee-F-i-Elft---&--e--ll---e-f -1::-fte--- Cener 0.1 r ro'. i.:; ion.:; 's-afflen4<'d---t.-} ,--[4,0+74e b-m'-ra-et++F-fffi:h-t...- f'TDV'-r4e- builder's risk insurance co"."cragc for the term Bl---t-tl-e--+-:DR-t-f:ae-t:- HF'-t-&----iHtd- -includinCf t,hc d.'1tc - +hc City fino.lly .:J.cccpto {f-te flT-oj-eet . .f-- we-r-k. -Bu4-l+ierL-s--r-i-s-K--e&V'€-F~ muo t be ;:m "7\11 Ri:;lc" +-eTflL-- 87fi-tf'-cl-t-:-tD!-----ffi1:ts-t---~'t-d-l-l-----€DSt-s-"flcec.:;::;Jr"1 to procure ::;uch builder' 3 f-t-5",-3:n5-':H:'crft+:4-c--.~ra*:fe,- "tftcluding----an-y- deduct-~ The City !fIuot be n1ff1.:ci ttt44-t-+~'fta-, ---Hi.-r+5ttfe&, . ?}R---any--- policie3 pro'.iding 3uch inour.1nce e'rV~> r a+te-. A-28 Considerations for Contract Award and Execution aLlw r:hE' _iLj E:nqineer to C1Ec'1.ermine that the bidder is able to perform ts obliJdtiors lnler the proposed cont.ract, then prior to award, the City ,nginer r may r-=rqlJl bidde provide clocumentation concerning: W"E' her t!l, ,er ha'Je OPE", filed uqd i nst bidder for either failure to r y o. p es or materials suppLied against any of its projects begun "^' t n the JI 'ce linCj 1"'0 I yeae.;. The bjdder shall specify the name d C:lddres.i 1 ne PHy h)lding the I. ien, the amount of the lien, the lHs for ,\E' ll""fl cia In, iild the dati; of the release of the lien. If a Y3u,'h ! lei tiS [I)t b'''er relea,-;ed, the bidder shall state why the i t: ,':} ~ :)("0 paid dn] Section A (Revised 9/18/00) Page 13 of 27 v'nl. 'he! U,~r-' 1.re an / ill tanding unpaJ d claims against bidder for ,'d whidl relate to clny of its projects begun years, The biddl.'r shall specify the name the ,lmount. ot the cJ aim, the basis for the the Jaim has not been paid. ;). '.lC'"?S IT::] t f i_ a 13 upp I' :1 if' thE addrec pi eo 'ding t'de he im,> in, ..3'10 -j e>~)l rl,-it )n b 1 (j,te me! ) j] ~e 1 E-~{U 1 P r (3 pa ( ,,', rl t, :;icned s pe ( 1 f to '-,'JpP Y constnJction references and a r, Lah,t than ninety (90) days prior to the rid dated by the bickler's owner, president or :'1, all IJrr~?nt assets and liabilities. indnc a s~__ater\eL '_, 'lty Fngif1eer ~o ,ejUE ther ill rl0 ~ i .ed ~ trt A-29 Contractor's Field Administration Staff i'he C '11 r acto ( c;h,,] 1 otaf f, uper ntcnder1 1ccept ib,c' to the it emplo\ 1::; t this s anc -( temen Enqinper ProJect, who are as its careful field and administration competent and "he ( 1 ncl ud-, eri,j UF~)l \,.., .ietl he h 1 "w no 1 he Ii Y p.r](,) 1 ripe r make." this determination may ThE superint ndtIlt must, [,aVe at least five (5) years recent experience fi(~ld man:igFment, and (,v"rsight of projects of a similar size and JlTiplexi y t ('lis PI)jecr This experience must include, but is not n",( ssarLl'j im ted tc, 'iledulinq of manpower and materials, safety, )( n:iina':i"l ot subccntra tors, and familiarity with the submittal '('eS3, f8d,ra and >tid',' wage rat requirements, and City contract (; f--~ - on t_ 'en ire':::' The superintendent sha 1 LH' present, nn the job site, at all times that W'l1 k is be j ;lC) pe ::-formen t H.,men, t--<r r i en'_ :f=-~ 'r ul Ilzed, ,',hull have at least five (5) years recent '3 i 'ii lin H.r k nd be ''iubordinate tc the superintendent. )I(:.men :a:::-h it y d 't , I]P"') ntendent wj thout prior written approval from ~cumel t ,tion conceIrlng these' equlrements will be reviewed by the City ":nginecr The Conlra :tor' s fj e d administration staff, and any subsequent ,,;ubstit u' ions or I"pl lcements thEreto, must be approved by the City Engineer ., wr Ii nq pl I to such super I ntendent assumi ng responsibilities on the rojec 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 Jpprovdl lS nc,t 'lb aj'led, tl"'ClvJdf'd ITidY be rescinded. Further, such written ipprovd j is a l s ee> sSdry pri or to a change in fjeld administration staff luring t if' t e ':rnJ t t 15,:or;l rde t T f the Contractor fails to obtain prior .rittel 1ppccva f the 'ity Engineer concerning any substitutions or eplac(,mE"ntsln It Leld admIT stratton staff for this Project during the (=,rm 'he Contlac such faiJure constitutes a basis to annul the '.Intra, r ['UrSU:Hit ,?ct "')ll :~, , A-30 Amended "Consideration of Contract" Requirements Jnder "CeneraJ f ov siems and Requirements for Municipal Construction 'ontra(t~," Section t3- -1 Consideration of C,9ntrac!:: add the following text: :J i th I n f J :/e rapOSe1!' st SUUWl t (~) dCiki ,g day f,;Jl(iWing the public opening the thrcc,> 3) ,tpplrCfI lowest bidders (based on to Lt,::; 'it j Fnq!tf;er the> following information: and reading of the the Base Bid only) Section A (Revised 9/18/00) Page 14 of 27 itt' ma or '~orf'ponert s of the :,oJork; it [i r :du j's ! rf- incoqlC)Llled into tne Project; hp.il _ilu(:' v,h spe('iflf.' PSi lmateo of the cost for each \'1: IP II f~ f t -:-!(~...... : k "Prill P ,flf lcipated i1Cfithly payment5 for the Project duration; '. ndmf ," ,ddresses MBE f j rms that. wi 11 participate in the a t i i ng 'tl j t h j,,-; r ipt i on t he war k and dollar amount for flI"l; Hlt : ,]bstcHI~ at Ofl, eithel through appropriate certifications 'Ch<d n. tel: lS '11,,'d affidilVlts trom the MBE firms, that such tfq, flrm3 'If? ]Ul1e1 contain'id herein Similar substantiation be' 'rc,jJlr-e< il t.he, l:cntractor is an MBE. If the responses do not 1, t-N '.hd ~'1HE pdrr- ipation 'dill meet the requirements above, bJ kie] If! sf Ch'iU i iemonstrate, to the atisfaction of the City , 'lei 1 lei qood 3.1 t effort has, in fact been made to meet said r"m"n hi' that fiE" tng lj,'h tF'quiremf'nts is not reasonably : b i (' H: -it ub onildctorl', '(Hltll t.b )n I 1 1 ~ t I) I m ,re than 'ne if, ra 'tor 'lac' 'd 1 1 f->' r t nn h,I will be working on the Project. This list :lIbcontract r for major components of the work [lot completed his evaluation of which t h C' wo r K ' J '.1''/ LgJ:le,[ [,'talli thco riqht Ii r ~ NO'C r he I t J eet ' 'Vd' t he C It Y Enijlf eer el! 'lnln'l'd)IK n the PI E','t. Ii rup,s,'d ut"ontld:]OJ '.tmay o approve all subcontractors that The Corlt ra' T or shall obtain written dJ of its subcontractors prior to the City Engineer does not approve rescind the Contract award. (IF I 'f: 'he: ,Vel! tr,at d'lub:.)nLractor J..,reviously listed and approved is iht L< ubs~ it ltcd tor 01 r ,;placed during the term of the a ']" the; C j I' nqinee: retains the right to approve any ,} itu 1 pL'weIlE'nt ilbcontrdctor prior r,O its participat.ion in ',f [Jruj,".::l Si:h dPP'U\/cl, will not be qiven 1 f the replacement of the ;1 -em]] I~'()] WI i 1 Jcsllt ) [ an increase in the Contract price. Failure lie JT1[ d te' te ccmpij with this prOVlSlon constitutes a basis upon W 'I to i lili ,e c.)nt la"t pursuant t Section 15-7-13. : e i in i L ,] r'1 f mil r~:crnpcnEnt. lh!!l tl e,j hE oqres: SC!lr"jule, of tnc work. CIty rng [EEJ[ at IndIcating relationships between The final progress schedule must the pre-construction conference; the be ,( IIner:t 1 1 ' J[, ri 'r 'f~ r n i 'Iq CI ns if a t l[ i f' luired j..JUt;,llant to the Special derat i::m' f nr Cont ract Awa rd d i'I",jnlirl"t!Jtion :;taft, Provisions A-28 and A-29 and Execution and the 'c ,rner] !' 'j3.~ required by Spec 1 al Provision A --35-K, if applicable. Within five (5) days following bid opening, submit in letter form, informat~on identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name (s) and Title (s) of individua~(s) authorized to execute contracts on behalf of said entity. Section A (Revised 9/18/00) Page 15 of 27 A-31 Amended Policy-?n Extra Work and Change Orders nder ,en'oL'll i re lSLlnS "no Requ 1 remc>nts for Municipal Construction onrr" H-:3 " iul c;y _(~E:xt rd Work dnd r:r~,~nge Orier's the present text is ;elete, ""d rep 1 1>' 'd .Ii U" th' ] 1 owinq' Ii ra 'I t d' kr wJ edge':; t'l t the it' tldS no ';DJ igation to pay for any XI'd ,-Jerk ; ,;hich, l' hrlge order lidS not be(;n signed by the Director EIIgl:le] ng SerVJe~ "L hie; ieslCJ!lCe. The Contractor also 'rl,owledgc;, Itlll tnc ':1. ~~ngineer iIIay authorlze change orders, which !) [,ot ,'xcee,] ~ /5, 000,00 The Cont tactor acknowledges that any change r;+r~ In '" 3m' unt lil eX>.:!o',5 of ~;?'), OC.OO must also be approved by the 'June A-32 Amended "Execution of Contract" Requirements Jnder ., ,'~enpr] 1 I ro' is 1.O:lS an,j Requl rements for Municipal F..,<ecutign_C:'f_ Contract add the follOWIng: Construction =ont,ra,t .. B-' _co The dWc:lrj ct th, ContrL:t !!1d'y' be rescinded at any time prior to the date "H, Ci ty Eng 1 ne, r dE', l. I rer j contr dCt t () the Contractor, which bears the l qnat ures () t t'le L t M.Jlldqer, City Sec ['etary, and City Attorney, or trH ir 1uth,:r;zel designees. Contractor has nc cause of action of any K irl, i.Tcl.udlng for breach of contr-act, again:,;t the City, nor is the 1; obI i g3 tr doper! OIlt,,}nder the Contract, until the date the City 'Ie ne"r jr<[ re' the 'gnE'(f Contract te the Cuntractor. A-33 Conditions of Work r;ach L LCkjer mus 1 t he comp i (~t i on ";30b <ation ') "emi ndc'd '0 at terid 'an: diari 2(' IUnlself iu lly with the conditions relating to hE Proje"t Failure to do so will not excuse a bidder of c: ry out the provislon,,- of thls Contract. Contractor is th Pre-Bid Meeting referred to in Special Provision A-I. A-34 Precedence of Contract Documents cas" cordll.c 1;, the (ont,ldl:t document,s, first precedence will be given t.o addenda ls;3ueij. jUl ing the bidding phase of the Project, second precedence Hlll be given t hE' Specid l [l[,]visions, third precedence will be given to loe e<,nc.truction ,lans, fourth precedence w.ill be given to the Standard ;pecif c;ti()n~ allG th., Generdl l'r,)visions will be given last precedence. In t ne evc'nl of d ;or.tl ct t,etweE:rl any of the Standard Specifications with any ,chec referenced 5pEcificat JOilS, such dS the Texas Department of Public lransp"rr atian .'itand,c,rd Speci.fi(dtions for Hiqhways, Streets and Bridges, ~<3TM spe f 1Cdt [un , 'otc., dw ,:)recedence wi 11 be gIven to addenda, Special [OV1S O,{ dno upplEmental Spec'lal Provisions (lE applicable), construction lans, : "fen,nced pecl 'J ('at leI 'r Stclndard Speci fication3, and General rovis ,:), ~, t a1 der A-35 City Water Facilities: Special Requirements (NOT USED) A~ Vl8itor/Cor:tro.ctor ~ PriJr . --toe- perforfftH-r<j' ,.,'orlc-at---an-y--~y H.::lter f.::lcility, thc Contro.c:tor,'-fH:-&-5ttf7<~.::letorJ, .::lod e.::lch of their cmployceo must flttV".c--f.n t=fttH'f:'eT~'Ofi'i' 'h:~eaffl--eeFt-ifyir.g thcir prior .::lttend.::lncc a+-+-Vt-t:i~r-/-GBfltlde+++-~:.::lfetY--{fficnt;)tion Progr.::lfft conducted by the G+t-,; Wever --Wj'C+a-tf'ffif'I!F Pe c:lOnne+. A .\l-i-8 i tor /Contr.::lctor So.fety Section A (Revised 9/18/00) Page 16 of 27 Of-r"_~tat t-&!~1 d-ffi - -Wla-~, -e-f--fe-F€&----ey- .Juthorized City W.::tter De-fo'-:lrt'iT>-"i-lt Ue--J'-fHHH.-4 rorc~e-i*-F-5-BH-S-w-OO-Eie--not h.::tT.T ::JUeh .::t e.::trd, clf+d Wf"'-', 'J-e-.--Jc-cf t' t+ 't'" - ( f-<) r ill a r: y --+10 (~~T:H1-Y--~---w-a4=e-r --4'-ac i 1 it y . }'-+)( a4+. !-t-tn-a 1 t--H--f-Bf,,,,,l--t-BR- I"€-fe-F to 1\ttachmen~ h Operation of City Owned - Equipment ~ ~ontrac~-sfta-l--l------not.-~~ operate, or stop any pump, motor, va-lve,---equipment, -~t.-eh,- breaker, control, or any other item related~ C-i-ty wateF-- faeili-t;y-at.-any-t;ime, - -- {\ll ::;uch i temo muot ba E>jge ra t-€t-t -B-y-d-f+---t}f++ '--!'-aF-<) re-f----Bt h-e-r-- -aB-to-fl--e--F-::l zed m.:d n tc n .Jnee employee of t-he t:l-F-\) We ;..,.e-r- tfeth-H 'f'-!;-cftfc-,- ,- Protect..iGft-of Water Quality +-fte--tltc-v ffH :*m~iel,-v-e-f'- -wa-t-e--r--ef--Ei-f-inking "ttt-ality to ito eU:Jtomer:J .::tt a-H- tt-ffle-5. ----'f-fl-e--+Bf1+ f,ret-e-r---s-ftt:t-:l:l-- p rotect---t-fie qu.::tl i ty of the h'.::t ter -i-tt--t-Rt-jOO -s---i--t-e--i:-tOO s-haH- coordin.::tteito ',,'ork Hith the City W.::tter Btc;-parf:c-ffle-Tt-E- to pro+-eet- ~hc qu.::tl i ty of the \JClter. f+ - Conformi~w*h ANSI/NSF Standard 61 A++------ffid-h.,-r--:rcr1-s---aT+~-~---u::;ed in the rep.::tir, re .::t:Joembly, Fh:t't-5--f+:H' '.-a+ i:-Bfl, -f-'-:"- lft--5t .]ll.::t ti on, ~inopcction of pumpo, or .::tny H+-fl.c-:"-F-j i _~,--m-wh-r-elr -€+7tt+-(ieBffie----int-&---€Bfi~ "i th pot.::tble H.::tter, mU:Jt €Bf+-f-e-im --t-<. Ame-r-tea-tt - N-a-tci-B-nal- St.::tnd.Jrd::; in the St.::tnd.::trd S f+e' -, i ! i"f-'d-E J ':fl-S---o Sueh -matcria,l-s--~ all soh,"ents, cleaners, lubricants, gaskets, threadcompoundlJ , coatings, -er-- hydraulic equipment. Thcsc items 1IlUS-t.~f\Qt -be- used unle::;otffiey-conform ~ ANSlfNSF StandaE'd---41---aftd---unlcss ~ items arc inspected on the site by au-t0010 izeEi- Gict.y---personnel immE:diately prior to use. 'f-fte--f"Hfl-l:-f--ttt E:B-f---B-ha-H pro'v'idc the Engineer. Hi th eopie:J of '.:ri ttcn fH'-Birf----e4--AriSl/NS}--.st~___6+__-_awro'l.::tl for .::Ill m.::tteri.Jl:J, Hhich eeu t-fr.. -effll1e-- r-f1--8:; --€-t.ft-t-,.t-e{-wH~-a b 1 e ',,'.::t t e r . E Handling and Disposal ~ Trash M+. ut f~-ge-ft€+-rt~fc~d-----f:ry the Contraete-r---B-r--h-ic5- employee8, s+l-BeB-R-t-f-+e++>-f-s-, ----!fltl--5--t, -B-e--- eonto.incd o.t .:111 timeD .::It f-ae-r+-r-E-y- -5-:t~_u-B+Bw-t-f*t- trCl::;h \lill not be .:lllo,,'cd. The -sh--a-:i:-+-- k~ ~ 'He-as e-+ea-tr -a4:-----a-l-:t- t i mc J .::tnd rcffio....e €l--ci-i- "'1' .::tgento, or the \,'o.ter Contr.::tctor .111 tr<:l:Jh CONTR....CTOR' S ON SIT&- PREPl\R.~TION F --ton1~r,lcb~:r- pcr":H'H1el -~--we.::tr eolored - uniform over.::llla other t-han--B-F-d~",--------e+ue,-+H\lhite. Bach employee uniform must pro"."icic eompanycname and individual employee identification. G. -- Contr.J~ -sfta-H-- ~:lde tclephoneo for --Gontr.::tetor peraonnel. P-lant. -telephones -a!Oe- not a~"ai-lable for Contractor use. H- -- - ~fHt 1tB+H-s----wci-l-l-b<--'-:, , 00 .'L P1. to-----&df-G--~., Hond.::ty thru Fr id.::lY. Section A (Revised 9/18/00) Page 17 of 27 - ~4"f-clet-fr -f!ttls-t- "-fiB-to '-H~'e--ttA--y --(:::+-ty- foci 1 i ty rcotroomo. flttT-S-f--j3--!'B-V H:l:e- OW!. - 5 dft i-t-a-r-y--h:t.e-cJ -4 i- f-t-e-s- '" Controctor .1 . A-+-1: t-nft-t-tc-ae{:B-f-vefHe-l:-e-5-_~t- -be-porked ,J.t deoignoted :Jite, i3--S Eh""5--Hfn--lho-4--by- t r-t-y -Wdte-F---8ep-aF-~ :Jtof f. }\Il Controctor 'vThicle:; ffiU-5-f'+"?-':l:-e-afiy -ldfw+e-&----w-'!t-n- eomp,:.my niliRe. No privote employce \H4H:-t.'-:l ,.;-s-- d-Fe---a-l:-;cBW€iJ~*.-Stcven:J Water Treotment Plant. f.ll ---....--- "- -----..------ ...-....-..-- ----------...---- ------'--- f'e-F5BftHe-l~*- be- -:l f+ company \lehicl-e-s,---- During '.Jerking hour::;, e<tft-t'F-a-(4er-~J-yeE:.-'-5fflB-&t__ -RBt~- lcovc the dcoigno.tcd con:Jtruction CH'e-a-ftO-f'- eJ,:mdcr --Ht-HfUgh o.ny BtiLldingo other thon for required '.wrk e+---d-5--.-H--r-~c tc d -l+Y-'::+'-y-.....w-a-t-e-E- -f!e--f:n:l rtmen tee-toonne lour ing CffiC rgcncy e-V-tH-' UiH if. , ~-_ ..; '~~_!:E~.S:'to-- QU.l~_-:l.:.f-!-e-.ct4 ~---~~D~___~UPE[1.VISOnY CONTIl.OL f.ND Dl\TA ~I~'lNt Aft-y-~ t-B---toh(~ €-OHlftB-ter boocd. ffioni taring .lnd control OYOtCffi mu::;t be~~fry- qU.J.lificd 4::--eehfti:-e-a-!--o.nd :JupcrT;ioory pcr:Jonncl, a-s-~'f'm:ned -B-y---fll€-€4 ~qualific.J.tiono 1 thru 9 bclo',;. Thi:J WBH-- -+1te-f.,l-fie-s,-...fl.1:tt- -l fr----ftB--t---++-m-i-tce4--t-B,--- modi fica tiono, .J.ddi tion3 , (;flaTt-Efe-5 i---se-l-ep-F--H'rFt-tr,- f urni :Jhing, 1 no t.J.lling , connecting, p'i' ~'hi-ffim-HfJ7---e-tts Wm4-r~ --ae-eugg i ng ,--ea-} ib r.J. tin g , or pIa 0 i ng in BI"e-Fa-8t.ffl- -a-I:-l- -ft-df4WTtt'-e----aftf:!f-B..r-:30 ft ',~are - speci f i ed or rcqu i red by tc.fi.~e ~ -r-f---i--e-a--E-j +}fl-S-, 'ffl-e-!-.;.e.n-l::--F-a'-~--H'-f ~4-s- - ~-H~ctor propo:3ing to perform the SC7\Df, ~-ffitI-~ oe--tt6-.l+ -toH. .(jeffiBfl-S !7r-a-t.;:o-- t-fie- .. follm;ing: t--.- --+,-- 4-;--- --- -3 -&.--- -/- S-"--- If-, - - He -i-s--H:'-'~+y cng.J.ged J n the -computer b,:lOCd monitoring d-fi€-- control---s:,'oteffi Btts-4--ncos, prefer.:lbly ao applied to thc ffiB-P ~l-- -wa-te-t~ .:lnd ,;a:Jtc....J.ter induotry. He-tta-s--j:,ef-fHEfflee--we-r-k----OFl- :3'j:Jtem:J -H-f----comp.:lr.J.ble oize, typc, .tfl€ .. comple*i-toy-a-s--Fe-EfU4-r-e4----4--A----ffiio Contr.:lct on at lca3t t'-h+ ee-p-r-.i-t'-F-- f*+>-j-ee-t-s-;- -He- tro~; bc~a-eti T;elY~~-----t-h€-type of ',lOrk opecified ''te-t e-ffi -t-BF- -a4,---1 C .:l :J t 'r---y-e-a--F5--0- --He---~_&y_s--a- -RegiGtcree- Profeooion.J.l Enginecr, .J., Control S-y-s-t..emo En~ccr, or an-Electric.J.l.Engincer to ouper7ise or t~f-EH:'ffi------tfle-WOf*- requi red by thc:Jc specification:J. -He- ';mploy~: ~TOftfl-e-l:- on thi-s- Project ',;ho h.J.ve oucceo:Jfully "ffl!l!+l-e--t-:-eEl - -,J---ffiJnU f act--\:H"€f-!-s-t-r-.:rift-i-Rg couroe in conf igur i ng .,-fl-€!- '-~.l-effleH-t--iflg----t.-fie--__ spe-e4--H-e--- computers, [nus' 0, and +~4-w--a-Fe--f3 ~e4-----f-B.F-- ---E-fl-e-. Con t r act. -He--m-a-I:--ft--t-a-i-ft-s--- a perffi.:lIlcnt, tully ot.J.tted ond ~.e-p.f:i:-ee-----f-ae-H-:i4 y ... i thin --4{}{}- mi 1 e:J of the Pro j eet ffid-i--H-t-a4-ft,-- ff-'f'o-.i F-y--€d-.i:-E-tI--a--t-e-,-------a-tt4 progro.ffi the ~f*:+LHH.'-El- -He-i"e Hi , -++e-- s-fia-H--8:H--ft-t:-s-h- equipment, \lhich io the produot of one ffidflH-F-a-et:-t:H"+:F- -toe. -tohc ffiJ){--i:--mtmr-pr.:1ctical clctent. Where thio l5-f!ot pra:3-t-ct-ea-.l.-,-------a--:!-+---e<:JB-ipffient of -& gi7cn type ..ill be the f*~ e-f --Qfl€-- en.:1 n u fa c t --1:I-:r--e--F--; --Pf'+t"-F--fl€"F-fB-f-ffiancc .:It ---t-fle- O. N. Ste'Jeno Water Tre.J.tfficnt p t-a-r, f'----w-:l:-i+ - B€'-\I-5€fl---4-ft----€v-a-+~Ej'_ \;h i ch Contractor or ::hfflefffl-h-a-e-t-e-+--prograffi5---ffi€- nc", '.lOrk for thio Project. -'f-h-e-- Con t r a--e-t:--o-t--s-ft.a.-l+- pro d u ce --a-l--t-- fill c d aut pro 9 r aFf\ffi in 9 b--i-'*'l<:-s------f-e€j tH- F€-fJ --t-e- ::; h 0 H +he pro q r affifA i n 9 a::; n c c d c d and H~1:H-FeEli-t-o-- -i)-E~ theoc. -tc-w-e- syotcm::; to the clrioting City f;(:.t\-fi A-- --5-1f5-t em. A-t-E-ael-tf>-6--i-s--d-fl--e- x :1!'Rp 1 e a f the r c qu ire d cquipped oi te to oYDtem:J Section A (Revised 9/18/00) Page 18 of 77 trf-Bqr .J.lfIJfIi fFJ --{, it:W-ks-wfi i ch--Hte--t4tY--fcqui re::; to be fi lled in ,,00 ~fl EB t-+'-P~y ~-fleerw-i--E-ft--,::l1l eh.J.ngc::; ffi.::ldc during .: he i3-fe"!-f+Hflffic-HlTTft-aSe-,- The ~hed ::;hcct io .::In cl(elmple nftd +-s AeEi+--H'f'-deBt-B----sttHW d-jl:--ef -E-fte--- rcquired ohcet::;. Tfie iftfl-'--F-a-e-b3-fw-t! \ 0 ro'.' i dp -a-l:-!:_p-F-Bo/~i:!:l.sLJ21 oeleo uoed. --1'-Fe ~ H'l: ;-.-e:qtl-:i--feli\-e-H-"-~- 111--1-+ tcw;hi ''t€t- -f-e-r- -+-R t~- proj eet <t-f- -+-fi€-G-,-N _ - Steven:J W.:lter Tre.:ltmcnt -Pclcart+ 5-hd-h-be--tKl'ff:H'iflf~4-B5+-fHJ dl:ro:eM+ee-ect helnd digging due to the fHHft6e r+h - ~H-t+r---IY,+-l-flr g r 0 u n d -ef+st--F+J-eH-ettS; ----Ne- t r c n ch i n g reel ch i n C:J E-ft-a i Je.: a, +-eWefr"fl H," --j3-FBte€+ A-36 Other Submittals (Revlceej () /00) _Q.!:..UW1['3 _S_llbmlt,-Si The ContraetiJr shall follow the procedure ,ul ined he low when prcce"s j fig Shop Drawinq suhmi ttals: Qua--,t t Cant ra -1.( t-',lC-l jbIn tta 1 repreSEnl_at Lve. The Pepr-odd'- tb s ha I] a so (j r' a 'f! i r ' ] <, ,:hall submi t number required by the City of he AlE Consultant or his designated ~ ~ Consult.ant will retain five (5) copies. .~s: : 1 J-iition tCJ th;ce cequired copies, the Contractor submit VIE' (1) repruducible transparency for all shop :-qer jlar x 17" ',l/'P. Submlt '_dl cansmLtt', Tra~smitta Form at seq:1er, ': 'c 11 1 numb( r cj( the .'L qi ,al ~~ lbml j (('fF,ra.:t)r must 1d,' supplle! Ot~ r t l[](' rl t s pe l t L' - j tJ lD for,n. :)e ('nn r :1 l.,JI,CP: S lq -,eu t r' r: appcopu ilEc LY Vl'r flea i ("nitL 1C l( ;01'-' r ~ , a:'e)I_nn -e witL thl' d ()C Imp.ll ~- Sc-h"du i 'g: the le( ~":nt r a,r must schedule the submittals to expedite ie v' to the AE Consultant for approval and he utmi:slon of related 1tems. C(:O :11 lr:l f--' Mar" pLodu( man!lfa, Pro Ie. :~orms: Corltractor shall use the Submittal ac:hed at the end of this section; and .n transmlttal form. Re-submittals must have -II numbe r with :in alphabetic suffix. t j ty the ,'on tractor. the Subcontractor or rawlnq (leet and detail nurnber(s), and lumber. appropr late, on each submittal i I lntra 1 r must apply Contractor's initial'd, which certifies that .ts n~qul fed, fiel d dimensions, coordinatlon of information, is requicemenls of the Project and stamp, review, adjacent all in Contract 'ontracto] ~1l'Jst mark model,' 'ptions, .j Ire's' :st ndarci data to each copy to identify applicable -md other data. Supplement provide information unique to this q Val_a'. 0115: Conlr,((:t~l the C:nt af' document me) y h~< d. t r me n t a ; Spa, ,p R( qu Cupt r,jct r rement ;: ,nd Ene; 1 n\- must ldentify dny proposed variations from oind any Fri)duct or system limitations, which iicccssful performance of the completed work. Jiltractol must provide adequate space review stamps on all submittal forms. for Section A (Revised 9/18/00) Page ]9 of 27 Fe-en,torn ttil::;: '2( U .- ! (;( Ai-' C:(nt :actor ( orl-:U] tant must and revise and resubmit learly identify all submi t tals as changes made 11 Cf' [1' ':'v GUS suomi t"31. D L : tJ j bl t 1 n urm r t i 1 s t -- lL t :tC n r d t 1 L Y Cent; at t or must distrlbute copies sdlC'.mtract (j! s and suppliers dr-i '-uppliers tc promptly report, "ompl with prc~isions. of reviewed and instruct thru Contractor, '-~'ples: N~T U: ED TBe- GBfl-t-f-i:'tt:-E+_>r-nuot :3--\:tBm-i:.-t G.:1mplc) -e-f-- fini:Jhco froRl the full r.:1nge of Htd-Pt:t-f-ae{:'He-E-5'- 5*-iHttittrE!- ~+B-F5, tClCturco, ,1nd p;)tterno for City b fHHR€-+'r ' 5 - se t-e-< l'-4:-EtF-,- T~ t~--,,"r~_!<.epd l~ !~~)~J- (NUT IJSED) W-fte-A ---speci-fc4:-€d,- Con t r elf 'tBF-fItU-S{;-- --5-BbfA i t t h re e ( 3 ) cop i coo f ;J-,-H -1,-- ,l-fffi:- F€-f,a4-; rcport,-and .:111 on 0 i tc tcot d;) t.:1 Hi thin + tff+t" t-&- -4:'-fte --('+-E-y---E~ee-r---f~H'- .:1pprov.:11. OthenJioc, "4b~;=. -w--t-:t !:--ftt+t- Be--a~) 'if c d for u c; con -4:-ITe pro j e ct. ;)11 ahop teot the :Jpccificd the rel;)tcd A-37 Amended "Arrangement and Charge for Water Furnished by the City" -nder ,,:'f1( rdi !ro'./lsions dnd RequIrements for "ontra. t" ~~6~_l')!':..J rang~ll1l;nt and Chargef.9.r Wa~e.E ,dd th, 1 i lwin'- Municipal Construction Furnished by the City, "'h Ixt ]-,ct It must :ompl.y with the City of Corpus Christi's (,)rJ3ervai 1 md Drought Contingency Plan as amended (the "Plan"). j'l( udcs l'llplen',;nting Wd1'.ec conservation measures established chaiiqirrg CCIld,ti >os. "'he 1.:Lty Engineer will provide a copy of the t- . )nt rdi~t(Jr at the pi e-:cJIistruction meeting. The Contractor will c' C)Py 01 UtE P110 on the Project site throughout construction." Water This for Plan keep A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities 'he requ I rerner',ts "I,lotice La "coIltractors '8'" dre incorporated by reference r-t t _~-l i '-: pe Cl a 1 Fr. - \7 i :- ion A-39 Certificate of Occupancy and Final Acceptance (NOT USED) .;~ i:;Jc;ance-- e-f-- d- ee'F-tt--f-:!---ea-t.-e of occup;)ncy.-f-B-r iRlpro'v'cmcnt:J doco not '~,#-+t-te----!-ffi-a-l-- r_wee-pt:-a-A-ee--ef--thc impro'J'emcnt::; under Ccner;)l Pro';ioion D 8 A-tO Amendment to Section 8-8-6: Partial Estimates 'eneLat f'rovlHCil d ld Requirements for Municipal Construction Contracts ,ection R-8-6 Pa, ti,;) Esti.mates is amended to provide that approximate stimat es from which F,artial payments wi 11 be calculated will not include the 'et in'fo ("e val!.1e .)f acceptable, non-perishable materials delivered to the f'roject ,""ork si '::' uriess the :mtractor provides the City Engineer with l()CUmeL'~ ,';atlsfiH to y t() he (lty Engineer, that show that the material upplie nas been p~ld for the materials delivered to the Project work site. A-41 Ozone Advisory F'riming dnd ho-~ -mix pd ~ing o1'erat; ODS must not be conducted on days for which dl1 ozone advisory rlaE been issued, except for repairs. The City Engineer N111 nut fy C::>ntract(,r about ozone alert If a delay such as this is xperienced" the da: Will not be- counted as a calendar day. Section A (Revised 9/18/00) Page 20 of 27 A-42 OSHA Rules & Regulations is )SHA J lnd OJ I"~ re,p-ns;bl ity and ,,,~qdi:!' Ion~' ! rf-} Contractor (s) to Cldhere to all applicable \--f'l performi nq any and .'lll City-related projects r,s A-43 Amended Indemnification & Hold Harmless lnder ";'?nf'cil FrO'.lsic)[1s cEld RequIrement.s for Municipal Construction :ontra t," 8-6-21 Ind~ITln1f}-'atJ)[l & Hold f:@:rITl1ess, text is deleted in its 'ntire'ymd the f(]l'winq 1; 1,lDcctituted in lieu thereof: l'\t ::ont:a COI hal' t" Ld he City, LIS officiaLs, employees, attorneys, ,':iO aqent 'idrnless Hl,j :.hal L indemnify the City, its officials, H'lF :Jyee;, at to neys lid 1qents trom any and all damages, injury or eit)ll;!/ Whd~,s.evel f)[: H act e,r Jffiission 01 t.he contractor, or any ii: 'ClOt Lict JT 'lpp Lie., m"terial mail, or the I r officials, employees, d]fnts, :onsu,Lnts, -11Y wlJlk done under the contract or in connection t'terewlttl t:y th, cun! 'let or '3ny subeontlractor, supplier, material r1",lr or '-he, ofticialc, f,rnr: oyees, aqents, or)nsultants. Till :Ol,t~d - :iaJ 1 aqenr-_"~ 'ar .'nles employee'i, '01.1 tal neys, Ldhilit! whats(ever f1 <:]211;, ',rnp], '1ee~, 1L.3eS i D j 'lc, at. IFpiiio.r .J[ nut.,! ial II" 0 'L".. City, it~; officials, employees, attorneys, nd hall Indemnify thio' City, its officials, -]nu 2-qents from any and all damages, injury, or orn neg 1 i yent act or omission of the city, its It.t neys, and igents t.hat directly or indirectly e:,lpJ ),0,., of the cuntractor, or any subcontractor, mer! A-44 Change Orders (11 26! Cd=< I ;l1ould change nh~r(s) ~'e c',quireo by the enqlneer, Contractor shall !urnlsr he engine r completE' br-eakdown 3S to all prices charged for work f t.hE hanqe Old, r (unit ,)rl',S, hourly rat.es, sub-contractor's costs and reakd, 'Wi,S, cost mat e r al and equipment, wage rates, etc.). This tJreakd"wiJ inf'Jrmat lor: shall be' ;!Ibmittc:d by contractor as a basis for the rice f 'he changE 0 der A-45 As-Dimensions and Drawings . " \ ~1.} Con'.:rd.:t Jr 3haJ L con,t] ,Ic'ec and make keer' ~ppropridte daily measurements of facilities 'Hcurate records of ] oc:ation (horizontal and vpr il all fClcllj"ies. " UpOI] onpl't1or Jt !:d:-li fal1l Iy, Lhe C::mtractor shall furnish Own,c;r Wl d, one s"j )T direct pi lnts, marked with red pencil, to sho'e'/ ds-bUJ lt di.mt~nsilJl1s and locations of all work constructed. As a mLnimwn, 'he fir'dl rdwlng shall include the following: (1) or zon ta 1 ,Hid 'Ie It ieal 'Jb' titutl H1S!' eld ehdllqr,s. dimensions due to (,') fJaliges 1 il '::lj:J pmen! and d imens ions due to substitutions. ()) Nan,epla te' da', d on all I nstalled equipment. (I)) '",,1, t:Lons, ldj ions ,Ind change to seope of work. "'lY -,tht.,t :'ld;"l" made Section A (Revised 9/18/00) Page 21 of 27 A-46 Disposal ~~~~ly Chlorinated Water (7/5/00) [he )1 esti ,q n t ;;.~ JisLn c' 'det 1a j Igenc " ,J :or i ~I i I w' t t he 'h] lr f or d '3 F "~;p.) lsible tor thE' eli sposal of water used for lushi fie; u, an approved manner. Contaminants 'n1 le;el of ch]cn-ine, will be used for he permlssible limits for discharge into ltive dreas. These are regulated by numerous It will be the Contractor's responsibility all requlatory agencies in the disposal of he methods of disposal shall be submitted to rhc'e shall be no separate pay for disposal of highly ['dll [H,t )1';e the' Clty'S sanitary sewer system r" ' t Iii i dISJntec1,c ,y' r )t- dflO Wd e [ , i in ,) r E I' ~ C t! j ,j 1 n,' f-" f::' , ~~ t-. P" ; J! A-47 Pre-Construction Exploratory Excavations rrior ;hall r hat xact on f 11 ., '1 i Y t~ X{ flm. n t d i J 'J si,.:1 CF~.i1 t. F 1\, ,'i [ t [- 'I seej ',t;. r' qUI erTIeflt II ch. fJr JP t f ape! \0.':; t,':: ",fei e(~ ,)nt r ae: ~rj [it rninc3tP(j W-:1tt r. t any "rot-hole" r. S the prop' "h'tIC,,] ard 1)53 ru ticn xcavat,c> '1 tho:c' vicinI ty expose a 1 J ex:,'avdt'ion limits, locatjc)n of of exi st Ing utilities, Contractor existing utilities of the project dnd Contractor shall survey the each ,'rossing and potentially ,ed 'lor 7.0!1 tal '1g U ;;'01' eXl riIlq utlllCl uroposcd eZCdva )n XiStlilq ut litl'?,'; at ,urvey he ,d;cur"te ;) i. pe 1 J 11 eat III U f. 'e t 'lOt ra t ndiear 1 ipproXim,ite .f::~nter 1 i if?, S whi: h Dd ailel and are withIn ten feet (10') of the liITllt:, i:"ntractur shall excavate and expose said a ma>] mum )f 300 - feet un center, and Contractor shall hurizJnfal and vertical locations of said parallel mdX [mUln ,n 'pnter hd i ien prepaJe j t hi ilt [ La t " t h report dnd submit it to the City for approval It ies ('xcavated and surveyed, as well as the djstance to the proposed excavation top of the existing utilities. the' "'/[1' 'I f. r ( j e. 'lId It va ions (Jt t-r-,t reaf, Contractor shall perform no construction work in the vicinity of existing utilities until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Enqineer's approval of report. ,...xplordt' ty e<C'jJd IC'IS, SIHVE!, and pavement repair 'xploLit< ry eXCd'Jdl10 s sha bC' considered subsidiary tern f'r: "Demoliti"li nd Mis:ell.lI1eous Site Preparation". associated with to the lump sum the bid A-48 Overhead Electrical Wires (I! <c,/OO) 'ontract(r~hdl i)mf.ly with d] 1 OSHA safety requirements with regard to proximl L'y of const I Ucl Lon2qll ipment beneath overhead electrical wires. There ,re many overhead w.res crosslng the construction route and along the "~'nstrL,:t Ion 'OIFFonirac"O! ,hall use all due diligence, precautions, tc., t) i"nsure that "dequat,,' saU.,ty is provided for all. of his employees and perat(!~ of e '1111 pmi?n, and w ih '"gard to ensuring that no damage to existing "erhead "leet." ,I '""l'es :,r rd.'] Lies 'CC1Jrs" untractc ilform U Sria 11 C( ,or'linate u LlI t 'y' fJ jet salCl ( :.'rhe"d J ! f~ ~-~ hi .-Jork WI th On\r'drlY of f1J ;_,; the electric construction utility company and schedule with regard Section A (Revised 9/18/00) Page 22 of 27 ~- ; ead hd L . '-)':'3 re iL, "Hr tr~E' ,'()n truct ion plans, while others are u! [E'sponsibi lity to provide for ]j~es whether shown in the plans or JmE' t jeqlla E:~ t h t~ 1 ;'.: t r d " 0 r I rega (J 'Jprhedd ;a t ct \' ..J 11 ;t tJl-jen /e 1 t i atien L''Jlllre llenC'linq r poles, t itc' Contrdc:tO[ ",hall a1hrect 1 as d!-,f) [ ved by ot her excavation in prevent movement rle Engineer and close in the Utili ty oXlm r )r i zc ,'>[ )PC Ly .>tJOCl A-49 Amended "Maintenance Guaranty" (8/24/00) !ide; ,;nt rd .; ner,l ov sian? a',ei Requirements for Municipal 8~8' [1 Ma [1tenCin:,e Gua,ranty, add the folluwing: Construction ['I Cor t J'oC or t)ene it, he Xl !raLion () Inquish city h st, )" in" s gLlaI antee Clty of ',e guaI anteE rights or c.la im) is a sepa.rate, addihonal remedy available rpus ehr 1 st i . Ne 1 ther the guarantee nor period Wi 11 operate to reduce, release, or remedies available to the City of Corpus :auses of action aC}ainst the Contractor or n )t ')e r nciv dual 0 e t lty." A-50 Plan Sheets "he drJw lIg:3 n fo rm.:i t. ;-;n i r 01 c he project lIE t'l(' f rm r re"c rei based on drawings field investigations by supplled by the City, the AlE, and other ,juree A-51 Trench Safety the ''itra:t.:'' I roposed (O(lstructlon methods require the excavation of ,'IYJ.c'e pit s, en 'hes, (I )the'r below qround operations, such work shall in '(lIlplJCf'l '_.iU all tpd,O]al, state ,ind Jocal requirements for trench ;.;cava Cine" t, t,y p,' I assoc 1 at"d wi th rnectl.ng these requirements 11a1 ;( Ir",lJde:1 in the ,11lOll11 bid for !,he item "Trench Safety Plan" as hown he proposal forms A-52 Errors and Omissions . he eVit :rawlnqs, .vhereUl)()[ rrOLS J hey pc.] duses ()mpen ,. .'ictOl na 11 carefu L Iy check these spec ificat ions and the Contract and I <'pc rt to th,,, ~~!lqineer any errors :)r omissions discovered, full iIlS I ru :tions Wl 1 be fu rni shed prompt J y by the Engineer. If orni,sl',n ri!'e ~;o 1i~ir:')'Jered and reported before the work to which ,,,in .'.,:::!ist ructed dnd if cOIrecLion of such errors or omissions n "If'ClSe In rh. ,(,t1tractor's cost, the Contractor shall be pd I '3d,,, Icrease 1 .,),St as j:,r',vided elsewhere, "he Corlt actor S',aj ,ear the expense of correcting any errors and omissions the Or aWl nqsJ r s}.eci f ications, which are not dJ scovered or reported by he Cent ract 0 pI or to ems! cuction and which, in the opinion of the ;~nginefc", could tia' e tJeen d 3c,)vered by reasonable diligence on the part of nntract(;, It cS th, inten' ct this Contract that al] work must be done and L m,i'J'Lial rnusre tUr'lisherj in accordance With generally accepted raCLi F'urther, t IS the intent- of the Contract Documents that the 'Jotla\ h" r' )rm d 'd rk to:'c,mplete the project ready for its te"d~ ';e Section A (Revised 9/18/00) Page 23 of 27 A-53 Lack of Information thE- btdo('[ e s '::.eq;JE'5t. hat tleu- insuffi ient information in order for him b ,j Hid " '~()r t luct the work, he is required to make a [ clddlt' :['1" ,r~for:nat}(n, All \~'sts associated with the 'iV(,st 1lFd or sha] I be h rne by thE' Bidder, w'ith no compensation from the B],jdE'Ishall not perform dny investigation at the s ',,02 Ui le:s w,'l11cn request IS submLtt,ed and approved. The chi j )t iJSe t f ( i k of 1 n f rmat 1 on a a basis for requesting H~)We-/f. PU"P Ie? lLilte h re. OJ . ;Je C J ' ,Dove ; '2 ~nt ra t je Atr::i':,'lper ~:;( t A-54 Amended General Provisions B-2-7 Preparation of Proposal rhe Bi,jd.: hac lie of'ion OJ subn1J tting a computer-generated printout in lieu the r r upns 11 Sr,ee .':3 shov-.'j nq 1 he Bid Tables. The printout will list all rd itcrw; ILncludlng any optj,:lIl:; and 3dditivesJ contained on those sheets. i'he 1.' lilt.out '.'-'11 i be s1Ibstantially In t,he form attached to these pee i,I ,e,l lonE fhe Cunt r d 'tor chooses to submit a printout, properly omplete,j rcmall tne p:qe:-; Clf the Proposal shall accompany the printout. f' add t rnmed<i : t I,n, t lw J: 1f Y f c 11 'W I1C] out sraloflt,a i n i'hc' H11 ummary: the following statement and signature ce f... 3'.1 ,{'ontractor) certifles that the tr is print)ut [Clr bid rtems (including any 'onto i ned 1 J t h L; proposal are the uni t prices ..". w 11 bf' tabulated Jsing these iJ'liL prices 'om thiS printout .)c now] coge'llnd agrees that, the Total Bid Amount shown it:; ,'otd Rid; and further dgrees that the official will Le determined by multiplying the Quantity (Column osal rj thf,- corTE,sponding Unit Price (Column IV), and Lh,' 'ext e:ded dmount unit prices option and intended and and no other hi 'wn en ,tddl t] 'Ie) , n" J it:: 'I! nnatl ,-. [it! .:lC-tC a r") l -i.l I i RJd"n1cun -,hEe ! rOf t Jt 311. nu a '" (Signature) (Title) (Date) A-55 Pre-qualifications Requirements t, ac<,~c,[ding thi stdndard ur t~chnical speCifications, any item of ~nateric.i.L or a manufa:turer not named in the speci fications desires to be I,requaJ I f led, the bidder or I~he manufacturer of the product shall submit to the Engineer at least 14 Calendar Days prior to the Bid date, all information nd refeIf;nce ne'cc.sa y to '"valuate that the product is equal in quality to 'he ones specified. t is ucn bidder's Of manufacturer's responsibility to ! rov1de com!)let e pakagc-' '. ,f 1 n formati on for this evaluation. The names of he prE-qualified pJodlcts 01 manufacturers will be included in a subsequent /'ridendurn prior t I'll' id datE", Section A (Revised 9/18/00) Page 24 of 27 A-56 Dewatering :n th~3 fJr('J'~cl >lIs iiVi' qations ,-ino approximate groundwater table c'vels ,,,en' (jet,'!:' HI ,d. .. E~xpected that groundwater will not play a najor I Ie il ~!ICt The "oquired excavation:~. If groundwater is ncoun' ered d(,j : I ; '1e )Pl Li )f thE' Rngineer wE'll-pointing 1S required, nel: h. (mt t 1 t sha 1 b" r'd id based on the linear foot of trench xcaveJ'i '11 dtel,Je j-penn' cd requi led (not by' linear foot of well- n ts Ar.'-L _~ewdte r ng me t huclJ s.~~__lJJ_ t he _<::O!).!.!:.cJ_~tor , other than we 11- JintJg shall be lnsic!ered ilbsidial~'i _t~~he b.icLitems for the utility ineL 1i+ r C Vl it unles3,pprovedot.b",_r:wis~!?y the Engineer. cin ',,"erl:_ , 1\ C ILra.~t ll, ci stab tur~~Se pt ::;t"t';-111 be '; ]["9 rade requl red to take whatever steps are for the installation of any culverts, ,ecess Jt t, i)I I Ie pLpes, m lnhGl, s :'- n: :torm.-JatJ'r that E nt, rs a,ll ex,;,,'., aLion can be pumped out as long as care is :Jken IC mir,iniz, ,0] ds anc! milC' >->nterinq the pump suction and flow is pumped d O'dt or ']d [lows to! heet flow prior to entering a storm water iraIna1€ li! te ,em WdL'! Ilet. 1\n alternative to sheet flow is to pump Lorm.-JCJrer to HI rl ea 'tlhere pondinq occurs naturally without leaving the iesign it,d \vork n ed or uv a 'lIanmade berm(s) prior to entering the storm "~cater tem. ,;r,e' low d ,el ['()ilding lS to aJJow solids screening and or lettl; 9 pr oc ':;li'erIng :3tcrm water conduit r inlet. Storm water or I ("ound,.,a '.,r S 'LIllo bi'c d cll,:.,! (led t pIlvate property without permission. s t' n:"erlr Ul t Con' a t "I di scharge groundwater primarily into the xistJ ,g st'iP\! 'dd er sy:;teTil, [J"videcl thdt the quality of groundwater is ']ual or :)el han the r"':f?ivinq stream, Turkey Creek, Nueces River, 'lueces Bll. '1\,,', tJ'. qrourdwalEl qual ity is to be performed by the City, at he Cl'" , '03t, rr'] r, ommer Inq discharge and :.;hall be retested by the Ity, it the !t'l':; expen:e, minimum)f once 3 week. Contractor shall lordl a 'v1 h Ire ity, I, test Ing. Test wlll also be performed as 3Cft r ew alea 01 ,tnJ~l )[1 started Another option for disposal of "ounchea l'r b" r tor we 1,1 !!c'lude purIipinq to thp nearest sanitary sewer Isten f j , 'LI '11 Ij t "ITi I illY hoJchnq tanks ,3r:d trucking to a sanitary :ewer \vd3t',oJd' el plan', costs for these operations shall be :egotJ ,t,~,L (tb,,'! q lundwd ,or i!sposal .dternativps or solutions may be i;:'prov, dny tl" f r;,' ifl' PI 'L by Cd'''' ;')a31 S, rior '- ~)ump nq C1 GUildwa tel f "')ntra' <t"1' sh,-il1 (()n act Mark : lorn Ine Wastewatf'f)ept ~it Nater analysi s ,t requ i reel TroundvJa'F:r f~ U\v e!I, Lhe ;hell 'l '.-J ill The trench to the sanitary sewer system the 8~)7-1817 to obtain a "no cost" permit pay for any water quality testing or permit will require an estimate of A-57 Storage, Access and Security ne C'fl' :treet '?aSemei t :Jut es ractor The ,hll ~:l:d ic;ns be ~: lowei access [0 the project site via Leopard Df U1 j 1 ,\iY easements and temporary construction ou! ps, and u''.'"! rictions on use of the easements and access n he "td IS ':ICt '(co: ,.:.e st Ol-J[ 't,orag. ' :dsement 1. c:.iycow; d.Y'_ as) I .lr locGte.! ,,1o',g Leop-lrd "qlll pmen t :;treet, 2nd materials is limited to the ,\t th.' Install mauthc,r ~) [OV id" rhe ust', 'encin'l eno ,)f e"ch day"~ CU1Istruct, i on temporary clain liilk fencing or zed ol(>~:(-:S ;1tO th'~ construction pusit Vi oj stacIe aqainst both f or 1 y ,-,- anqe saf,'1,Y :k't tinq wi I hall hd\'C -j inimum 'If'! "1 j of five activities, the Contractor shall at_he r approved means to impede area. The temporary fencing shall pedestrians and vehicular traffic. l not be permitted. The temporary feet Section A (Revised 9/18/00) Page 25 of 27 A-58 Stormwater Pollution Prevention )ue t. SWPPi he d' terns 1 Pc' I "roe C 1 ;: 11; q \..:r Ii ,:)UL Sf ',oLl ~leaSUl <:~ j t i I ans .j (~, ~ t A-59 Dust Control he C( ltl,--jcto Sarth ": L'l,'e Ippliclt ;'il "pl. _ hall Ie 'nis p' 1 : his project, storrnw~ter pollution prevention I mplement,dt Ion can Ildve a negative impact on property ,'-;tricl compliance to all SWPP be enfor,:ed, In additi.on, if during the Swpp Items dre required to limit or control I I, then t ne Contract or shall implement these ontLilc t pric:e, See Attachment 'A' and the ! r! 'pt )Crl. t In Ci1 ild j lOp: upe i a rId p [ ! \' d t ;'J !' ~)l an~; orh"l o ha I mi ;( c .: r 1n 001'1 Ii re,se 1[1 h nna t i" i" n 11 nf hel 11 take ::easonable measures to prevent unnecessary dust. iU E't ~o 1U51! ng shall be kept moist with water or by he Ciical oust ,;uppressant. When necessary, dusty materials ! i Ii tin." ! t sha "I be covered to prevent blowing dust. Buildings ideq'ldtel r rotectlld fr')m dust. Monthly payment will be withheld if s)[ rot follow,;:.d, A-60 Additional Time for Completion/Liquidated Damages Information Related to Ea$ement Acquisition by the City !'he C, fit il t -coo) ec' urren dseme:,t. :"lthin " I fl, fry! 1 llel tIe Co t r.dcr.Ol 'hat a ,0 ",ithi" h rcb} 101 i [led that time is the essence on this 'Ll S 1f1 :1e process 01 : Ii S P r ) j e c l s t d t us wi] 1 be d"en lar Days after receipt Old 11 commen::;e cunstructi.on , x I cst nq Iightnof way, exist acquiring permanent and temporary provided at the Pre-Bid Meeting). of the written Notice To Proceed, wi thin the areas of the project ing or newly acquired easements. '", not,d ,n)Ecct IO[ 1\ 6, thE: w(J[kJng time for completion of the project shall e 210 Calendar Days. II the e (Jnt rai j aced )i nt t hdt 'il'r :equI'1"9 '10 d 1J'I I! par ti( ul -ir ,"asement has not been acquired prior to the that !'aserl\(!nt for construction, the Project will be he eaSt'rnen' is acquired. 'a lend", L Du ''is W 11 i not Le unted onstrLh=:t Jon 15 ~In he i d due Lo easement ;Jeen>i If i cd 1 hd t :,he edsement: has 'ommen, dgdlr: dnd U,e Contractor shall not c' ilf 'cd dgel In', ; he ('omple t i '.'n da tt' ty against the completion date while acquisition. Once the Contractor has been acquired, construction shall H)-mobilize within 7 Calendar Days limi t) at no additional cost to the 'ne Cor lict,H ""lldl imely 'flh'lner, 'vJit,t; n he COfir rj;-.:t(lf shal A-6l Fence Removal hen p[~ceed to complete the remainder of the Work in a he ::eIlIdi ] [;<1 allot ted number of Calendar Days. 1ve no 'l.}]Hi for delay compensat ion. The CCI1t actor ~Id 11 protec t dnd maintain existing fences in the project ,rea; hJW2'v'e r, 1 t rem< val of a fence is necessa ry for construction access the 'mtra, or shall noti y the EngJ neer prior to removal. The Contractor shall 1Jbmit proposed pJ,'1n Lor repLacement that shall be reviewed and approved by 'he Engineer pci r: to commencement: of fence removal. Any removal/restoration f exicting fences is considered a subsidiary element of the contract. In >,articu j d ~ thE' c< ,nt' acter sha 11 exercise every caution to protect and ndintdl he e>(i;;tlng retdin:nq wall that ]3 located between stations 513+38 Id 1 r-,! 4 Section A (Revised 9/18/00) Page 26 of 27 SUBMITTAL TRANSMITTAL FORM PROJECT: ,ECWAEfj S RF: T RDACSIIJ[ ,AFETY ]fY1PRQVEM~tJTS, PHASE I; PROJECT NO. 2208 OWNER: ITY Ul C' EP ';:, CHR 13T I ENGINEER Gill'! ,STlN t:NI ,INF:ER I NG, - ~ INC. CONTRACTOR: SUBMITTAL DATE SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A (Revised 9/18/00) Page 27 of 27 "~TTACHMENT I PROJECT SIGN ze ..... 3 I&J 0% 3 ::J - ..J lIJ 0:0:: CD III CD 0"" ~ 3l!: 3l!: to- g~ II: Ill: a: s: ~ ~ ~ :c ~ :J: t- ~ CD lIJ 21 _ OU 2&- OU Q :z to "-0 Z ~ C) I- ~ en ~ en CD - a:: l1J a:: ~ :c <t: :e ~ U en -I I- 'en CI) -I 0 CL 0 ~=> -CD 0 Il:a. ..w 00:: = ~ 0 0 w 0 ~O , I =.... Z r- eo U 0 ~ CD (!) Z 0: - > :::> 0 0 a::: >- a. ~ - 6" 21-0" ,1_ aU 4'- 011 AttacbmeJltJ Page 1 of I I1,,"V 7~A SECTION C FEDERAL WAGE RATES AND REQUIREMENTS Pagelof3 e T' x, "'erai ')e'IS10n Number TX030 22 iJU25/2005 TX122 ,;truc i T'fpes Hea'! and lligh.."ay "nties N1Jeces, 'Jar Pat:rJClO and 'llctoria Counties in Texas. J CHWAY ('ONSTRUCTION PROJECTS (excluding tunnels, building 31ructures ln rest area projects & railroad construction; odscule, suspension & spandrel arch bridges designed for :ommercial navigation, bridges invoLving marine construction; ill'] othe: major br\dgesl '-1od Lficat icn Number o 1 publication Date 01/28/2005 02/1B/200Ij 02 /2 c; /2 0 () I, 2 ,;UTX200' 11 7 11/09/2004 Asphalt Distributor Operator ,$ Asphalt paving machin~ operatorS Asphalt Raker.,. .$ Bulldo~el operator ..$ .'arpentel . $ ,'onerete Finisher, Paving. .$ ':oneret: e Finisher, StI uctures. . $ 'oncrete Rubber. . $ 'rane, Clamshell, Backhoe, Derrick Dragline, Shcvel Operator ..$ Plagge! .$ Form BUllder/Setter, Structures$ Form Setter, Paving & Curb .$ Foundation Drill Operator, Truck Mounted. . . Front End Loader Operator. Laborer, '::ommon. Laborer, 'Jtility Mechanic, Motor Grader Operator, '.;rade. Motor Grader Operator, Rough. pi pel ayel Roller Operator, Pneumatic, Self Propelled... Roller Operator, Steel Wheel, Flat Wheel/Tamping.. Roller Operator, Steel Wheel, Plant: Mix Pavement, Scraper Operator Fine Serv)cer Structural Steel Worker... Truc}.: dri ver, lowboy-Float. [ruck driver, Single Axle, Heavy. Truck driver, Single Axle, Rates Fringes l2.42 l1. 57 9.36 10.90 LO.71 12.18 1.16 10.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 12.55 7.17 11.47 9.65 0.00 0.00 0.00 0.00 .$ . . $ 15.32 10.05 8.35 .$ 9.09 .$ 13.17 0.00 0,00 0.00 0.00 0.00 t- . ..;> .$ . . $ .$ 13.78 15.00 9.00 0.00 0.00 0.00 .$ 8.57 0.00 .S 8.57 0.00 <' 9.49 ..;> ... 9.67 .y ("> 10.75 .y t- 14.00 .y C" 14.15 ..) t- 1 1 .39 . " 0.00 0.00 0.00 0.00 0.00 0.00 h;-'1-r~ IUr\Jr\l.I '1J{~(,1 on."'-\1Trlr\1/'.,"r~f,lp('/.r1":l'l.,.C"hqr",-....n/TV1'''''''1 A,rh. 1 I'H\ ''''AAL Page 2 of3 'eight Truck DJ ver, T,o,nnem i\x lc ,',enll .'r" lle[~ WeIde 1 Work 'on~. Ba.rti ace er'Jl,-:e' -' 9,00 0 00 0 00 0 00 0 00 - - - -- - - 9.39 18. DO 8.97 wELDERS Receive rate prescTLbed for craft performing ,peration to which welding is incldental --------- ----------- ----------- ------------ in] isted t he scope "ward on1'r 9CFR c ( classificatIoLs needed for work not included within f the classIfications listed may be added after as provided in the Labor standards contract clauses (a ( 1 ; 1 i In the lIsting above, Lie "SU" desJgnation means that rates lIsted under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations Indicate unions whose lates have been determined to be 'revai ling WAGE DETERMINATJON APPEALS PROCESS Has there been an initial decision in the matter? This can bF an ex sting published wage determination if surJey under lying ,-t wage determination a Wage and Hour DJvision letter setting forth a position on a wage determinatJon matter a conformance (additional classification and rate) ruling em survey r'elated mat te r s, ini t ial contact, including requests fur summarIes of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional 0ffices have responsibility for the Da'v'is--Bacon survey program. If the response from this initial contact is not satisfac~ory, then the process described in 2.) and 3.) should be followed. Wlth regard to any othe matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Con~;tnlctjon Wage Deterffiinat ions Wage and Hour oi, ision U S Department (f Labor 200 Const it IJ ti onl\venue N _ itl Washington, DC 2(210 If the answer Lo thE questJon ~ll 1.) is yes, then an httn //'WW\X/ urdnl on'./l""l......l ,'rHJt';J'cc/,-L-,. ,'.h..., .../'T'v", '"l'"') __1- L Page 3 of3 Lnterested party (those affected by the action) can request '''view and reconsideration from the Wage and Hour Administrator 'C 29 ':FR Part I 8 ani 29 CFR Par'l 7). Write to: Wag,. and HOllY Adini n is t r 3 tr 1 r Ii S Department:. f Laber 20 ('onstJ.tutlon Avenue, N.W Washington, DC 2 210 .:'he request shoLld be ai'companied by a full st:.atement of the nterested party's position and by any information (wage payment data, project description, area practice material, etc ) that the requesto considers relevant to the issue. If the decision of he Administrator is not favorable, an interested party may appeal directly to the Administrative peview Board (formerly -he Wage Appeals Board). Write to: AdmInistl at i Vf.-:' Review Board U S Department ,.f Labor 200 ConstitutIon l\.venue N W Washington, DC 2(;210 q All derisions by the Adminlstrative Review Board are final. --------------------------- ---------------------------- END OF GENERAL DECISTON hUn iwwwwrlol pov!wr!ol/"p::lfilp",l{b",,,,h,,r,.'\n/TYl 'Y) ,..J"h 1 '''''A'''''AA, ......'j~......_.L.\.A_~_.1..'L',J all'Ll. LlLCI.Jlla~o::: t"..lUJt":;CL:,:)! Page 1 of2 CHleral !e SIan Nllmher TX030039 06/13/2003 TX39 ~;upersed,~d ';ene' a [J,'c i Ion Nc TX020039 lIte TF)",\" (' nstruc j." rYI,e H E1WY C':.>dnty (1 <:-"S ~n IECES Sf\N 'ATR TCIJ HEAVY CONSTRUCT10N PhOJiTTS (including Sewerlnd Water Line C',nstructi"n and Dla naqe Projects! t>'L~'difical i:'fl Number o Publication Date 06/11/;'003 ;'OUNTY ( ie~: NU8CES :3M'; PATR TeTO ~:!!TX20 52 i: 2/0JiJ 98 Rates Fringes (~ARPENTERS Excl udi ng Fo'm ;et ti ng $ 9,05 i'ONCRETE FIN: SHER 7 56 ~:LECTRICIAN 1337 2.58 LABORERS: Common lit-lUty S 64 7,68 POWER EQUr PMENT OPERATOR~:. Backhoe Motor Grader 9.21 8.72 WELDERS Receive rate prescribed for craft performing operation to which welding is incidental. UnJ1sted classificat:ions 'l.eeded for work not included within the scope at the classifications listed may be added after award only as provided ir the labor standards contract clauses ) 9 CPR 5 S ( a) (1) (i i ) in the listing above, t.he "SU" deSIgnation means that rates 1 :"led under that identifIer do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose "at~s have bf>en determined to be prevailing WAGE DETERMINATION APPEALS PROCESS 1 Has there been all Lnitial decision in the matter? This can tlf' * .Ill existIng published wage determination * il survey underlying d wage determination t-.,.., '~~~"'~"-7 ,-J! ~~ . ) I 1_ L ''T'''T1/.. 1 I Page 2 of2 Wage and Hour Cell. is ',JTI let er ',etting fon'.h d ,ositiun 'n J wage jet c~rmina; iun matter j confC\n"dn(>~ (addlti'nal~llssi"iC'i:ltion and rate) \Ili ng survej r elated mat tet S, 1 r11 t La J 'ontact, including requests :u: summarIes of sllrvey~ should bf' with the Wage and Hour Reg10nal Dffice Eel thelrea ill whJ(:h the survey was conducted t)fOl:ause those Reqional ('[fices have responsibility for t,he 0dVLs-Bacon survey program. If the response [rom this initial :ontact is not satisfactory, then the process described in 2.) Hid 3.) shOll ld b,~ fo I lo\<ed. ~ rh regard to any athel matte! not yet ripe for the formal process described here, initiaJ contact should be with the Branch ,)f Construct iOIl Wage 'Jet erminat 'lonf; Wri Ie to: Branch of Constc.lct Lon WaCje DE;t erminat ions Wage and HOllr D1.ris1on U S Department of Labor 200 Consti t\ltion Avenue, N. \'J Washington, D C 0210 [f the answel to t~he quest I on i r: L) is yes, then an nterested party (thoselffected by the action) can request review and reconsiderati::m from the Wage and Hour Administrator See 29 CFR Part 1 8 dnd 29 CFR Part 7). Writ.e to: Wage and Hour ~dministratcr U S. Department of Labo! 2nO Consti tuti,m Avenue, N. W. Washington, D. C. 20210 The request should be ac,'ompanied by a full statement of the nterested party's position and by any information (wage payment data, project descriptiol), area practice material, etc.) that the requestor considers rele'/ant to the issue. , [f the decision of the Administrator is not favorable, an lnterested 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. ~ 20~10 4 All deCisions by the Administrative Review Board are final. END OF GENERP.L DECISION htln \:lnl.rU! 'i?fl.'!;' of",r.nrA.-...l! -'r>.~,~l,.."....i_J.~_ .,1- Jrr~"T" I') 1 , AGREEMENT THE STATE OF TEXAS ~ COUNTY OF NUECES ~ TEi: P\(;Rr~E:METJT s ':en' eIECe! int thls 11TH day of APRIL, 2006, by and ween fle CITY OF CORPUS CHRISTI t he COt mty of Nueces, State of t.r ae If ,q " , 11 ih t.c aut nor 1, zed Ci t Manager, termed In the " :)c'lner} t a "i'l t " jnd Reese Contractinq, Inc. termed in the , <as, trae' )CI'umer 1 T is " rd j tor," Ipon these terms, performable in ""c::e'e:; nT ~, a,' r: nsi<ie'a1 ~'" =lyment t $1,050,000.50 by City and other ~gat s ') f j as S?t hp,p ~ ntrCictor will construct and 'mplet ertrill' m~ 'ovement l" desCrIbe,) as fol ows: LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE 1 PROJECT NO. 2208 (TOTAL BASE BID: $1,050,000.50) 1. 'crdinq t t "ie a tachE'c! lans and Specifications in a good and Kman 1 ,::0. m3f'l,e :or t he prices and conditions set out in their 3che, iei r c: a1 S jP)' nq ar their expense such materials, i\'e lab 1 f'l ~. ri 311 r a; ili' as r eUll} red b\ the attached Contract j, uments jnclucLng oversee the en lre job. The Contract Documents ude IC, ;ate,~m"nt, ire Ld propoSal and instructions, plans and , f' 1,1 3 ~ 5, --le ucll n':J maps, r=>lats, blueprints, and other \hing:c. , t e f( "man d Paymert bonds, addenda, and related uments:il no vo/:'ll h canst, 1 te the contract for this project and are rTdC1P a pal there t, Agreement Page 1 f 2 Leopard Street Roadside Safety Improvements, Phase 1 II III IV V A- 1 4 EA Curb Inlet (5' Opening), complete in place per Each $2,853.00 $11,412.00 A.2 4EA 5' Curb Inlet Extension, complete in place per Each $694.00 $2,776.00 A- 3 3EA Slot Inlet, complete in place per Each $2,749.00 $8,247.00 A.4 9 EA Post Inlet with Apron, complete in place per Each $4,904.00 $44,136.00 _. Extend Parking Lot Drainage to New System, A- 5 ~. 1 LS complete in place per Lump Sum $2,190.00 $2,190.00 A-6 41 LF 18" RCP, Class III, complete in place per Linear F oat $76.00 $3,116.00 . . 24" RCP, Class III, complete in place per A.7 59 LF Linear Foat $85.00 $5,015.00 A.8 158 LF 30" RCP, Class III. complete in place per Linear F oat $106.00 $16,748.00 . 36" RCP, Class Ill, complete in place per A 9 1 244 LF :~ Linear Foot $133.00 $32,452.00 3'x3' Box Culvert (Ind Shoring, Excavation, 372 LF Bedding & Backfill), complete in place per Linear Foot $196.00 $72,912.00 -- 4'x3' Box Culvert (Incl. Shoring, Excavation, A11 623 LF Bedding & Backfill), complete in place per r- L1inear Foot $230.00 $143,290.00 .. Safety End Treatment for 3' X 3' RC Box - IA-12 1 EA Parallel Drainage. complete in place per I Each $6,545.00 $6,545.00 IA-13 Safety End Treatment for 4' X 3' RC Box - 2EA Parallel Drainage. complete in place per r Each $6,586.00 $13,172.00 Precast Safety End Treatment for 24" RCP - IA-14 1 EA Parellel Drainage, complete in place per r- Each $4,183.00 $4,183.00 iA-15 1 EA Precast Safety End Treatment for 24" RCP - i Cross Drainage, complete in place per Each $4,183.00 $4,183.00 A-16 7 EA Manhole Type 'M' (Junction Box with Access), complete in place per Each $3,292.00 $23,044.00 t-17 265 SY 7.5" Hot Mix Asphaltic Concrete Pavement (HMAC), complete in place per Square Yard $82.00 $21,730.00 6" Crushed Limestone Base, complete in A18 786 SY place per Square Yard $29.00 $22,794.00 Concrete Driveway (Commercial & A-19 1090 SY Residental with Aprons), complete in place per Square Yard $79.00 $86,110.00 A-20 1540 LF Concrete Curb & Gutter or Valley Gutter, complete in place per Linear Foot $23.00 $35,420.00 A-21 1.5 AC Site Grading, complete in place per Acre $5,491.00 $8,236.50 A-22 3301 SY Erosion Control By Blanket Sodding, complete in place per Square Yard $9.00 $29,709.00 I Concrete Slope Protection & Apron IA-23 10500 SF Extension, complete in place per Square ~ Foot $9.00 $94,500.00 A-24 1791 CY Select Fill Material, complete in place per Cubic Yard $43.00 $77,013.00 _. Trench Safety Plan, complete in place per A-25 1497 LF Linear Foot $3.00 $4,491.00 .- - Traffic Barrier Drains, complete in place per A-26 1 LS Lump Sum $8,818.00 $8,818.00 --"- Mobilization/Bonds/Insurance, complete in A-27 1 LS Iplace per Lump Sum $24,512.00 $24,512.00 ---.-- .--- Demolition & Site Preparation, complete in A-28 1 LS place per Lump Sum $19,691.00 $19,691.00 A-29 1 LS Storm Water Pollution Prevention Plan, complete in place per Lump Sum $13,596.00 $13,596.00 -,~~ Traffic Control Plan, complete in place per A-30 1 LS -.-.--- _. Lump Sum $16,341.00 $16,341.00 Subtotal Part A: $856,382.50 (Bid Items A.1 through A-30l - Concrete Curb Ramps, complete in place per B.1 3EA Each $517.00 $1,551.00 B-2 784 7 SF Concrete Sidewalk, complete in place per Square Foot $8.00 $62,776.00 B-3 300 LF Chain Link Fence (across Trukey Creek), complete in place per Linear Foot $48.00 $14,400.00 B-4 70 LF Pedestrian Handrail, complete in place per Linear Foot $65.00 $4,550.00 B-5 1 LS MobilizationlBonds/lnsurance, complete in place per Lump Sum $1,634.00 $1,634.00 B-6 1 LS Demolition & Site Preparation, complete in place per Lump Sum $8,922.00 $8,922.00 B-7 1 LS Storm Water Pollution Prevention Plan, complete in place per Lump Sum $8 432.00 $8,432.00 B-8 1 LS Traffic Control Plan, complete in place per Lump Sum $3,268.00 $3,268.00 _.,- ~ II III IV V Subtotal Part B: $105,533.00 (Bid Items B.1 through B-8) II III IV v C-1 1 LS Water line Adjustment ( at ST A 521 +07), complete in place per Lump Sum $1,307.00 $1,307.00 Miscellaneous Utility Adjustment (fire hydran~ C-2 1 LS electrical lines, etc.), complete in place per Lump Sum $3,399.00 $3,399.00 Allowance for Possible Utility Relocation C-3 1 LS (water service line), complete in place per Lump Sum $36,000.00 $36,000.00 C-4 1 LS Mobilization/Bonds/Insurance, complete in I place per Lump Sum $1,943.00 $1,943.00 C-5 1 LS Demolition & Site Preparation. complete in place per Lump Sum $6,635.00 $6,635.00 C-6 1 LS Storm Water Pollution Prevention Plan, comDlete in place per Lump Sum $5,981.00 $5,981.00 ~r ~ 1 LS Traffic Control Plan, complete in place per '.' ' Lump Sum $3,840.00 $3,840.00 tc-s 315 LF Hydro-Excavation, complete in place per linear foot $92.00 $28,980.00 ~._- Subtotal Part S' $88.08500 (Bid Items C.1 through CoB) $88,085.00 Subtotal Part A $856,382.50 Subtotal Part B: $105,533.00 Subtotal Part B: $88,085.00 Total Base Bid: $1,050.000.50 Reese Contracting, Inc certifies that the unit prices shown on this printout for bid items (including any option and additive) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print out. Reese Contracting, Inc. acknowledges and agrees that the Total Bid Amount Shown will be read as its Total Bid: and further agrees than the official Total Bid amount will be determined by multiplying the Quantity (Column II) in the Proposal by the corresponding Unit Price (Column IV), and then totaling all the extended amounts, J/~ W.L Reese President 3/1/2006 rhf'~nt:,'l t r 11 ~ --h r 'c, CCC J (CO, wit ten '1'1 Om'Tle ce wcrk 'Nithin ten (10) calendar days from order md wi 1 J:omplete same within 210 CALENDER DAYS ,'- t"t l' n s t r u r,~c :"\(3 at' F T riC JJi"" 1 '':, iN, ont rei 't r rdC '3 '~ -, 1 n ,:= e ,^l 1 ..,... ~ "-t qres e ;i n j 1 8alt.'3 ,:~ir it 're ATTEST,r _'{ ( . .../.,,/~ ,~._~. . 'j'"~1it--~=tr-. 't, ___._.___ t- V "eC"y."'ta c\ ' , " fi '~,' : ATTB": (If Corporation) ) , f '-". .L- / '.. ~<---/_.LL '" .; (SeaT Below) / /,~: (Note:: If Person signing for co~a~ion is not President, attalb.. copy of authorization to _In) n f''''C!un. Should Contractor default, L lCj _:13 eo :lamaqes as set forth in the in r 1 nt fund,'.' for performance of the the lnrract Documents as the work _orpus ruisti, fexas on the date shown CITY OF CORPUS CHRISTI '-, 31': ~_ ~-&).::::n,~ Ronald F. Massey, Asst. Cit f Public Works and Utiliti - Cb ,r By: ~ z:-,~ 'f/zt/P~ Ang?, . Escobar, P.E. irector of Engineering Services CONTRACTOR Reese Contractinq, Inc. 71):' ~/v2)~ e:' Pre- (~,r:A@r\. t By: Tit 6802 Safety Steel Dr. Address) Corpus Christi, TX 78468 (City) (State) (Zip) 361/994-9555 * 361/994-1269 i?h( nel (Fax) Agreement Page 2 of 2 13')J-cb0-.fEi AUTHO~LLL. ; ~tl.___ Lfj!.~j!!!. PrL/ ---.---..................- ~ - "rr:nnl1I:>V LiL PRO P 0 S A L FOR M FOR LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE I DE~TMENT OF ENGINEERING SBRVICES CITY OF CORPUS CHRISTI, TEXAS REVISED Prqposa.l Form Page 1 of 11 1.1, W':.ft:: '"j lDDDDrJM NO. 1 Att&~t Mo. ~ page 1 of 11 c, L L i r" I\~ ; r d'::ie II') PROPOSAL c~.. ./.~)C(.s eJJ /C/;~ IV. !'/lIKC-/-J 0 2cv~ , / / Proposal of i~ee SC'. Cor)+RILIC'/-/~~, / n C. a Corporation organized and existing under the laws of Place: Date: the State of LEX/? S OR a Partnership or Individual doing business as TO: The CIty ., c.,u CIuisd, Texas Gentlemen : The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PBASI I at the locations set out by the plans and specifications and in s crict accordance With the contract documents for the following prices, to-wit: REV:I:SED Proposal Fonn Page .2 of 11 Al:lDBImJM fro. ], At~t JI'Q. 2 Pqw 2 ot 11 Leopard Street Roadside Safety Improvements, Phase 1 II III IV V A- 1 4 EA Curb Inlet (5' Opening), complete in place per Each $2,853.00 $11,412.00 A-2 4 EA 5' Curb Inlet Extension, complete in place per Each $694.00 $2,776.00 A-3 3EA Slot Inlet, complete in place per Each $2,749.00 $8,247.00 ~~4 9EA Post Inlet with Apron, complete in place per Each $4,904.00 $44,136.00 Extend Parking Lot Drainage to New System, A- 5 1 LS comolete in place per Lump Sum $2,190.00 $2,190.00 A-6 41 LF 18" RCP, Class III, complete in place per Linear Foot $76.00 $3,116.00 ~A- 7 59 LF 24" RCP, Class III, complete in place per Linear Foot $85.00 $5,015.00 iA- 8 158 LF 30" RCP, Class III, complete in place per k- 9 Linear Foot $106.00 $16,748.00 - 36" RCP, Class III, complete in place per 244 LF Linear Foot $133.00 $32,452.00 3'x3' Box Culvert (Incl Shoring, Excavation, A-10 372 LF Bedding & Backfill), complete in place per Linear Foot $196.00 $72,912.00 4'x3' Box Culvert (Inct Shoring, Excavation, A-11 623 LF Bedding & Backfill), complete in place per L1inear Foot $230.00 $143,290.00 Safety End Treatment for 3' X 3' RC Box - A-12 1 EA Parallel Drainage, complete in place per Each $6,545.00 $6,545.00 Safety End Treatment for 4' X 3' RC Box - A-13 2EA Parallel Drainage, complete in place per Each $6,586.00 $13,172.00 Precast Safety End Treatment for 24" RCP - A-14 1 EA Parellel Drainage, complete in place per Each $4,183.00 $4,183.00 A-15 I 1 EA Precast Safety End Treatment for 24" RCP- ! Cross Drainage, complete in place per Each $4,183.00 $4,183.00 A-16 7 EA Manhole Type 'M' (Junction Box with Access), complete in place per Each $3,292.00 $23,044.00 I A-17 ! 265 SV 7.5" Hot Mix Asphaltic Concrete Pavement HMAC), comolete in place per Square Yard $82.00 $21,730.00 A-18 786 SY 6" Crushed Limestone Base, complete in lolace per Square Yard $29.00 $22,794.00 Concrete Driveway (Commercial & A-19 1090 SY Residental with Aprons). complete in place I per Sauare Yard $79.00 $86,110.00 A-20 1540 LF Concrete Curb & Gutter or Valley Gutter, comolete in olace per Linear Foot $23.00 $35,420.00 A-21 1.5 AC Site Gradirnl, complete in place per Acre $5,491.00 $8,236.50 A-22 3301 SY Erosion Control By Blanket Sodding, complete in place per Square Yard $9.00 $29,709.00 Concrete Slope Protection & Apron A-23 10500 SF Extension, complete in place per Square Foot $9.00 $94,500.00 A-24 1791 CY Select Fill Material, complete in place per Cubic Yard $43.00 $77,013.00 i Trench Safety Plan, complete in place per IA-25 1497 LF Linear Foot $3.00 $4,491.00 t A-26 1 LS Traffic Barrier Drains, complete in place per t- Lump Sum $8,818.00 $8,818.00 1 LS Mobilization/Bonds/Insurance, complete in !A-27 place per Lump Sum $24,512.00 $24,512.00 A-28 1 l.S Demolition & Site Preparation, complete in place per Lump Sum $19,691.00 $19,691.00 A-29 1 LS Storm Water Pollution Prevention Plan, complete in place per Lump Sum $13,596.00 $13,596.00 A-30 1 lS Traffic Control Plan, complete in place per L Lump Sum $16,341.00 $16,341.00 Subtotal Part A: $856,382.50 (Bid Items A.l through A-3D) 1/ III IV V B-1 3EA Concrete Curb Ramps, complete in place per Each $517.00 $1,551.00 B-2 7847 SF Concrete Sidewalk, complete in place per ISQuare Foot $8. 00 $62,776.00 B-3 300 LF Chain Link Fence (across Trukey Creek), complete in place per Linear Foot $48.00 $14,400.00 B-4 70 LF Pedestrian Handrail, complete in place per Linear Foot $65.00 $4,550.00 B-5 1 LS Mobilization/Bonds/Insurance, complete in place per Lump Sum $1,634.00 $1,634.00 B-6 1 LS Demolition & Site Preparation, complete in place per Lump Sum $8,922.00 $8,922.00 B-7 1 LS storm Water Pollution Prevention Plan, complete in place per Lump Sum $8,432.00 $8,432.00 B-8 1 LS Traffic Control Plan, complete in place per Lump Sum $3,268.00 $3,268.00 Subtotal Part B: $105,533.00 (Bid Items B-1 through 8-8) II IV V C-1 1 LS $1,307.00 $1,307.00 C-2 1 LS $3,399.00 $3,399.00 C-3 1 LS $36,000.00 $36,000.00 r-- Mobilization/Bonds/Insurance, complete in jC-4 1 LS place per Lumo Sum $1,943.00 $1,943.00 IC-5 1 LS Demolition & Site Preparation, complete in j place per Lump Sum $6,635.00 $6,635.00 r 1 LS Storm Water Pollution Prevention Plan, IC-6 comDlete in place per Lump Sum $5,981.00 $5,981.00 I Traffic Control Plan, complete in place per ~~-7 1 LS Lump Sum $3,840.00 $3,840.00 Ic-a 315 LF Hydro-Excavation, complete in place per linear foot $92.00 $28,980.00 Subtotal Part B $88,08500 (Bid Items C-l through C-8) $88,085.00 Subtotal Part A: $856,382.50 Subtotal Part B: $105,533.00 Subtotal Part B: $88,085.00 Total Base Bid: $1,050,000.50 Reese Contracting, Inc. certifies that the unit prices shown on this printout for bid items (including any option and additive) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print out. Reese Contracting, Inc. acknowledges and agrees that the Total Bid Amount Shown will be read as its Total Bid: and further agrees than the official Total Bid amount will be determined by multiplying the Quantity (Column II) in the Proposal by the corresponding Unit Price (Column IV), and then totaling all the extended amounts -1I-G),~ W. L. Reese President 3/1/2006 ,~ I.. C l) ~~r. M ; '"'aye ;j: 1 b The un~rsigned hereby declares that he has visited the site and has carefully exatnined the plans t speci fications and contract documents re1ating: to the work covered by his bid or bids t that he agrees to do the Work I and tha.t no representations made by the Ci ty are in any sense a warranty but are mere estimates for the guidance of the Contractor Upon notification of award of contract, we will within ten nO} calendar day$ execute the formal contract and will deliver a performance Bond (jas required) for the faithful performance of this contra.ct and a Pa~ent Bond (as required) to insure payment for all labor and material.. The bid bond attached to this proposall in the amount of 5% of ttie highest amount bid, is to become the property of the City of Corpus :Christ1 in the event the contract and bonds are nQt executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. IliDOrityVJd,aoritr 8QiAe" apparent low bi~ shall, within two outside N'ueces Co~ty) of receipt Engineer. in writ;ing, the names participating in t)le contract and a perfOrmed and its dbllar value for bid "t~:l.. 'a.rt.uipat.lOG, The days {five days for Ce>ntractors of bidst subnit to the City and addresses of MBE firm.e description of the work to he evaluation purpose. ~ oj( 8.t.gaed Set. of Docu..at.. The ContrAct and all bo:n<ls will be prePared in not less than four counterpart (original signed) sets. '1'jae Of ~l.~.1oau The undersigned agrees to complete t.he work within al0 ~.': ~ from the date designated. by a Work Order. In order to: aunuuze Acts to adjacent property owners, and tQ enSUre dra.inage infrastructure is in place, the Contractor shall work tram downstream to Upstream by the following seque.nOe of work: !. PhaJIe 1 COIlll true t ion : The new slope protection work at 't'urkey Creek (between stations 511+15 and 515+'5). All slope protection work must be completed hfore beginniny Phases 2 or- 3. ~. Phase 2 Consttuction: The installation of the storm drain and aurface iQprov~ts ~ll begin at the east end of Phase 1 (station 511+15) and shall pro~ upstream tow~B Warpath Street (station 503+73). ,j. Phase 3 Con8t~ction~ The installation of the storm drain and surface ~rovement:.s 'ball beqin at the west eild of PhdBe 1 (station 515+(5) and ahal1 prOceed uP2'treaJQ towards Rolling Acres Drive (station ,21+65) The 1.JI1dEn!aigned further de(:~aree that he will provide all necessary tOOls ana apparatus t do all the work And furnigh all materials and do ~hinO' required to carry out the a.bove mentioned work covered by thi, proposal, in strict accordance with the contr.ct documents and the requirements pertaining thereto. for the Sum or S~S above set: ~Orth. AOOIDlDIB no. 1 Atl:a:elaDent 1(0. :i PAge 8 of 11 REVISED proposAl Form Page a of 11 U ) .:-L+-r M; r"'d1Je 4 1 t ----,...-._._-~"".----........_._-_.- ._^-_.,"~., Receipt of the following addendA is acknowledged (addenda number) : I !tZ.f '3 Name: Respectfully submitted: \d.L. ~E jijJJip~-e ( S:raa'ft1ltl:) (SEAL If Bidder i$ Address: a Corporation) By: Z5352:.. (P.O. Box) (Street) C CR;pus C W-Q1Si{ ry:.. 7 <9'ftp8 (City) {State} (Zip) Telephone: '3~ I 99<../_ Cf~ IGrKI Do not detach bid from other papers. Fill in with. ink and submit complete with attached papers. PRC7/90) AJmIlliIXlM NO. 1 Attac~1: "0. 2 naw >> of 11 REVISED ilropO$al Form Page 9 of 11 P E R_-E._Q R MAN. C E BON D BOND NO. 929337352 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Reese Contractioq, Ioc. of NUECES County, Texas, rei na ft FT Cd JLe.j " Prine ipa 1 ", and CONTINENTAL CASUALTY COMPANY a rporatJ n cHgan Zt.d under 'he laws f the State of ILLINOIS , dull autho.' zed to du hu~)iness ir the State of Texas, hereinafter .~Lled " nety", a'p held ,3fi(J firmly bound unto the City of Corpus ",' i s t i , nln L <: 1 pa ':::orpol '3 t 10n of Nueces Co un ty, Texas, hereinafter ':! Lled "c ty", i r1 th-:::: pena 1 sum of ONE MILLION, FIFTY THOUSAND AND 50/100 ($1,050,000.50) Q(iLI !\RS, .. awf money of the United States, to be paid in 'heces'cmty e aE, for thE payment of which sum well and truly to be dde Wf' oi nc ') rs 1 ves I JY he i r Sf executors, administrators and ; , ,'C e s S 1 i ( l i '1 t Y ::lD d s '~v f' r cd 1 y , firm 1 y by the s e pre s en t s : THE U Incipal , '1 .c is t i f ,1 : ached CONDITION OF entered nto 1ated he 11TH ind rlacle a oart THIS OBLIGATION IS SUCH THAT: Whereas, the c ,.::ertain contract with the City of Corpus of APRIL , 20~, a copy of which is hereto hereof, for the construction of: LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE 1 PROJECT NO. 2208 (TOTAL BASE BID: $1,050,000.50) NOW, THEREFORE, if the prLncipal shall faithfully perform said work accordance VJJth the pLans, specifications and contract documents, rcluding any charges, exlensions, or guaranties, and if the principal sl'all repa Lr andh l' !~eplace a' 1 defects due to faulty materials and/or workmanshIp thai appear within a period of one (1) year from the date of ompletion an.::J a cCE:ptanc8 () f improvements by the City, then this -t igatiol shal be Joid; otherwise to remain in full force and effect. PROVIDED FURTHER, thatli any legal action be filed on this bond, venue shall lie' n NiJeces County, Texas. And hat SdlU surety fer value received hereby stipulates that no flan.ge, e>< ensiC)Jl ,,")f time; ctlt.eration or addition to the terms of the ntract, OJ :J 1'1e w)r>< performed thereunder, or the plans, specifical ons. draw ngs, etc., accompanying the same shall in anywise affect iCE obligatio on this bond, and it does hereby waive notice of an such change, extension of time, alteration or addition to the terms cf the co['lrac'=, c to the work to be performed thereunder. Performance Bond Page 1 of 2 I'h , burd ivil t ,j t JlVC:>f; tes t neet f I'pxas, th requirements of Article 5160, and other applicable statutes of the non' l t:e () r exao. s_gr ec agen' !~ hereby designated by the Surety herein as dent i Nueces ' unty to whom any requisite notices may be c'Jh m s e r j i \ E' () f proces s may be had in matters arising Sll'P y hip, F ['(0"1 (led by .4rt. 7.19-1, Vernon's Texas 3uran'F (>)df~. Trl nde Age t qes "Lver and f e- eh IN WITNESS WHEREOF, this instrument is executed in -L copies, each of w~ ch shal be deemed an oriqinal, this the 17TH day of APRIL_______ __, ~- 0_ 06_ ' PRINCIPAL REESE CONTRACTING, INC. By: '11~~~ WILL L. REESE, PRESIDENT iPrlnt Name & Tltle) ATTEST ~~~~tlJiy , \ \,\ ,eJ1 ..L (Prlnt Name) ~ i '! '- r ;t t' , f--' SURETY =ONTINENTAL CASUALTY COMPANY By: /Vc0: ....--y/ At torney- inL fact vlARY ELLEN MOORE rprlnt Name) ~/.-, ~ ( TP~-;rl "/7-z.e____ The .~~ Agent oI"the Suret.f' in Nueces County, Texas, Ior delivery of not~ aftcf"irerv1.ce O~ process ~s: Agency: Contact Person: Address: SWANTNER & GORDON INSURANCE AGENCY I'lAR" ELLEN HOORE T.O, BOX 870 CORPUS CHRISTI TEXAS 78403 __ L Phone Number: 361-883-1711 NOTE: Date ".f ?e formancE- Bond m1l5t Clot be prior 0 date of contract) Pevised 9/0 ., h'rforrnance Bond Page 2 of ) PAY MEN T BON D STATE OF TEXAS ~ BOND NO. 929337352 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Reese Contractinq, Inc. of NUECES County, Texas, [eina ft er c3Le j' Pri nc ip31 ", and CONTINENTAL CASUALTY COMPANY a 'pera n 'Ckn z j Lnd",I t e laws c f the State of ILLINOIS au uthCl;' d t or Lness lr the Sta~e of Texas, hereinafter Lei] " ,r,.ty'" a tel j L 1m; bound iDto the City of Corpus LS '- i [T\LT: ua "q' l'1 t on r'.] eces CCJn ty, Texas, hereinafter ~ led .. t", d nt,11 !ersons, f .ums and corporations supplying cor '1 rca.e ,1 ", I ~;.=cuti j' f the "Jork referred to in the 'ache ont'c. t n t'l p 3~ S',.lIT C ONE MILLION, FIFTY THOUSAND AND 50/100 ($1,050,000.50) LOI ~JP.f~. lavJ I] money of the United States, to be d in N ,~ce.::: ('ount T'.':'X3S, r the p=.tyment of which sum well and truly oe rr""c,,e t r ursel e'" 'ur hei s, executors, administrators and '::ess r 1'. 1 r: t md "cc.]f c 1y, ;- i enl y by trese presents: THE nClp.ll lsti j' . ache CONDITION entered Jatec! t.h ., nd naie 3 OF THIS OBLIGATION IS SUCH THAT: Whereas, the ltC c c'E'tain C:\Yltract with the City of Corpus 11TH Jay APRIL 20~, a copy of which is hereto )art rereef, f tC'e construction of: LEOPARD STREET ROADSIDE SAFETY IMPROVEMENTS, PHASE 1 PROJECT NO. 2208 (TOTAL BASE BID: $1,050,000.50) NOW, THEREFORE, if thE: pIi ncipa 1 shall faithfully perform its duties nc) ma ke prompt r: aymen' 1 '. all t'ersons, firms, subcontractors, vporati ns ard r aimarts supplying labor and material in the l' secut i Il .)f thE' 'It)rk pro\7ded for n said c:ontract and any and all aut h Ii zed mod} ficat .or: f said 'ontract that may hereinafter be Fk,Je, n:t Lee )f ,vili h mocii f 1 ation tc the surety is hereby expressly 7ea, ~ ,'2n th .c; )b iqat i n hall he Did; otherwise to remain in full ,':e ar j ,'f ec:t PROVIDED FURTHER, that ,..' u est ale n N 1 e c e s any legal action be filed upon this bond, o'.Jnty, Texa,c:. f'inC In d nge, e ( ! tract f 5I=E':cif iea. ~ aft ect it an such t he cur 'la c-,cj l ~ lrety f:, ten::::l '1 )f time, or t,e WJrK ons, draw ngs, et obligatio on this hange, ext nsion of tract, '0 the we] Tal ue r~e:::ei ved hereby stipulates that no Jteration r addition to the terms of the perfcrmE'::d therecmder, or the plans, ., accompanying the same shall in anywise bond, and it does hereby waive notice of ime, alteration r addition to the terms K to be performed thereunder. Fayment Bond "age 1 j if' rnon' 'ite ( t r'l iVIL r ,- J l ''/en neet t ne~ requi rement s of Article 5160, Texas, dnd other applicable statutes of the ,,-, aimant" "Labor" and "Material", as used 'J t f md asc:iefi nedi, said Article. exa" , tit tes f T'h, terns v ~-1 r' 3n:::-e elf', Aqe vel += 11'J e . 'T eaCh,' r' t Re3 j , tJ1le a1ci \h m :<::-:e ~::::r hir, ~. lerer:' esiqnate by the Surety herein as un t / ! (, 'vJhmn any requis i te notices may be f r ss may ce had in matters arising cov ed by .u.rt, '7. 19-1, Vernon 1 s Texas 1 ' j lrdn E ' ::1f'. IN WITNESS WHEREOF, 1 h: o f P. r ::: h ; h d 1 1 j e ell e i: A.PRIl JE nstrume:lt is exe::uted in ~ copies, each OrlCjHal, this the 17TH day of PRINCIPAL REESE CONTRACTING, INC. /"iM F3 Y : ----J!- 'J).I) k . WILL L. REESE, PRESIDENT PrIrt Name & TItlel ATTEST r<~l \tJ~l\ LXi .~ ,') e . a r v _ ')(, I (11('\ t.-\t r ~ \;' l"rInt Name) SURETY ONTINENTAL CASUALTY COMPANY ~ /9~ ~ 3y: - -.z, -(,.I' (/~ -----?7 ~?L__ -7 . f\ t torne y-'- ~}'l'- fact ARY I.:I,LEN MOORE Prlni- Nam,?l The "f.idea#: Agent of .the Surety in Nueces Countv, Texas, for delivery of noti. and service or process is: Agency: Contact Person: S~'iANlNER & Ol-Di_N INSURANC [ A.CENCY lJ\l,RY ELLEN 'v:Q(IRE Address: F, O. BOX 8 CURPS CHFISTl, TEXAS 78403 Phone Number: 3fl- ,83-1711 NU l'E : Da Rp"ised 9 P' Fa)rnenr :\on must::. YJ)t. u...:.o Drior t.'_.:' :j,jte of contract) Payment -'age i Bond -; / _ L PO\VER (H ~I I ORNn\PPOIYrING INDlVlDlAL A lTORNEY-IN-FACT Knol'\ \11 Men B, These Presents, lhat ( .,ntmental '. aSUall\ Company. an I Ilmols corporation, National Fire Insurance Company of Hartford, a ( (dmect it II 'lrporatioli. a',,1 All1encan ('Jsaalt\ Company of ReJdmg, Pennsyl\'Jnla, a Pennsyl\'aDlJ corporation (herein called "the CNA Companies"), ,He !uly' [, dnl/ed andxH1ng corpor.l!lol1' ha\ ng their prinCipal "tfiees 111 the eiT. ofChieJgo. and State of Illinois, and that they do by virtue of the S"fUlure' seals he'clt'lrTlxed herehv I1Jke onstltutcllld ,lpn(11111 ))jan" Eisenhauer. K IVI Lee. Leroy KHa. '\Ian Ellen '\loore. Kristi Roberts. Individually of ( tlrpu' \hrlsti, TX. thel true and lawful '\tto,ney(s)-m-Fact with full power and authorltv hereby conferred to sign, seal and execute for and on their ~ behalfbonlh undertakl!1gs and tlthcr obllgalory nstrument' of snnilar nature -In ('nlimited Amounts- and to bind them thereb" a, tully and to the saml extent as I' such Instruments were 'Igned by a duly authorized officer of their corporations and all the aci' ofsalCl\ltornev, pursuant to the author,ty h,:reby gl\'er> IS hereby ratified and confirmed. rhls P.,\\er of Attornn IS made and cxecuted pursuant to and hy authorltv of the By-Law and ResolutIOns, printed on the reverse hereof, duly adoptedL' 'ndlcatcd, hv the Board' of DirCc'lor, '.lfthe corporation', In Witness Whereof the C~A Companies 'lave caused these presents to he Signed by their Senior Vice President and their corporate seals to be hcreto affl\ed on thiS 7th dJ\ of September 200' (ontmental Casualty Company l\ational Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania ~- Michael Gengler Vice President ~tate of I I:nois. County ot ( ook. s, On ,hi' 7th day of September. 2005. before me personally lame Michael (jcngler to me known. who, being by me duly sworn, did depose and say: thin he reSide, m the City uf Chicago, State uf II IDOlS; that he IS a SenIOr Vice PreSident of Contmental Casualty Company, an I1Iinois corporation, '\oat ;onal F if(' Insurance Compan y of Hartford, a ( 'onnectlcut corpor anon, and Amencan Casualty Company of Reading, Pennsylvania, a Pennsylvania corporatltHl oescribed m and whIch executed the .lbovc IDstrument: ,hat he knows the seals of said corporations; that the seals affixed to the said llblrument .Jfe such corpoute seals: that they wcre so affixed pursuant to authonty given by the Boards of Directors of said corporations and that he "i~ned hi ,line theretc DtJlsuant to like .luthont and ackn'.lwledges same to be thc Jct and deed of said corporations, ~...................... "OFfiCIAL SEAL" : . MARIA M, MEDINA : . Notwy Pul>Ilc. SI-. 01..... . : My c_ e.pr. 3111l1llt : $...................... 'viy CommlSs[on r "plles \larch I:', 2009 ~"nt.~~ \1aria M Medina Notary Public CERTIFICATE i. rvL.Ji' .\ Riblkaw SkiS ASSIstant Secrctan of Contrnental Casualty Company, an IllinOIS corporation, National Fire Insurance Company of Hanford. J { onnecticul corporation. and Amem an Casualtv Company of Readmg, Pennsyl\allla, a Pennsylvania corporation do hereby certify that the . Power of Atlllrney herem above set forth IS ,till n force, and further certify that the By-Law and Resolution of the Board of Directors of the corporations pnnted on the reverse herell! IS sttll m fnrce In 'cstimony whereof i have hereunto subscribed my name and affixed the seal of the said corporations this 17TH davof l\])RIL 200_'J 1200 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania a~ Assistant Secretary f m iI\ Fh,," Authorizing By-Laws and Resolutions )[lOP I }IIYTHEI3,),\i{!l()1 D!K!( [IWSO CONTINI'.!\I \~t IAI ry IOMP\NY (';)\,ver;,)1' i\ "Of";(\'- I~ '1ladl:.iil! ,.:ell J pur::-'LJ.llt !.l~ all' uJthorJt\ u' the 'ollrm Inl\ B, .LJ\\ duly adopted by the Board of Directors of the l!nr.j) "Article IX -Execution of Documents C,.i1l0n \r-I'",nl!llel'_ u' \II"ille\ ll-fiKI rw C'l,liIil1all of the Board of Dnectors. the President or any Executive, Senior or Group Vice 1"\' "j(_illt may. "')11 1!l11" 10 tlllle ''I'pOll hy \\ntlel ,iend,c-.lleS Jttornn"Irl.lact 10 aCI In hehalf of the Company in the execution of policies of ,HlCC. homh u",krtaklll~s .lIld (\lhcr IhligalOry Ilstrlil1le!lIS of like nature Such attorneys'lIl-fact. subject to the limitations set forth In their I,,)";III,C cCrUfi-.Jk, '-lfautlhlrll> ,hall ha e full pOI\< r 10 !)Ilid Ihe Company hy their Signature and execution of any such instruments and to attach the ','j' the COmpilll\ ,hernlu nl.' ('I' 'Irn, ii1 ofth,' B,-ard : '",:etors. the Pre"Jellt or "IlV Execull\c, Senior or Group Vice President or the Board of Ptr:> dr:-;. mav. J.! lfllt: r~ \()~(' Ji! ;)O'v\ and dutlH.-,r![y l)!t\~)usly ::!I\cl1 tCl .in" atltHIll'y-ill-fact If"np,l':" l-'nwer of AIlI)1 "meetllL !u '''. I' "g,'ed 'iI!J . ,'ale, 0\ faC'")l! c' ulli,' ",d hy the' "uthorl', uflhe lollo\\1I1~ Resolution adopted hy the Board of Directors of the 'a\ic-dnd Ii 'ki n if 1--,:1. da\ 0 I-eh :UI '. ,t)l)~ Kc'sohed. "a: :I,e "gn.lturL "I Ill' P'esldent ,)! tn, 1\~Llill\e. Senlur tll (;roup Vice PreSident and the seal of the Company may he affixed by L,,'siII]I!e on am pe.\er pI' allorne\ _~:ant,j pursuant .p Sectlun' of Arl1cle 1\ of the By-La", and the sIgnature of the Secretary or an Assistant S_,--:ur, and the- sui of the COll1pah Ill-i' he affixcd 0\ f,Il"ll1I!e to am certificate of any such power and any power or certificate bearing such I"L"'I!:le signatUi\' alll! se", shall he' IJ!ld :lld hlndlng "Illh,' ("l!Ipany '\11\ such pChler so executed and sealed and certified by certificate so executed a,,J ,,,,,led shall ,'illl respect '0 ai!1 o(ll1d 0 llnocrtak,n'2 to 111,1- !IIS attached, continue to he \ahd and bindlllg on the Company." H)P I,; niL H' o [ I) 1 ,< !.! 0", ( ) I \ \11' I, I ( \\ ( " IY( (1\11'\'\,', ()J RI.\I)l1\(, PiNNSYLVANIA hl\\er (It 'or:II,-"~ ],; !11,idl".lld -'.cc lcd flllhll..U;1 tC1 ,lll: authorll\ ,)[ Ihe f()lIo\\lIlg B\ ,avv duly adopted hy the Board of Directors of the 'inp.]! '" Article V I-Execution of Obligations and Appointment of Attorney-In-Fact 'cellon 2. \ppolntmelll 01 .\tto;ney Ill-fact The Chamllall of the Board of Directors. the President or any Executive, Senior or Group Vice f':.'Litknt may, troll lime to rIllle'. appOlll' hy wrlltell certdicates attorneY,-1I1-fict to act 111 behalf of the Company in tbe execution of policies of III>Urance. bonds ui'dertakll1.l's and olher ,hhgatory [Il,trulllenh of hkc Ilaturc Such attorneys-In-fact. subject to the limitations set forth in their r~,peC!l\e certifililte', orauthl1r1t\ ,hall ha' " full po\\e' 10 I-'Ind the Cornp"n, 0, Ihell sIgnature and execution of any such instruments and to attach the SL d 'he Company l1erew flK Pres denl ->r illlY Lxe, utl\,' \, nlor or Group Vile PreSIdent may at any lime revoke all power and authority previously ~" t':' ,) any atton,c\ Ill-fact P'l\\eroi AHun',', [S ,[gllccI and ,,'aled '" facCilllll: unde! did hv the authorlly 01 the !()llo\\1I1C Resolution adopted hy the Board of Directors orthe '1lIP,Ii, ,meetm~ dul ,aiit'd tHd '!l'kl "illl: 17'h da.. ,)1 felvil'" It);).~ - Resolved, iliat ,he slgnatur,: ,>I \ile P":sJdenl 01 JIl\ f \(Cltl\e, Selllor or (,roup Vice PreSIdent and the seal of the Company may be affixed by LleSi 1,,1e on any pO""1 01 at1ornc\ glllllte" pursu"nt J,) Sect,o.) 2 of Article Viol' the By-Law., and the signature of the Secretary or an Assistant S,. r""r\ and thc se,': of Ihe ': ompall nk. he aftixe,1 Oy faC'dllllle to ally cerlificate of any such power and any power or certificate bearing such !,,,, s, wlc signatUl!' and seal slull fX va'id alk! hllldlng on the (oillpany \11\ such power so executed and scaled and certified by certificate so executed Jf', ,d,:d shalL ,tl, ','SpClll-l all hn 'd n' llldertJkll1' III \\ 11,,1, !t IS attach,:d COllt1llue to he \aild and hindmg on the Company." )( }p nil HI "" Of )il-.' { H, . (JI ,.\ 1 H ,'\\ WI ",I R'\'\I" ()\1"\'\\ 01 IL\Rlli)Ril r h's f-l,)Wer of Ali'JrI"'\ 1S mati;: aile ':, :cut, ,1 pursuant ,) all.! Dire,.:'" -lfthe CODina' ,Iuthorltv nlthe 10110\\ lllg Resolulion duly adopted on February 17, 1993 hy the Board R.ESOLVEi I I hat the ,'re'"liell all .lPfl\Y111 by \\-riUe:l L~_nlfi(at('~ '\ilPrIh \"-;-11 01!le: "hligatory :jstl~imenh \);- !lk~: Ilcl!Ure h"., power ti' hi"" the CorpmatH'" h, P~,'';;Ll,,'nL an EXl'~ut) .... VILe }Jrcs1,Jcnt ~Hl\ 11' ""islv gl\en al -, -\lIurn,'\-iI F,le xecut i\ C \ee I'rc.,,,knt. or alll "elllor 01 ( ;roup Vice Presldellt of the Corporation may, from time to time, Facl lu aCi III helLlil of the CorporallOlll11 the executlOIl of policies of insurance. bonds, undertaklTlgs and Such '\ttOl'le\ Ill!. subject to the Itmllatlolls set f()rth III their respective certificates of authority. shall heir SlgllalHc' and i' \,-,cullon 01 am such 1I1strUl11ent alld to attach the seal of the Corporation thereto. The ~enlor ,)I" ( .Ii1UI' \ Presldell! III Ik Board or Directors lIlay at any time revoke all power and authority n ,s p"\\er 01 AlIpmc, IS Slglh'd ,llld s,,,led 'lY faC:illllll, clllder ,llId hy the aulhorJtI of Ihe folloWII1,~ Resolution adopted by the Board of DireclOrs of the '''lIpal1\ _II ,I meetlTlg dul, called allt! Ileid 011 th, 17th da\ of Februaf\ 1993 RESOL VEl) lhat ,he ,lglutU[ ot ,he Prc'Sld,"!. .III L \l'eutl\ e Vice Presldellt or allY SelllOr or Group Vice PreSIdent and the seal of the ('! ~tplH Jtlon rna.yhc d :fixed 0:' fac:S1 1n] I, onlny PO\\ er 0 r atlullh:"\. granted pursuanl to the Resolution aloptcd by this Board of Directors on Ferruary 17, ,!,," ,ind the Slgll.l!U1 e' of a See retar, 01 an \sslstant SetTetal\ ,lIId the seal of the Corporation may be affixed by facsimile to any certificate of any such PU',' and any pm"'r or certificate Olarln' such !acsinllk s,gllature and seal shall he \altd and binding on the Corporation. Any such power so ('\ .c, led and seait'd Jild certl!lcd h\ Cl'rllfic tiC so ('\ecuTd iPlt! ",'.iled. shall "nit respect to any hond or undertaking to which it is attached, contlllue to hI i.1 clIld hlTldl","" Ihl' C'o'PO! 10' State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) s~ould be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 You may also write to CNA Surety at: P.O. Box 1068. Houston. Texas 77251-1068. You m~ contact the Texas Department of Insurance to obtain infonnation on companies. coverages, rights or complaints at 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 512-475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for inforrpation only and does not become a part or condition of the attached documents. ~ _.<.f '.1, ...:.:;;~e ' .r.;;... II CITY OF CORPUI CHRI8TI DtlCLOSURI! OF INTIRI!8T8 ~ Clly of COt:pua Chrlsl' Ordin8fjDe 17112. 18 amended, requI.... d p8f8004 or ftnns seeJdng to.do bW8iness wtth the CIty to pl'Ollfde the following Infonnalion. Every ql.lelilian mutt b$~. H the qtI8$tiOIl is not applcabl." answer wtth '"N,A' ARM NAME: . -R E E{:> E (-~D:t\-rRJ:iC--Tl N l-, I. N C . STRe!T~8CL SAq8YSTEE~ :netlECITY: C6~5 cl-ldST/ZlP: 7~tfi3 FlAM k: 1. Corporatlon ~ 2. Partnership 0 3. Sole Owner 0 4. Auociatlon 0 6. Qthl,r D DISCLOSURE QUUTION8 If addltJonallplillC8 19 necMsary, ...... UM the Mveree ... of this page (If attach $Up8l'lte 8heel 1. ............. of ... .....plo,M't ", the City of eorpu. ChrId hntng an HCMneI'8hlp ~.. COMtIluIfng "'" or mont W 1M ow.,. .hip In th6 abov.......... '"fkm". Name Job TItle and CIty 0llIpaItrne0I (if known) N~ a. &.Ie lie ........ of ~ 10"" of .. CIty 01 COfIIIIIi C....... tuIvtInt an .ow.......p h....... con......'" 8% w more ....~ In the... ....... '1Inn". Name llUe ~_. J. .... .. ,..... 01 MGhj...... mMilhi'" GI the City 01 COrpIIt CIWteiti IWIine .... "ownenHp ....... 001....... S%or men .theownt.......In...boIIe............. Name brd. commllllllon or 00mmInee ---WA-.. ... ..... .. ...... 01.... ~ (II oIIMr 01. "cen.ua.nr for ... City of eorpu. Chrtatf wIIo WOfbd on .., ...... ...... to .. ....... GI' .. ocMIbcI ...... '- an "ow"""~1p ........ OOMIIMIng 3% or MOra fJlh GIMWWIhIp In'" ...... __ '"film", Name Conutam --.N~ C81l1flll(;ATE I certify" .alnfonnation ~ 18 tru& and COf'AMX at gf the dati of tu st8fIIment, flat I have not knowIngy ~ ctaeJo.n 01 MY ~~; 8nd1hat ~ statemente wII be prompIfy8ubmiUBd to the OIly ar Corpus Chri8I, Texas aa Ghanges occur. ~ CMtiIyingPett<<t:/<EeEY,p€- J/(Ln- TItle: ;;;~ OjL><:>C/' /749n,qJ~j< nypct~~) . I / / I 111/I1- 01 CWIIt1fng _,_ jL< A" {lIJ..s9 Dolo: 5 I / / 0 te, REV!SBD Propoaal Form Page 10 of 11 AtlODmUH NO. 1 Att~t No. 2 page 10 of 11 ':jl r- a, _ Momb8l", A _be< 01 any baald. _mlslllOO 0/ comm- ~ by tho CityCollncl 01 the City of eorpus Christl. T exBS. b. "Employ8e", Mf......... emp&oyod b'/1he GIIY 01 CoqlUll christl. T .><8$. .- on 0 full or ~ Om. baSis. but not as an Independent contractor. c, "Firnl'. Mf entIY ~ '0/ _10 !)8i1. whell1ef ~. indlJltriOl 0/ """lrnllfClBl and w_ es1IbIlShod 1o,IJr<>dU<l& 0/ doll! ,,;1l\ 0 prodUd Of ...-. IndudlnQ IMJt noIl1111ilOd "" I!flIlIIes openiled in "'" form If solo ~~. .. ..w-pIojod peMlO. portno!"hlp, ~. )<IinI sIOCk _. joint ..... ~ 0/ truOt and _ _. lot purpeoe$ 01 ......,.,. .... treated as non-pro(lt organ\xatloO$. d. -()IlIoiOI' Tile MoyOf. m...b8r$ oI1he GIIY Cou1OiI. City -,. IJ8PUIY Cly _. Aseisf8n\ Clly ~ Dop8/lRlont and [)tvIsIon _<Is and M\IIIdPOf Caurt Jud!IIlO d lI1e CIly 01 CoI1><lB Christl. Te)(88. e. ~ ~. LegIII 0/ ",,_ I_~ - aoIIl8III' or oonst1\ldN'8lY held. In · n.... ,ncI\ICInQ ...... ouch ~ \8 IlOkI \hlOJW1 811 lIQIII1l. truoI, - Of hoIdInQ entflY. ~ holei' _ ... .-.. Of 0QIlb<lI ~ m,..q.1IOfir1ll 11'_, pru>d88 or spedaI tenns 01- or partnerehiP agreements. f 'CoII1NI8/Il'. Nfl pIjIOOR 0/ firm. ouch as ~ and """'......hired by 1ho C1ly" CofIl\lS Cbrl8ll for the purpose of ~lof\aI consultatton and recommencklllOn. oe=.MmoMS ~K lIKl. 1 AttOcJ:lllet'lt No- 2 Pap 11 at 11 REVISED Proposal FO];JIl pa.ge 11 of 11 Swan tL"" '>< ';01" lC F ) Bz x 8 0 (' !'Pu :,r-iStl Phone -883 I r;s .:. 1 (' CSR BS REESE-1 04 17 06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. A_CORD~ CERTIFICATE OF LIABILITY INSURANCE PRODUCFR 7,,4 ) 3 Fax . 44 1 INSURERS AFFORDING COVERAGE NAIC # INSURED I L . t.'xas '-ua.l :nsurance '~~pany___ Ir, vi '~~,UI.[R f; First Mercury In~urance Co Keese ,:on tract lJ1Q ? 0 Box 8352 . ~(jrpus Ch ris tl '::'X N::-'~.!f' t~ f..; 'iar'~f'-,' Ins of the f'.l1d',.;est 84 8-8352 "~S,)F t:R :dryirnal_~ Amet'lCan Insurance Co IN~UR~R U COVERAGES 'HE POI ')P INSURAfJ';P ,<TEt:, BEl "\[, ",~'vl 6E~', ISSUEL, Tn i"E 1~,SI'REU NAMED~B()'JE f ,)P THE POLICY PERIOD INDICATED NOTWITHSTANDING ,'NY REQUiREMENT TERM UF :')NDlflO'J ')1 ~N' UW .ACT CP UTHER DUCUMENT WITH RESFfC TO \'Vl-IICH THIS CERTIFICATE MAY BE ISSUED OR idA y PEF' 'W; THE INSUR,'NC AFF''f,DF D Ff 'HE POU' iES DESCRibEr) HEPI,I1J ,S SUBJE' 'T Al HI[ TERMS EXCI ;IONS !l,ND CONDITIONS OE SUCH PULlCIE~;, )i.::PEGATE UL.1!T;~HOVir-'J M-\\' hA~T fl;EN d~OU(~ET BY ;1':"10 <:~':"IMS B x TYPE OF INSURANCE/ 3ENERAL lIABIl l'n .; X 'JMMERC;.' '",ERr" ..fll ~IM ',1, X POLICY NUMBER LIMITS E'MTX00090'i / \I -'!Ol/05 07 01/06 , EACH OCCURRENCE UAMAGt:. I U KeN I t:.u 1J'.R.EMISES_(Ea occur~n~_ I ME D EXP ',Anyone person) -- --~-----_._-- x '''JUC" Fi-\ PRODUCTS. COM PlOP AGG $ ~OOO ~OOO_ $ 50 , OO~_ $ 5, OOQ __ $ 1,000, O~ 2, 000 ,_Q~ $2,000,000 n / , PERSONAL & ADV INJURY '~GGREG,':' -- 1/" f:..r:r,! J[:CT c X l\l'T'JMOSILE lIilBIL T", X "NyAI'l / V >551 EQZQ33'.2 7/(11/05 07/01/06 COMBINED S'NGLE LIMIT (Ea accident) ~OOOOOO ,i O\NNEi .HECi:iLEI ." / Ii v BODILY INJURY (Per person:l X 'i!RED"'.Jl X 'nN-m'VNE ~, BODILY INJURY (Per accidenO 1$ PROPERTY DAMAGE (Per accident) ',A RAGE lIABllI T AUTO ONL Y . EA ACCIDENT N'''; Atl! [: X 'CUF 7/01/05 OTHER THAN AUTO ONLY: EA ACC -., .--. ,- ..---- .'-.-, -"' 7- EXCESS/UMBRELLA LIABILITY L ,. :'.~::: \1/\, ~HA ) 3 0 7 93 ~CH OCCURRENCE 07/:]1/06 I AGGREGATE f---~~--- A EUUC nBt' IX RETEN110N tN/A WORKERS COMPENSATION AND .-. 7' EMPLOYERS' LIABILITY ANY RROPRIETORiPARTNER:EXE', iTI\ l OFFICER/MEMBER EXCI !D.' P ~PEtI2Is~~bOV~1o~s t1P:o~ OTHER ~/ / ('SFrJOOl11499] ./ 03/02/06 $ 500000 $ 500000 $ 500000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project No. 2208 Leopard Street Roads~de Safety Improvements, Phase 1. The Clty of Corpus Chr~sti ~s named as Additional Insured on all General L~abill t~y and aU Automob~le Ll.ab~l~ ty policies, .( CERTIFICA TE HOLDER CANCELLA TlON :::rcc-cc SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOE, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTlEICA TE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR :lty of Corpus Christl Dept of Engineer~ng Serv~ces I Contract Admin~strator P O. Box 9277 Corpus Chr~sti TX 78469-9277 ACORD 25 (2001/08) IMPORTANT if the certificate holder 15 an ADDITIONAL INSURED the pollcy(iesl must be endorsed. A statement )n this certificate doesot confw rights to the certificate holder in lieu of such endorsement(s) If SUBROGA TION IS WAIVED. subject to the terms and conditions of the policy, certain policies may require an endorserlew A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement( s i DISCLAIMER The Certificate of Insurance on the reverse side of thiS form does not constitute a contract between the ISSUing Insurer(sl, authorized representative or producer and the certificate holder, nor does it affirmatively or negative:y amend extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) C( )MMERCIAL GENERAL LIABILITY I HI~ FNDORSI MFN'l .f-j .\NUES THL POLICY - PI EASE READ IT CAREFULLY V ADDITIONAL INSURED - O\VNERS, LESSEES OR CONTRACTORS (FORM H) rhis endilrsemcnt m(,difjes insurance provided under the following: v (Ot'dlv1ERC1AJ <iENERAL LIABILITY COVERAGE PART SCHEIn il ,E Name of Person or Orgamzation ('It) oj Corpus Christl Department of Engineering Services " Attn (:ontract Administrator P.O Box 9277 (orpus Christi, Texas 78469-9277 ({[no entry appears above, mfllnnation required to complete th" endorsement wijJ be shown in the Declaration as applicable to this endorsement WHO IS AN INSURED (Section JI) IS amended to include as an insured the person or organization shown in the Schedule, but Dnl\ with respect t(, liability arising out of "your work" for that insured by or for you. Named Insured: __ Reese Contracting, Inc. V' Policy Number: /' fiv1I'X000905 v _. -_.__._,-_. ----------------.-- Effective Date ot Thrs r';ndorsement 7-10-05 v Authorized Represental i ve o~ / v' ._..,---'~._..__...,_.,.,~-----. --." -- Name (Printed): R. M. Lee Title (Printed): Managing Partner CiL 20 10 II X" A TT ACHMENT 2 ] OF 2 TE 99 01B / / Y ADDITIONAL INSllRED rhls cll(j,)[Sen1l~nl modit es Insurance rrovided under the following ./ BUSINESS AUTO COVERAGE FORM LARAGECOVERAGEFORM TRl'CKERS COVERAGE FORM _.~-_._----"~-_..~.._---_... rhis endllrsement change" the poliC) etfectiw on the inception date of the policy unless another date is mdicaled belm\ : Fnnor<;ement Fftpcti\(' Policy Numher 7 -I 0-0 .;; _L___ __ .____J65UEQZQ3::~92 / , V /i)MAAJ --.., _ ~__Jcoulltersigned by ~~ (Authorized Representative) Nmned Tll<;lIred Reese ( 'untracting. lne rhe prOVISIOns and exclUSIons that apply to LlARIIJTY COVER!\.GE also apply to this endorsement. Additional Insured: ( it; oj C< 'rpus Chnstl Depl (If Engineering Services ( Attn. Contract Admimstrator POBox 9277 Corpus Christi. TX 7846<1-9277 IS an insured, but only with respect to legal responsibility t()r acts or omissions of a person for whom Liabilitv ('overage ]s afforded under this policy [he additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any divldend, if applicable. declared by us shall be paid to you. You are authorized to act f or the additional insured in all matters pertaining to this insurance. We will mail the additlonal insured notice of any cancellation of this policy. If the cancellation is by ;lS, we will give ten da~s Thltice to the additional insured. rhe additional insured wdl retain any right of recovery as a claimant under this policy. FORM TE 99 OlB - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 A TT ACHMENT 2 20F2 ('( )MMERCIAL GENERAL LIABILITY [i liS FN[)I Il~SF \fE\JT ( HA.N( rES THE p( lUCY - PLI ASE READ IT CAREFULLY TEXAS ('HANGES - AMENDMENT OF V ( ANCELL.\ TION PROVISIONS OR COVERAGE CHANGE fhis endllrsement nwditi\:s insurance pruvided under the following: V C\ )M!\lERCI.'\L ( rENERAL LIABILITY COVERAGE PART LlOUOR I [:\BILlTY COVER:\OE PARer OWNERS :\ND ('ONTRACTORS PROTECTIVE I ,lABILITY COVERAGE PART PI lLLUTIO'\J I.IABILlT'{ COVER.AGE PART PRODUCTS COMPLETED OPER.A nONS LIABILITY COVERAGE PART R \[LROAD PRO fECTI\'E LIABILITY C()VERAGE P,\RT [n the event of cancellation or material change that reduces or restricts the insurance afforded by this ',~overage part. we aE!fec tr mail pnor written notice of cancellation or material change to: (it:- <Jf Corpus Christi Dept ()f Engineering Senices ..; /\ttn: (ontract AdminIstrator P (I B()x ()277 Corpus Christi. LX n46L)-9277 NumheJ of days ad\'ance notice: THIRTY (30) V Named Insured: Ree~Contracting, 1nc, v/ Policy Number: FivnX000905 V Effectiye I Jate of ThIS Endorsement: ~ -10-05 AUiliom:(~ RepreSCn~ltiVl ~ / Name (Printed): R. M. Lee -~.._-,-.__._-- ----.".----- -.-------------------.----- ritle (Printed) ~lanagll1g Partner__m CG9205 I] ] 185) ATTACHMENT 3 ] OF 3 TE 02 02A ./ (ANCEU.ATION PROVISION OR COVERAGE CHANGE ENDORSEMENT ! his endersemen! mOliltil ) 1IISUrail(l' I'r, l\lded undel the tollu\\ing: \j IWSINESS AUTO COVERAGE FORM (,ARAGE COVERAGE FORM TRIICKERS COVERAGE FORM -.--.--. _._-~".. ~--------,_.._~--._- Ihis endorsement changes the polley dfeetive on the lI1ecption date ufthe policy unless another date is mdicated helo\\: Reese ( untracting Inc j T1nIH.\' NlImht'r (,'i{ iE()ZQ3 ~L)2 y/' ~-- ---- i / i ( ountersigned by ~-L_~ __'___.___ F nclorst'lYI\'nt Fffecti VI -~-IO-O:'- / J l\Jameo In'-;llred (Authorized Representative) J IHIRT\ 1)0) days het'jre this poli".:v h~anceled or materially changed to reduce or restrict coverage vc will mad notice (,1' the ,ancellatlonl!' d1ange to City 11j 'OlpUS Chnsti DCpl 01 Engineering Scn Ices /:>dtn Cllntract Admil1lstrator p,O BCIX 9277 Corpus ('hnsti. TX 78469-9277 Authorized RepresentatIve Name (Printed): ritle (Pnnted): R. M, Lee --"--"-"- -...--.....-..-.-----..------.--.-.......- Man~ng Partner____n~____________ FORM TE 02 02A - CANCELLA TlON PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November L 1987 ATTACHMENT 3 20F3 WORKERS (OMPENSA TlON AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 0] (ED. 7-85) vi f I X \S NOTlel (Jf. f\1A./1 R/.\L CH\NG] ENDORSEMENT fhis end,nsement applie. onh tu tlw lIlsurance pr()\ ided h\ the policy because Texas is shown in item ~ ,A 01 till' Information Page In the t" ent uf cancellatlun or otller material change uf the polKY. we \vill mail advance notice to the person 01 organization named ill the Schedule. The numher ut days advance notice is shown in the Schedule fhis endorsement "ha11 n( ,t operate dlrt'ltly or indirectly to henefit anyone not named in the Schedule. Schedule Number of davs ad, ance notice ;() V Notice will be mailed to: lit) of Corpus Christl Department of Engmeenng Services Attn Contract Admil1lstrator POBox 9=77 Corpus Christi. IX 784h9-9277 / rhis endorsement changes the poltcy to which it is attached and lS effective on the date issued unless otherwise stated. (The infimnation below is required only when this endorsement is issued subsequent to preparation of the policy ) Endorsement Effeetl\'t' v /' Q)2-06 Pobey No I SFOOO 1 ] 14993 Endorsement No, Insured Reese Contracting Inc v' Insurance ('ompan) Jexas Mutual Ins ('0 / Premium $-- ('olllltersigIlcd B\: ~ Name (Printed) R, M. Lee \VC 420601 ( I.:d. 7 -8,~) I itk (Printed I: Managing Partner ATTACHMENT 3 3 OF 3