Loading...
HomeMy WebLinkAboutC2006-160 - 4/18/2006 - Approved - - .... F - .... - ... - 2006-160 04/18/06 M2006-123 SLC Construction S p E C I A L P R 0 V I S I 0 S P E C I F I C A T I 0 N S AND M S 0 F C o N T RAe T s AND B o N D S F 0 R Storm Sewer Extensions Drive Drainage Improvements Phase 1 (Agnes to Baldwin), Greenwood Park Area Drainage Improvements, Phase I, Milky Way Drive Outfall Improvements Prepared By: Naismith Engineering, Inc. 4501 Gollihar Road Corpus Christi, Texas 78411 Telephone 361/814-9900 Fax 361/814-4401 FOR DEPARTl1ENT UF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PhOIl<': 3G1/880-3500 Fax 361 8RO-3501 I P~JECT NO, n 73. 221S. & 2:'1:, I I Dr-WING NO: STO ':) 11 FAX TRANSMISSION Department of Engineering ServIces \1ajor Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 fo: \LL PI AN HOlDERS i' Date: March 23, 2006 From: Angel R. Escobar, P.L hi/: ~//vV Director of Engmeerin.A/vlccs Pages: 15 (including cover sheet) Subject: Storm Sewer Extensions - Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin), Greenwood Park Area Drainage Improvements, Phase 1, Milky Way Drive Outfall) mprovements Project No. 21'3,2215.2212 Addendum No.3 Comments This fax transmission contams the signed, sealed addendum from Naismith E ngm ccri n g. i nc The addendum modifies the drawings and adds a REVISED Proposal Form. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. ADDENDUM NO.3 .!},. i' 'I" '^ .~. ,~ t,', ~,:,,';; "',: ~" ;~ ;, :~~ i: ~!~' ~h ~;-,.,"" '~L~ ,~ "..:_:..:_~~ 10 \1 I I'I{()',I'H 11\ BII)I)! R" I'IH U '" I: \i1LI Ilr!\, Il'l"<Jll'CI ",0, (,rl'l'Il\\,,,,d I"I!'!, il'l"<ljl'ct '0, 22]5) and Vlilk\'VVay Drive " 2! Ou! '.111 iirld I), "iILl;:" IIllIJrO\ C'lill'nh !)ro:-< Illod ',I, i)' '. 'h,' l'ontra~l doculllcn!s, These i L~' "\1"'\\1-:'1 \1" ~)f lhi.:' (untract docunk'lltS not ~l)l'( I'/{OI'OS,\1 H)/{\I ( 1.\ R I F I ( \ I i () , \ 11\ \\ Bid I kill ( ] -1 llil' hl vII iucllHkd, fOi' the I'ehabilitation of an existing 'lrll..' \. Ill:ll] 11. If v . DEI I. II' '~'JlttL(lrl ,111-: ;11 h_'~.!...!JJ' !\ \1)0 [he juRI' I'FIl"I-l'roJlosal Form, in lieu thereof (See Attachlllent '\0. I). II I) R-\ ~'IJ \ (~ ," ""h"c:lJ~_~~Iilk\ ~::..:.Il;!,\\1l Brve/v Plall Jlld Pro!ile. "Ia. thOO to [+59 (I \RIFIC \IICI'\ Ill' tollo\\ ill;": a!!al'lllllellh addrc'~ re\'i~ions to Sheet l-l including: i,pLleing JIl ,',isllng SU \'('1' "lllitan service line with new 6" 1'\ ,includl' ,tll C'O">'" in Bid Itvlll ( -13: n..placing an existing 18" l' ,aniun illai II I' it h J Iln\ IS" P\'C ,include all costs in Bid II 'ii' (-U.jJld ,'ehahilitation of an existing manhole. with irilll ~laS"> in'l'rf I Ilcl Il(k all co">!' in Ile\\ Bid Item C-]4. I.! ,,), "k,Ic!H'''> "S~-I" c\. :-'h.-2 olJ!linin~ changes to Sheet 14 of 24 (See _":.ll,t"l'lJment \'0, 2) \ I' I): I. 01 ( OJ pm ( III "ll :-'anlLu \ Su\er Standard Detail Sheets 2, ,Hid ,.:; of 5 (Sce \ttal'hment \(J. .'n, Plea" a,kno\\ll'dg' 'en ipt ,I' thi~Cl(",,~jf1nl iii Ih,' "ppl op' --- OF T~ "\ F:\D iH \DDF:\Dl \1 \~~..'\~.......'i':t..f_n-' -----~~-f*./:.. * ,.~,.~~~ ~*: ........:....~ fWii'iiiCM'~ ~:.~ 1!~'.'''''''''.7 'S 1< I~ "",-'. 815049 :~, ....... .~, .tD;~~!CMt.~~.:" ,'i5 ~, f;'SS ....... "..J;'" - ~ \\,'DNA\. _-- ,,'~,~ ',lic' pl'lu in \our II{F\ISt.~1l1 PROPOSAL FOR'!. 'JjW i,.i I -':--~+i--+ I, J R1'. l't" :1"'[ !' I II c' lla~ i'1) \,1. \0 ,\, , I. Ot'lll (9- )aOL:"''' j ""Iandard DL't'lii"heeh 2. and 5 of 5 (2-pagcs) AI)!)E:\!)[\I :\0.-' Pa~e I of 1 L ~ (~ ", F (l p M " ,-, 1~ 1 F ( f) Storm Sewer Extensions Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin) , Greenwood Park Area Drainage Improvements, Phase 1, Milky Way Drive Outfall Improvements T:r ~N'-' l.i-,f~,t. '[I:' 1'- I"REVISED"I ;:--Pos.n.I, ~'/~:'F'r<t ADDENDUM NO. 3 Attachment No. 1 Page 1 of 9 PRO P 0 S A L le1 :::>r'~'p : l OlO, L J Xl t n lee he laws of the State of OR r' ,C:! f1 1 iJI.131 doing business as TO. The City of Corpus Christi, Texas ;e t "-, n :nhe t'o ,1 '.0 1i::' r ; 1 r ., h, r {:.:: ., . , in ,. c: r r ) p,e; t , turn i ;~h a 1 labor and materials, 0erf rm the work required Storm Sewer Extensions Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin) , Greenwood Park Area Drainage Improvements, Phase 1, Milky Way Drive Outfall Improvements 1 t t . 1 ' "'t t hc' ( c, r j[ld Sf> :.:1 f iea tions and in t i 1 :/'J nr:rCJ'~ 'ument for the following r t ADDENDUM NO. 3 Attachment No. 1 Page 2 of 9 I"REVISED"1 ri8pn.:o,' ,....::..,' Storm Sewer Extensions VILLA DRIVE DRAINAGE IMPROVEMENTS I PHASE 1 (AGNES TO BALDWIN) BASE BID PART A ~:' j ( Ul )' " - I I' '1 r..: It L 8 2. r .', ;1 Lit ,. i::; ['TI L\; Clef Lp~ c\ ' t [ [",v C 1 ! ,-~ ;. [, ,c. " - l' F :1 t 'd f'~; ill ~_' 1 !- - ,Co 1 ,c (T ,:.:,t 1 rl l '. [v]an I -- :,e r EP\ !q I' I-e ':: epd imp_ 1 >-1 ~-, j :~ce ) let, !__I 1 a 1;-'[ , nr ..\- 1 r_ In {~n t ~~; , t,;:"-::' Y' ! '- ~ TOTAL BASE BID PART A (ITEMS Al thru All) I"REVISED"1 ROpi-)~~l\l r LF -1 an r LF (:: - -,- '- IV V - UNIT TOTAL PRICE - PRICE IN FIGURES -- ----'---- :;; $ " $ .? c" $ y $ $ $ $ (. $ y - c. $ y $ $ $ $ $ $ ---- I I I 1$5,000.00 $5,000.00 $ -- ---~ ~- lIt ADDENDUM NO. 3 Attachment No. 1 Page 3 of 9 GREElMOOD PARK AREA DRAINAGE IMPROVEMENTS, PHASE I BASE BID PART B B ~ .. Q'''Y x -. I r~ [[Vi UJ ,~ ---"'.-1- -----....- 1 2 j' 11 8 L.,f '-j , . 83'1 j I ----r-- -~ - B 11 4 LF E f',P\ f r .L !IE5 f-IPTIm; -------- ---...---- N Re nf L,'ej Con ere Pipe F 'e ':, ':np r] ..re per 1 Pf L [ r' r t E' P j P e , e', pe~ U iC' C ur p: .IU ; i e It dtment, E 4SrE:~Y c;,mpl"te Ui pLc1,:e per ~)) -_ --t--------- - ----,-- _n_ -----..----.~--~-..~- TOTAL BASE BID PART B (ITEMS B1 THRU B13) F' 'mpl ,~ n pace 1 L-- ljp B".J nnVJiLer :vlant .Uc', te LI!..2 d '~.Jl~I EJ\. ; ri r. t p )11 .- f r ~ 5t r ['t ",,:. l".teLIl Ld.::e r L~: F r ,', ,nd 1;11 t E:: J R.epa i r f ice per amp ete f -j .-sm~'nl t~e a ~. p~ ;:; I corrif : e 1 [1 . ~)e,'o Hurnp~epci r, a e pe umplete n lei f FIar! , i)mfJ.cele '1 r. 1 ce~p':. ~_ ,. UJ lVC "C :;1 Purple" Effluent umplete in pace ) \ l\; Ifvj,' ,.[ q, 'omplet,:" I! c aJe pel E.~ r, -)v.J 1nCt::'~ ~ -'r ['ility ::npletE'! II' Dace A_j~ -,-st mer; s! pE~ 1 L I"REVISED"1 \'?CPOSl\T r,Y~pr.., Paqe 4 F' - IV V UNIT TOTAL PRICE [ - i PRICE IN FIGURES +-, I }$ $ i I $ $ I $ $ I ~$ $ I I $ $ $ $ i I I $ $ ! I I I $ $ $ $ $ $ $ $ -.. $7,500.00 $7,500.00 $ $ $ ADDENDUM NO. 3 Attachment No.1 4 f 9 MILKY WAY DRIVE OUTFALL IMPROVEMENTS BASE BID PART C i t- I \r_ 'y L r-,.1 j 1'1 ,,] . -- 4 - " n .- 1 s Cl4 1 LS . r f- ;'1 tyj . Ii} . . r. L h~ ~_ ~~i - f- .:nr: ,0 t 1. H i~) ~ t- ~ ~ 'I j t f- i 1r-_" , f- .)mp , ! f' t-::; ,t t- -11 ~_- ':~:: t E:'; ~ 1-' ret t: ] te F ,nil mp t t? IJt~) j t Pepl 1 iI' - \' i ."m -nt fl.,!;" c, )TIl! ! 'f t".H:. ,f~,'J i rJ ' ill n,plet, r It . Ldl (f In! . .l,v r1" unddl Pe::' r t _ 'I :d~; P II:, cl pre! 'i1 d ~npE--:'l - f' : I :J I 1 4 t I' .- ! F 1n t Pel !' lir'; :3 t _ uei r mE '", .:. [ :l I II'l , pI cl,e per L Rehabilitate a Brick Manhole With an FRP Liner, complete in place per LS TOTAL BASE BID PART C (ITEMS Cl THRU Cl4) I"REVISED"I 'RJP'Y';. . c.','," IV UNIT PRICE r. $ $ $ $ :;; $ $ $ $ $ i~. $ $ i $ 1-- . $7,500.00 r--- $ $90,000.00 ;;J c ..) [' , y $ $ V TOTAL PRICE IN FIGURES $ $7,500.00 $ $90,000.00 $ $ $ $ $ ADDENDUM NO. 3 Attachment No. 1 Page 5 of 9 Storm Sewer Extensions Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin) , Greenwood Park Area Drainage Improvements, Phase I, ~lky Way Drive Outfall Improvements BID SUMMARY BASE BID PART A VILLA DRIVE DRAINAGE IMPROVEMENTS, PHASE I (AGNES TO BALDWIN (ITEMS Al THRU All) $ BASE BID PART B GREENWOOD PARK AREA DRAINAGE IMPROVEMENTS, PHASE I (ITEMS Bl THRU B12) $ BASE BID PART C MILKY WAY DRIVE OUTFALL IMPROVEMENTS /ITEMS C1 THRU C14) $ TOTAL BASE BID -PARTS A, B & C lITEMS A1-A11, B1-B13, AND C1-C14) $ I"REVISED"1 ,8nS;'~L Fr'if,'~,1 ADDENDUM NO, 3 Attachment No. 1 Page 6 of 9 ~nority/Minority bjjd r : 1 Enq 1 ~ th r Business 1. r~ Enterprise Participation: The apparent low liS o[-:,t)f bids, submit to the City ,j Ie an id'lr'='~;SE<':' 1 f'.1BE firms participating in 1 K ro performed and its dollar "Ja r ':.JJ di" lpl at (--' . ~ Number of Signed Sets of Documents. rh p r ,'" P , , ,S ~, f' a t )ntl act and all 0ri inal signed) bonds will be sets. Time of Completion Calendar days t: 'n It i9nr~""j i n.31 t e" C> lmplete the work wi thin 120 ., \'Jork Order. , , Tbe project consists of storm sewer improvements at three different areas in the City. The Contractor will be required to complete the work sequentially in the order required in Special Provision A-lB. Each area must be complete prior to commencing to the next area. Th,"", an!! requ 3t pe t lJl r r it] th I J t'r- 1 l ~ 'l'" 'A " ;., t !i and ! ,! melt t cnt fIe' Will ovide all necessary tools ill aterials and do everything '.-J,) L k ,vered by this proposal, in umen~s and the requirements s forth. d , ,~I 1 , 1. 'f::-" \~/ - ni R~' >11 ! lele ,i , :-, 'kncl.;ledged (addenda number) " pfe t. [J 1m, 13 '. jly submitted: (SEA (SIGNATURE) If -. I P. <]. Box) (Street) ~f h NOTE: , l rf' sed i\lJgust 2000) I"REVISED"1 ~:OPOS:\], :";',-\T-;"-1 ADDENDUM NO. 3 Attachment No. 1 Page 7 of 9 ( I r I I)F ('ORPIS (1-1 RISTI DIS( LOSlIRE OF INTERESTS It, \)fCorpu, Chnstl ()rdmallcc 17 2, a~ amendcd, ,','qlmes all per~ons or tinns seekmg to do business with the City to provide the .1I!.'wing mtlq'nntlOJ] I \l'r', ql,estl,n 11111-;( h'lIl'\\l'Td, If the lIUeS(IOnIS Illlt applicable, answer with "NA". FIRM NAMI. "nU:ET ('IT' : ZIP: FI RM is: Irp(lrallt)1j l'artlil'1 ';!lIp Solc Owner 4.Association )thel D1SCLOSI RE QIJF:STIONS{tc \12 " DISCLOSURE QUESTIONS} 'i ;tdditional S,'I,llc' IS lleCL'~S.lfV. "iea ,c us,' thl'l'\,'rs-.' ,Ide of this pagc l)r attach separate sheet. 'itate tbe names of each "employee" of the ('it) of Corpus Ch risti having an "ownership interest" constituting 3% or more of the ownership in the above named "firm", ''''Imc loh Title and City Department (ifknown) State tbe names of each "official" of the (ity of (orpus ('hristi having an "ownership interest" constituting 3% or more oftbe ownership in the above named "linn" '\lam,! (itk State tbe names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". ~ame Board. Commission or Committee --t State tbe uames of each emplo) 1'1.' or oftker of ,\ "consultant" for the City of Corpus Christi who worked on any matter related tn the subjet't of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "finn" 'lame ( ollsultant ( ERTlFJ<"A TE i ll,rtify thdt ,i1lmlunnatJ,.nl'rm tied h tfUe: Jlh! :!\freet as (lIthe datc (llthls statement, that I have not knowingly withheld ,11 sclnsure of any informal ion req liesit'd: and tha: .;upplcmcntal sUltelllcnts wi II he promptly submitted to the City of Corpus Christi, " C'\dS as chal1:2e, ,.CClIr I ,'ltJlving PCI,()I! I Tvpc (If Pnrt i Title: \i','nalure oft \.'1tltVII1L' 1\'1S(\' Dale: I"REVISED"1 RDP')"iA! " :;\i ADDENDUM NO, 3 Attachment No. 1 Page 8 of 9 I>UINITIONS 3.'Bowd Member'" \ 'lIemhel (ll 1l1" hoad, -.:e'l1llllhSiol1 "I ,.'ommittee appOinted hv the ( ity Council of the City of Corpus Christi, Texas. b. "Employee", \n p,r.,ol1 ~'llIpl()\eJ h\ ht' (it\ I ( "ll'lI' ('hnstL [e:\~h, eIthel on a III I I or part time basis, but not as an independent \.lHllIJCI"1 e F In Ii' \ny entll ,'perall'd i (lr ,','or 10m I c. galll, \\ hethu ~Jil dcssiunal. Ifldustnal (lr commercial and whether established to produce or deal \\lth.1 [lroduct OI,CI\ICt:. 1fl-.:ludll1g. IXIi nut 11lnl1\'J h",'nlities operated III the funn (If sole proprietorship, as self-employed person, partnership, corpnutltln, jl)lflt S(o,:k loml',my. !(,im \ enlWt. receiwrship ,lr trust and entitles which, for purposes of taxation, are treated as !1ilO-l'r,,!it ()rganiLIUl'lh d. 'Ofticui The I\1a\"I, memher, of tht CII\ CounCil. ( "I, Manager, Ikputy CIty \1anager, Assistant City Managers, Department and l)lvj,,,m Heads and ~ll1nil'lp,d (PUrl Jud..es;>I Ihe ( it\,f Corpus (,IHls!! Te\as. e.!l\\lleIShlp Inter,"!, Legal ur equllahl. mtercst. .dlethcl .Ictually tlr conslruelIvely held, in a firm, including when such interest is held through an agent, lrllS i, estate,))" hnldi ng L'ltity. "c.'!1strueu) ,:II, held" Ie fer, to holdmg or e,)]Jtrol established through voting trusts, proxies or ,pecl,d Terms of \ ('I)tllll' or partl1er~hil' aneemvIH.' Consultant", All I'L'rSOI1 III linn, 'uch IS CllL'lI1e_'rsllhJ architects, hired h\ the ('ill, (It' Corpus Christi for the purpose of professional ,_<Jl1sull:1110n and r"'.'('!11l11cndMlor' I"REVISED"I . "PQS,~~" r.<r)F~'1 ADDENDUM NO. 3 Attachment No. 1 Page 9 of 9 ,.v. ~ ~ JO JI*I4,lDdIa l lO ~ laaljS '<t- f'.... ~ 10 ''iLUAam; "-:y.1Jaft...~ ;:,..mf3.,i.'ifON:3 SYX3.L l 'oN luawljoe>>v C\j........ ~ ~ NI '1'\111f~~NI1N3 HJJI\O'IVN IlSIlIH:> sncRlO:> JO All:> E; 'ON l^JnaN3aaV ~1Lr) " Ii II y S1N3r13AOtJdl'lf TllfJ1nO 3AftJa AlfM A>l7/rI .1 3S\fH I 'SlN3Y'13i\O(jdWf 3DIfN/'{yG 1f3(j1f )/(jlfd GOOMN33&D il~ '(NIMG7'tf8 01 S3N91f 1 3SlfHd 'SlN3r13AOtJdWl . . ]9'1N11fC10 ]/Wia 'l77/t1 :SNO/SN3.1X3 (j3M3S Y'ItJ01S - ... ..- - . - ..- ~!.'V U)~~ ~!1 ~ ,!~I~ ~I~ / f I 0 I ~I~ 74 L ,,10 I -~~~4,.1 , "- , - ! l , ' : ~.1 I' T ... I ~ en .--------..-- '~~ /- I ! I I I '0 ---~':"''-" ~ - '0::::' "" ; ...~.:....,:.. .1".,\\ ~ ~ ." . "Q'~~ \ '- ;~~~.., ~ ~~ ....~.I ~ tl.l.J:' : UJ: ..."t,', l If....: :>:0> ~..\l},t"- !.u..: ~ :o:::-.:r ~:...JI. ~ r.o: ::1.0 W:<(r: I. '0'- U.ZI ~'~"" ~ @ ~ CO ::;:'~'!2; · t.... . 0:::: . .' f.<.. :u.: ..,,!() '\ IS' . . . . (J- \ ..........J......~.:' \\ ...... : ~ : <?-- "",-,:,,--- ~ ,-' , L~ __ ..__ '--~-I " . I I I 1 I -.1. ;;'~~j o .~~ l / + I I I I I ^/ ( ) L --\~ I/~ '., I ------------~ ~':.s., " _.~9/~~~_ ....j /,-<:::::~ ~ -L... _______ ~ o N a i" :) -/----- / Lu -J 00 (f)~ Q ~ () :t Q ({o ~ !'oJ 6:: o ::r: Gj -J C5 V) :o.,j -o.,j y- -~ ,~ >- <( 3: >- Y: .-J 2: '-.../ >~ LJ:: ,~ Ct I,J L~ '\i, . '~'- I.tJ : Z C'< ::::::J 0::: W __ t- '/ <( C~ 5: UJ N UJ UJ 0::: -..----ro Z......... o <f '"'. 3^I~O A '\1M A>tllvt~~' w o ....-1 .3 o ~ Cl: "r::; o o L() So CJ09t. '"[-""'" JO!<D d4\.'31d!.kO\' ~d 00 00:; 9OOU1,!, 5MD'SJlql"J)::"03=idNo'^lfM}.Jnrl-J-OOEL\3M~O AlfM>llII-JI11f1ll1-J8nS 0/000llS3Ml:IO-\fllIA-AlfMAlflII-J-OOOMN33l:19100EL\:a ~~JD~ l JO ~ laa4S ~ '" ~ .~ :)Pa.\XA.l:l.1S . ll'.I.N:imlOlllAN'A . 'h'DlT.DDON:8 SYX31 ~ 'oN luaw40Bll'v' ~I"""" ~ JNJ '~f\r1l33NJ:JN:, HW'ISlVN USIlIH:;) sncRlOO JO J..LJ:;) ~ 'ON V\lnaN3aa'v' ~Ili) ... Ii [II = .s SlN3i'13110t1dm T7V.:J1no 3111t10 .-\VM )')/7/i'I .1 3SVHd I , 'SlN3JY3110CldWl 3D'lNI'~YG V3W >lWd GOOMN33CiD il~ :INlMG7\f8 01 S3NDV 1 3SVHd 'SlN3JY3110CidWl & . OWJ/'vC10 311/1:i0 \f77/11 :SNOISN31X3 Cl3M3S i'l1:i01S - - -- - . - ..- ~ - )IS 13NN\fH8 .tJO SlAJ\fllllM '-0 ---~':~,:,:\ ~ _-.... : 0:::: ~\.\ ;' ....: -, >'. ::)>.,', ' '" '2:>.' . -' ....,..1-. l '- .: -",\.., : r.2: ....~ I ~ '" 11.;. . W' . "tel. . I '-- :' : > : 0> ~ ". U1', "'" t.u..:~:;:;:;::-.:t rJ)z:..J~ \) '.0' .u..'LO .<(,. I: :0:...... e!j:~ " \Y ". : 0 : ex:> ::; :' .,..... .w. .~ '6-'. '0:::' .,c:;~ 'lY~", :u.: ....!<((;,., "\\ ~'.' ~ ~ ~....~ ~ "",......,,--- ~ -. '>- N --.J:50 --.JU~ <90' ~ UJ () I~~ui (J) ~9:>-< (J)~ZO --.J a..~C)zo:::a..::::i~ w ~ I-'Z<O~~ 0::: ~ffi- .....0 ::::> ~ .. ~~ln~a.U8-J b 0 lQ __~~ W 9, . ::::> 0::: ~N ~~~<~-J~ 0::: 0 ;J: Oz ~La.I m ~ ln LL u.J :2: a., it La.I UJ I ::::> (f) (f) () WI~.....~I(f) -I a:: > COI..... ~~ 0 '1"'1-0<1> Z-'Z (f) to. 1-..... ciQu..< 2' .... "',' ~ U ~ 0 (/) I-' ::!; wO::: ~!:Q~(f) ~ ...J In' Z~t:::a.~ll..I ...J _..Z < I- X' ODO ow- 3: W ....U(f)~<lD~~ If) (j) "-. ~ 'J 1 'J '6. J -'-'~-T - '& l'-"~_I ~~ -\- , , ~.__- -.--7:' -to I 1 r'-- I L o~ " ~ 1- -. ^ . ------L..J. Q LU Q: ~ rn ,...... LL --.J W t, x o N t..u -l 00 <n~ Q ~ (.) ~ I ~o (C) o . ...... I ~ o :r: Gj --J () V) o ~~ (/) :s ow ~z ...J f-- ~(j] X<( WLJ 5d O()9t>.a[Jc>SV' JOIe:; d4'JG"dlldO\' i-Jd 8' 80:1 9OOV,Z!f '5MD<;jJq'lf<":0351\3'd)dNri'WM},~'Ji-J'00EL\3^'"tIa !."'M~oIW\l'iWi-Jan5 %001\53^n1a-VTl1\-,WMA)llIi-J-oOOMN33"t1~\00EL\:a " t;; " '~V' I~.A'~...~ . Z .:"'~1.1. '.'I1e , ~~,-",Ii.i"Ib'" I ;.~... l~ "'~~ I l'~::"'" ilL' ;;;.:;isor....~ ~....p.~......... .......:'1 ~ ... ", 1'd ,,{. "j i ~I >t..... T....~ _ ! f4,~{{{~_-. I ~ ~ -_.~. --t.---' .f', -,. - . '~;-"~'.l~f.' iJ. ". ~ ::=::;r~2'~, L ,I' ! V~ ;t r., ~~~~ I~ . ~~ ~ ~ I'. ~~~~ t; i~ ~,:').6~~1 i.,' ~~ -. ~ - ... '~2 ~ ~~~~ i;<~' ,~ ~~~olj~l'l1 ~~~ ~~~~~~\ f.'-~~ ~ lC ~ ,~ ~:~ ~~~ ~~ ~I GI IU' ~I ~: 01 ~I 14I CIl ;:)c O~ :t ... ;:) ~ II. ~ Q, i'l: I~i ~ Ii- \. ~, ~~ il :~I ~'I <. \ f" ct(.. ;:. ::! ~ ~ ~ i ("1:.).-- T ;m~ , J\ ,~ ~ ,~ ! )!"'~ 1.1"1 1 . 4"t,;--- " ~ 1, ;:: ~~ ~ ~' ,~ ~ (~ ~ "l!..:- j <'^32 ~'t ';:~ ~ a; g ~ ': ;u ~~4r/ mil \ili' '1,+1 't r,j 6 ~ ~~ .c. 5 ~ j~ ~ \.J~ ~:E ~~ @~ ~~ ~lt ~ e;, "'~ ~.~ ~~ ~:: ' ~; ~~ ~~ , ~ IL 'e!. io~,' ~ !~ : ~~ ~ ~ ~ ~ll r'" .. ~ ~~J~' .~. r . ;::l I... _I 01 ~~ ~<::. ... o o ClI ... ;:) o ~ 0Cl:' ~I~ ..,j ~ ~~ e: ~~ ". ~~~ H ~.~~ :i; ~'()Il:, f' ~,~~ :1 ~I~ ' j::, ~ I/) :t' III :;: l- f ~ ~~ ~ ~~ ~i ;;:..:., tJ ~ ~~ ; -' "l ~t~ ~ ~ gi~ Q~ ~:~g qV8u ~~~~$~ Q~~2 '. t.l G rc ~ ~ s _! '" l:i'~ ~ "- :a ~ t ~ (L , 8 ~ 3 ,:>5 ~B "');. ~ 8 t; ~ <g ~ Ie ~ ~ ; ~ ~~ c, :t ~~~ ~~ ~ D ~e t<.:l (5:S~' :t ~8'~ VlLo. ~ ~ ~~ ~I ~'g ~~ ~ ~~'.i ~~ '" ~ ~~ ~'... ~~~... ~ ~~~ ~~ ~, ~ ~~ r~ _~; Vl~ ~ ~~~ ~~ ~:""'~ ~~~lg ~R ~~~~ _I e"" ~~ ~~ri~~ ~'" (,) '-'fl::,..... ~ I.'J ~ 1fi~ ~l:~l(~ 2:~ au ~l'~ &C) ~ ~ ~'? ~~~ ~., "j,; ~~; ~ h ~ ~ .~ E,.~,~~. ~ ~: ~ ~~ ;;J ~ s~ f;~~ ~~ ~ lI'l (j"" " ~v. ,": '"', ._ I ; I J ~~ ~:B ~, ~~ ~~ ~ ~ ~~~ :~c I~~; ~I....~~ F' o- r!' It! L; 1&1 ~;' :l( ': II: L.:_ _,.. ~ :n 14I ~: ~~ $:r .. . II: ~ -::'-l~ IU ~ Ih~' ~ CIl ~~ ~ o~ II . Q ~ , 'II: ~ . ~ ~ Q. ~~ oq, . .-; CIl ~~ ;~~ ~2'. ~ ~ ~ '.-~" , , -~ " ltdi'lUJ'v'd30 = = C!31V'M31S'v'M" ;'1X31 'I JL-. SndiJOJ _ / IJ _, nr~ A1/J ~ t/J\It;1iS .. v 1 I tlJ"v"S _:1'J\-1]') S370HiJVY'i iNIl';iY3-1() ti! '111111718I;fH]~ (PN SNIII1)]NrJOJ ]JII\~]S ~~~-- -- IU; 51 ~ ~ <:l ~ j:: CIl )( "111 CIl- ~~ OJ:: ~oq .....- ~... :::! IUIII ~~ <:l1U It --... Q ~ ~ ~ ~ 'i g I ;- ... 8 e ~ '7 ~ () (,) -'- 0 3 if 2: ~ ~ '. ~ " ~ ~& i;l ~~, ~E~ ~ ~l < Q ~, ic ~~ 0 ~il! ~ ~5, '~ g!< ~ ~!!i ~ 2~~; ~~~ ~~ l3~~ ~~ ~ ~~L g~2 ~~ ' '~Q. <~ 0 - ~ "'~', ~. ~ o~~_~ 2~~~' h ~~~~ ~~t ~5 'Ii~ 8~ ~ '0' ~~8 '!h ~~~ lh cooOi - ~< < ~~~ ~E~ ~~~ ~ ~8"" ~o N ~~ ~g~ ~~~~ ~~~ i~ ~;~ /O~ ~ ~~~ 8~ g~ ~~;.: .~ 1~ jO ~~2~ ~ .<~ w ~~<~" ~ ~ 'a < .~~~d~ f -. o~ ~<' ~g~g ~~~ ~~ ~o~ cj~ q~~ ~..~ ~Bn I:;~ ~~, ~~ "3~ ~i;l~, ~~. ~. '~i ~~ ~ il1~~ B B .~o o~. ~; ~Oi ~~" ~~j~ g.~ ~~ ~~i ~h Jir ~~ ~~ ~~" 1< ~l; ~~; ~g ~H g~~~ :~~ ~~ ~8~~: ~ ~i3~ ~~ g~ ~~i i ~~ c o,~ 0 O~~ '~o ,u c~ . ~ ~ ~, " ~, ~ EO :~~ ~~ ~~il1 ;~~~ ~h ~~ ;~~ ~~ ~ ~~~~ ~~~ ~,~ [~, ~~~~~~ ~~~!> ~~! ~~~ ~~il1ll~ ~ ~~i'~" ~ ~~~ ~ h J~8 ~~~ ~ ~ h,~ .~~ ~~g ~~ 33 ~ il1~~~ ~ _ '~l; 8. ~~i i2Q :~~ ~~il1~ ~;~ ;~g ~:~ i; i ~~~! ~ ~ ;a ~ d ~o" c"'~<o~~I<~;;e~~ 0 ~~5~j~~~~~ /0 ~~~~~< :1: !!I 111 !!!!IIu !I! i~ ii i Iii! i ! Ii:; Ii ~~il ~i;5 ~~~ i~~~ ~~~. i:~ ~~~ ~i ~ g"_~ ~ ~ _~~ ~~, 6~~ ~~~ iU ~::~ ~h; ~!, ~l~ n ~ 2~a u ~ :~I ~ ~~ ~~~ ~d~ fo<I ~~~~ ag3! ~2~ ~~~ "~~ ~8f~ ~~" !_~ c~, h~ ~il1 ~~j' ""Ii: ~.~ <o~ ~~ _ , = ~ ~ ~. ~ei CIl g~8 "o::~ ..,j "'Z5 ... ~Oi<J ~ <. , [~~ IU , ~ Q ~, ~ 0 j:: z ~ ~ 14I ~ ~ ~ 0 " (,) ~ Si . \ ~I die 3~ I ". 0 ~~.~ ~~~ ~ ."~ ::-~~~ ~~i' ~ljl' ~~~ o '''l, 't~~ ~;~ ~~~ t ~~ e~ ~t~ ~~~ ~~~ 'lr;:~ ~Vjlli - , , '_ 0 ~ ~~~~ I~Wi]r !~ 8 ~ w':' :::.,: ~ee ~ ~~ i I ~~" _L__~ ~ ~~~'-l" I ~ lu 0 -":{- "Zc-., mY .... _I ~ ~ ~ & 0 u, ~~ h Be ~~ I ) i , " ~~.... c~:..-. , ~~R :0'~ ~~ ~~~~~,: .~OC~ ~~:G~ i~~:tJ ;} ~ ~~,~ $ t~ei ~~ ~~ ~~~ ~~11. ~~; ~t3~ ~~E? ~~ ~~ 'i..._~ . J~ 1 J l- II f.:l <3 go t:J~ I:: ;J;~ G """ .OHHO~ Y1 Cl:: .... .... Z G-J Z-J ""-q: :z:~.... (:) (J -tr):Z: lrJC.... ....I-C ClrJ"" - "'~ I-lrJa:: ~~Q .....Q.... :z:~>.: 3lrJ~ :z: .....-q: O-J Q .... lrJ -q: (J ~ i:' II: ~ ~ 15 14I ~ ~ ......,j:t 14I"'~ ....~0Cl: 01U::!1: ~QlU OCC....~ "'0Cl:0", cIIIlll~ >.c/) ~ II:IUCIl ~Q.IU ...Q:!!: ~ Q. ~ S: ~ II: o ~ IU :tool 00 j::~ ~0Cl: ...::!1:", :::!<:l~ ~! ~~ II:~ :j". ~u~ ~~~~ ~o- .~~~ ~~~ . ~~8 lOt:} ~ , , ~ B ~~, ~~~ ~..~ ~~ i I i>O()lNtIS'.].y*,OOZSPIS/'PI~JS~IDI/F'1fOJdf'f/ -"37U ADDENDUM NO. 3 Attachllent No. 3 Page 1 of 2 r I /.oJ'./Z! . ~f. J~ -~} ~),~ '::~~:\~l DJ~",''O.f, ...~.,'\\ lO8> ',~'" S::J/ ........... f it...:......w:...~ '3sor .:; I 01'3 ........... .'" ~~.-:.:...... !rl ...,'.1 I '. *.... T ....~... f.,~{{{{&..1Y I ~ ~ ~ ~ ~i5 ~ ~~ ~ !i: ~; t~:i ~~: ~~~ ~~~ " gi;l } g ~'-~;g ~~;~~ .~,~' ~,~~~. '~ CI_ i...: ") 'oi ~~~i~i ~(~ ~~~~ ~ +< 2 t5"'~ tt ~; ~t CIl ~ o :t Q: ~ o (,) Cl!l CI ! Q: LII .... ~ :t ~ >- ~ Q ~ Q: l ~~~~~ lQ~lfi 6;4.. 'fQ,3~~ .",!L ~f <~.,' ~ li":2 i:! I::;: ::; -...:t'....-~ ~7~~ li~ ;~~~~ ~II~ ~~'.::.Q:~ ~.,~.- (.). - g ~o:t:r.:::,l:~:..; ;.' ~. t;,g~~.5~~ ~~ !Z! ~~~i~~~~, f ""!.'lc, o~",::!:_ ~~~~~:~~ ~t:....~....,<:..:l U~~~~~~i I ~~~~ " ~~~"'~;t; h3~~~8 ~~~~~~t., ~!!'~I~~~~ ~~~o1>:he ~~~~fiS:: ~~ @~~ ?tl~r ~~,~ ~; ~~ ~ ~, ~ ~ = ~ ~ ~~ 5::: ~ 8~~ ~~ ~ ~ I I '~ ~ ~~I ~~ ~ ~ rt ~~ ~ ~..... ::t ~ R ~ ~ ! i ~ ~~~8 ~ ~~.~~ ' '1 '0}' c., ~1 : <U@Q~ ll;~~;~ ~i~~ ~~~~ '~I"~ l,,~~ jQi~l'c !Q~~ ~~I ~~ ~'r~ ~~~t:q) l::ti oOJ.:i~~ .t: 'Q l.. Q:Q 111 2 t Q ~~~I ~~ ~ ~"=~'" ; ~ h ;~~~~~ ~ ~~h ~ 0. 2 ~ lr!l~~I~;.i !l?~... ~ ~~&~"~~~~~~~~~ ~h~ ~tli~;a~. ;~~~ I~i~~h~~~ ~~~~I ~~ ~"~fh ~~~~ tl~~~ ~~c;R ~ .., "i'" -< i~' '" . ". ('ll'P I~." ~,\) IW.,~ / " "'~~ . = / 't.~ .-/ I, '_.. --L- _ !!:i II:LU ~S Oil.. 1.l0 .... <:1' ~ o :: - ~ .....i ;: l.l' LU , U) ::; (:J.- <: io' - a 11:, ~ . >~ ~ ~I SI ::;; e .... o III II: ~ 0, 0' ~I ;z: q: ~ II: ~I "'I I:lI ! II: ,tl3I'WI'td30 ~ ~Jl 'tM31S'tM ,. ,"'X31 ~ ';''1H.' Snd<JOJ " U1J ....1'/ .: .'-, ~L_ . S :; , ~ iL,~ ;~~; o. , f;ii ~.g:-2 t ~ -.; ~ ''''10f'J\ilS f],) 6J,1,uS /"!\il/f'J\iS ::']i'lHI\i\iIV, /" ---;Il/LiC d3,\I, ~, ~ S 11:::;; ~~ 8~ II. oJ ~ .... ~ LU Q II: ~ :c u a:: , I !!tJ ), -- ~ _{'-1 il -j' .. ~ ~I iJ I oj , ~~i .......i llliii ....:i; U):z: U)- 1Il!!: LUO ~... -~ ~... 'I) ~8t1 b~~ ~ .;; ~OlL:lI~!__ !~ L I L ? c !l: ;z: .. ~ .~ LU 0 , S i:: I ;z: l.l r 1 i:l I 0 ~ i:: ::- ~ III ~ ~ u . , I i": LU :::': ~ ~ . :.0 " , I/) 0 L~" ~ ~I 0 ~ (J .. < ~ ~ ~. ~ ~~~ ~ ~ ~~~ 8 i ,:1 ~ ... ~ ~ ~ ~ i1 3a~ .. 'j a " J: "- ~ ' ~ ~ ~ ~~~ ~ ~~~ I ~~~ 8 ~~~ n~ lIJ 1:: L..J L..J Z --J <.:l-J Z-q: L..J::t:L..J zlIJ<J <.:lllJZ (i)2~ L..JlIJ..... Cl"-..~ ,...:tl~ S:!L..J -JQ.L..J .....lIJ~ Z"-..-q: OllJ..... <Jz .....:3 OQ. ..... lIJ (3 3: :t o i: ~ ~ CIl ! LII 5 i ~ ~ ~ . . I/) ~ ~ :::! ~ LII Q Q: ~ o (,) Cl!l ~ it (:/SP1SlS~)D'/P~{O)d!:,/]J"IOH/-H 'W:> 17J")').,1:>I POO ~41(' :-rO(J7.N'7";\,Ji(" oJ ~ LU Cl .... o ... ~ (J Q: . g, <l ~ ~ ~~ ~ ~~ :z. ~3; - !~ ~~ "':t e~ (.j IE 0 ~~~ ~~~ ~ ~Olt :> ~~~ 8 -~~ ... ~~8 '" ~~tl '" ~2;j .. 3l! I J ADDENDlN NO.3 Attachrenl No.3 Page2 of 2 FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: ,\LL PLAN HOLDERS Date: March 17,2006 From: '. ",;t?./ L-- Pages: 23 (including cover sheet) Angel R Escobar, P.E ~ /f'Z-. :3/..,t .4 Director of Engineering Services .!:> /' ('l~ Storm Sewer Extensions - Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin), Greenwood Park Area Drainage Improvements, Phase 1, Milky Way Drive Outfall Improvements Project No. 2173, 2215, 2212 Addendum No.2 S.bject: Comments. This fax transmission contams the signed, sealed addendum from Naismith Engineenng. mc. I'he addendum delays the bid date one (1) week from Wednesday, March 22,2006 to Wednesday, March 29. 2006 at 2:00 p.m. Time and place of bid opening shall remain unchanged Additionally. the addendum modifies the special provisions and drawings. Addendum No. J will follow in approximately 3-4 days and will include details for the rehabilitation of an existing sanitary sewer manhole and revisions to the current Proposal Form. Prospective bidders are hereby notified of the following modifications to the contract docu ments. 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. ~ ('itv. of ( 'or,JUS ('llristi ADDENDUM NO.2 - - - ~.- .--- - --- March] 7. .:'006 TO: AU. PROSPECTIVE BIDDERS PROJECT: Villa Drive (Project No. 2173). Greenwood Park (Project No. 2215) and Milky Way Drive (2212) Outfall and Drainage Improvements Prospect~c bidder;;;irehereby notifieclOic-.the following modifications to the contract documents. These modifications shall become d part of the contract documents. The provisions of the contract documents not specificalh affected by the addendum \\ ill remain unchanged. l. PART A. SPECIAL PROVISIONS A PARAGRAPH A-I: TIME AND PLACE OF RECEIVING PROPOSALS / PRE-BID MEETING AND NOTICE TO BIDDERS . I'rospeclJve f3idders are hereby advised that the scheduled BId Opening date has been postponed one week, from March 22 , 2006 at 2:00 p.m., to Wednesdav. March 29,2006 at 2:00 p.m~ Time and place of bid opening shall remain unchanged. B. Section A-23 Inspection Required DELETE: All.<;trike-ouls, from the paragraph and the words "(NOT USED)", from the title. A DO The Contractor shall assure the appropriate buildinl! inspections bv the Buildinl! Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the buildinl! is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy. when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charl!es levied bv the City's Buildinl! Inspection Department. and all other City fees. includinl! water/wastewater meter fees as required bv the City. ( Section A-47 Pre-Construction Exploratory Excavations DELETE: [he first ;,entence, of the last paragraph, in its entirety: Exploratory excavations shall he Pi!L<Us..[on_,Ul!!llP sum\;lasis. ADD: Exploratory excavations shall be considered subsidiary to the Storm Sewer installation cost: in lieu thereof. n. New Section A-5] Allowance Bid Items ADD: A-51 Allowance Bid Items Allowance Bid Items are fixed sums of monies included in the bid proposal bv tbe City to cover unanticipated and unforeseen costs: 1) Costs associated with utilities adiustments. within a desil!nated area of work that may become necessarv to perform in order to complete the proiect. 2) Costs associated with foundation report prepared bv a Texas-licensed professional enl!ineer. All bidders must include each allowance item amount in the bid proposal in his/her final bid. Payment for anv Allowance Item will be made based on actual 'Enl!ineer-approved' expenditures onlv. ADDENDUM NO.2 Page 1 of2 E. New Section A-52 Electronic Bid Submittal In addition, the print-out will contain the followin!!: statement and si!!:nature, after the last bid item: " ((.-'ontractor) herewith certifies that the unit Drices shown on this print-out for bid items (includin!!: anv additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated usin!!: these unit prices and no other information from this print-out. (Contractor) acknowleda:es and a!!:rees that the Total Bid Amount shown will be read as its Total Bid and further al!:rees that the official Total Bid amount wiD be determined bv multiplvintz the unit bid price (Column IV) shown in this print-out bv the respective estimated auantities shown in the Proposal (Column In and then totalin!! the extended amounts. (Sitznature) (Title) (Date)" See Attachment No.1, pal!:e 1 of 1. for Sample Computer Print-out. F. New Section A-53 Tex-Mex Railroad Permit ADD: Contractor is res~nsible for cODlPlvinl!: with all the reauirements related to the permit for crossin the Tex-Mex Railroad alon!! Villa Drive. Special attention shall be placed on the "Contractor Occupancv! Access A!!:reement." City of Corpus Christi A!!reement with the Texas Mexican Railwav Companv. (See Attachment No.2) II. DRAWINGS A. Sheet 2 of 24, General Notes and Summary of Ouantities, NOTE 7 A ADD: The followinl!: sentence: Contractor shall be responsible for aCauulO!!: anv reauired BuUdin!! permits and shall pay aU associated costs and fees, prior to commencin!!: anv work associated with underpinnin!!: of the existin!! houses. B. Sheet 5 of 24. Villa Drive Plan and ProfIle. Sta. 0+00 to Sta. 3+18 CLARIFICATION: Casing Spacers shall be utilized to support the proposed 36" HDPE (36" OD) line within the 48" Steel Casing. ft Addendum No.3 will foDow in approximately 3-4 days and will include details for the rehabilitation of an existing sanitary sewer manhole and revisions to the current PROPOSAL FORM. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. ND OF ADDENDUM N "~O}}'t\\\ #/1 h . ~ .~~."t........tt,<t \r(/ :.L' * .., , . 'IIIl." ". * I. .: ".*~ Wilfredo Rivera, Jr. P.E. "-~';il:i Naismith Engineering, Inc. . .......... .."..~ 11548 l~ Ii. -' 00 _ · .....M 4' O--z., _ 1\",~.".,-- - 17- 0 (, Attachments: =_ \._\-~UFHT C19-PaQBsl WRlrs ADDENDUM NO.2 Page 2 of2 SAMPLE COMPUTER PRINT -OUT DEL MAR AREA STREET IMPROVEMENTS PHASE III OCTOBER 23.1996 (YOUR COMPANY'S NAME HERE) I II ill IV V Bid Item Qty Item Description Unit Price in Bid Item Ext. Units Figures Qty. X Unit Price A 37.475 SY Street Excavation 00.00 00.00 A1 5,033 SY 6" Cement STEL Salvage Base 00.00 00.00 Etc Etc Etc D21 33 EA Manhole Inserts 00,00 00.00 Sub- Total Base Bid "D" Items (Items DI-D21) Sub- Total Base Bid" A" Items; S Sub. Total Base Bid "B" Items: S Sub. T otal Base Bid "C" Items: S Sub. T otal Base Bid "D" Items; S Total Base Bid Items: $ ADDENDUM NO. 2 Attachment No. 1 Page 1 of 1 Occ...ney License No. TM CC 050316 Page 1 of 3 OCCUPANCY LICENSE AGREEMENT This Agreement (hereinafter "Agreement") made this Mav n. 2005. by and between THE TEXAS MEXICAN RAILWAY CO. its successors, assigns or affiliated companies (hereinafter "LICENSOR"), whose address is P.O. Box 419. Laredo. TX 780!1Z-0419. and CITY OF CORPUS CHRISTI (hereinafter "LICENSEE"), whose address is 1201 Leopard Street. Co.....s Cluisti. TX 78401 1 or valuable consideration as outlined herein, the receipt of which is hereby acknowledged, LICENSOR hereby conveys to LICENSEE a license (hereinafter "Occupancy") to operate upon, along or across LICENSOR'S property as indicated below: A. ( ) above ground (X) below ground B ( ) water pipeline ( ) sewer pipeline r ) gas pipeline ( ) oil pipeline (x) stormwater pipeline Including necessary appurtenances and other related fixtures, equipment, marker posts or electric power which are in, under, upon, over or across LICENSORS property located at or near Mile Post 158.79 at or near Corpus Christi, County of Nueces, State of Texas. Said Occupancy to be located and described as follows: ~RGROUND 36" STORMWATER PIPELINE FOR RUNOFF including necessary appurtenances and other related fixtullles, equipment, marker posts or electric power ("LICENSEE'S Facilities"), placed as shown on LICENSEE'S "Exhibit A" Mtach hereto and made a part bereof. LICENSEE'S Facilities are subordinated to all matten of record. LIClNSOR reserves the rigbt to use the area three (3) feet below ground level and to enter LICENSEE'S Facilities for consetuction and maintenance of LICENSORS property. fHE UNDERSIGNED AGREES that the continuation of the Occupancy and use herein shall be subject to the following conditions, the default upon same could cause LICENSOR, its successors or assigns, to terminate this Agreement and to order the removal of LICENSEE'S Facilities and Occupancy. The conditions are as follows: Said Agreement and Occupancy is granted contingent upon payment to LICENSOR of a ANNUAL fee of $790.00. LICENSEE shall also submit a one-time agreement-processing fee of $600.00. engineering observation fee of $600.00 aIld a contractor right of entry fee of $600.00, which is covered by a separate agreement known as CONTRACTOR OCCUPANCY/ACCESS LICENSE AGREEMENT, TM 050316A. LICENSOR reserves the right to adjust the annual fee Oft each anniversary date of this Agreement, or at such other times as conditions warrants. Billing or acceptance by UCENSOR of any annual fee shall not imply a deftnite term or otherwise restrict either party from canceling this Agreement as herein provided In the event that the use as set forth above is (I) materially changed, (2) terminated or (3) LICENSEE'S Facilities are removed, this Agreement shall automatically tenninate. This Agreement or Occupancy herein granted may not be transferred, assigned or sublet to another party not signatory hereto without the prior written approval of LICENSOR. Said approval by LICENSOR, subject to LICENSEE'S satisfaction of applicable transfer of rights or assignment fees in effect at that time, shall not be unreasonably withheld. 4 UCENSOR shall not be responsible for any damage to LICENSEE'S Facilities at any time while this Agreement is in effect. (~ a. LICENSEE HEREBY AGREES TO INDEMNIFY, SAVE AND HOLD HARMLESS AND DEFEND LICENSOR, THEIR RESPECTIVE OFFICERS, DIRECTORS AND EMPLOYEES FROM ANY AND ALL ACTIONS AT LAW, CLAIMS, DEMANDS, LOSSES, DAMAGES, SUITS, FINES, PENALTIES, BY LICENSEE OR ANY OTHER PARTY TO RECOVER ACTUAL OR PUNITIVE DAMAGES FOR DEATH, BODILY INJURY, PERSONAL INJURY OR PROPERTY DAMAGE, WHICH MAY RESULT DIRECTLY OR INDIRECTLY FROM LICENSEE'S ACTIVITIES HEREUNDER, INCLUDING BUT NOT LIMITED TO THE SUBSEQUENT USE AND OCCUPANCY OF LICENSEE'S FACILITIES BY LICENSEE, ITS PERMITTEES. INVITEES OR ANY OTHER PERSON Addendum No. 2 Attachment No. 2 Page 1 of 19 .ec.,.nc:y License No. TM CC 050316 Page 2 of 3 b fHE PARTIES ACKNOWLEDGE THAT THE USE OF LICENSOR'S PREMISES IS FOR THE SOLE CONVENIENCE OF LICENSEE AND THAT LICENSOR SHALL HAVE NO DUTY TO LICENSEE, ITS OFFICERS, EMPLOYEES, AGENTS OR CONTRACTORS TO PROVIDE A REASONABLY SAFE PLACE IN WHICH TO WORK, TO PROVIDE ADEQUATE OR SAFE METHODS AND EQUIPMENT FOR THEIR WORK OR TO INSPECT OR MAINTAIN LICENSEE'S FACILITIES FOR SAID SAFE METHODS AND WORK EQUIPMENT NOR TO GIVE ANY WARNINGS OR OTHER NOTICES TO LICENSEE'S EMPLOYEES OR INVITEES REGARDING SAFETY EITHER OF LICENSEE'S FACILITIES AND R.ELATED WORKPLACE OR LICENSOR'S PROXIMATE RAILROAD OPERATIONS AND THAT ALL SUCH DUTIES SHALL BE ASSUMED BY LICENSEE WHO FURTHER AGREES TO DEFEND AND HOLD HARMLESS LICENSOR FROM ANY AND ALL CLAIMS ALLEGING ANY FAILURE TO PERFORM SAID DUTIES. 6 LICENSEE shall name LICENSOR, their respective officers, directors and employees, as additional insured for all risks, (including, if applicable, fire and explosion due to LICENSEE'S crossing(s), in an amount not less than Two million and DO/lOa dollars ($2,000,000.00) per occurrence, Six million and nolI 00 dollars ($6,000,000.00) aggregate liability and, prior to any construction project, a policy of Railroad Protective Liability Insurance in the amount of Two million and Do/100 dollars ($2,000,000.00) per occurrence, Six million and no/100 dollars ($6,000,000.00) aggregate. Each policy shall be endorsed to provide a minimum of 10 days advance notice of cancellation to said additional insured. LICENSEE shall furnish a certified policy of insurance prior to the construction period. Said coverage shall remain in force for the duration of this Agreement. Provided, however, LICENSOR may require increases in liability coverage to equal or exceed LICENSOR'S own level of liability coverage, having regard for the circumstances. LICENSOR shall further have the right to approve the Carrier furnishing such coverage. Evidence satisfactory to LICENSOR'S General Counsel of LICENSEE'S authorized self-insurance program capable of providing for such limits, will be accepted in lieu of a policy from a commerclal carrier This clause shall not serve in any way to limit LICENSEE'S liability to the amounts of insurance required. If required by LICENSOR, LICENSEE at its sole cost and expense, shall, upon completion of the construction and installation of said LICENSEE'S Facilities, furnish LICENSOR with a survey drawing, showing the final exact location of said Occupancy as constructed. The survey drawing shall indicate LICENSOR'S survey valuation station, which said installation is located. and/or the position of LICENSEE'S Facilities in relation to the centerline of the track and/or the centerline of the closest public street crossing said track(s) Said survey drawing to be attached to this Agreement as Licensee's Exhibit "8" and made a part hereof 8 LICENSEE'S Facilities shall be installed to the satisfaction and approval of LICENSOR'S Engineer and all costs of LICENSOR'S Engineer and other technicians or professional consultants as may be required from time to time shall be bome by LICENSEE () LICENSEE hereby agrees to reimburse LICENSOR for any and all expenses LICENSOR may incur or be subjected to, or ift consequence of, the planning, negotiation, installation, construction, location, changing, alteration, relocation, operation or renewal of said Facilities, within thirty (30) days after receipt of LICENSOR' S invoice for payment. i o. In the event LICENSEE shall at any time desire to make changes in the physical or operational characteristics of said Occupancy, LICENSEE shall flTSt secure in writing, the consent and approval of LICENSOR. All renewals, changes or additional construction after LICENSEE'S Facilities have initially been constructed, shall be authorized only after an additional CONTRACTOR OCCUPANCY/ACCESS LICENSE AGREEMENT is approved and executed by LICENSOR. LICENSEE agrees that such changes shall be made at LICENSEE'S sole risk. cost and expense and subject to all the terms, covenants conditions and limitation ofthls Agreement. I I No other use shall be made by anyone under, across, upon and/or over the Occupancy herein described, without obtaining the prior written permission of LICENSEE, its successors or assigns; except, LICENSOR shall have access as it deems appropriate from time to time, to operate on LICENSOR property. 11, This Agreement shall continue in force indefinitely from and after the date hereof, subject, however, to the right of either J*1Y to terminate this Agreement as to the Occupancy or LICENSEE'S Facilities, or any part of LICENSEE'S Facilities, at any time, upon giving the other party thirty (30) days' notice in writing of its desire to terminate this Agreement, and indicating in said notice the extent of said facilities and facilities to which such termination shall apply. When this Addendum No. 2 Attachment No. 2 Page 2 of 19 Oc~.ey License No. TM CC 050316 Pale 3 of 3 Agreement shall be tenninated as to LICENSEE'S Facilities, or as to any part thereof, LICENSEE within thirty (30) days' after the expiration of the time stated in said tennination notice, agrees at LICENSEE'S own risk and expense to remove LICENSEE'S Facilities from the property of LICENSOR, or such portion thereof as LICENSOR shall require removed, and to restore LICENSOR premises and property to a neat and safe condition, and if LICENSEE shall fail to do so within said time, LICENSOR shall have the right. but not the duty, to remove and restore the same, at the risk and expense of LICENSEE. Said restoration shall include, but not be limited to, any and all hann, damage or injury done to LICENSOR'S property and/or to any other public or private property by acts or occurrences subject to Federal, State or local environmental enforcement or regulatory jurisdiction, and shall include necessary and appropriate testing and cleanup. Nothing herein contained shall be construed as conferring any property right on LICENSEE. 13. Upon termination of this Agreement and Occupancy for any reason, all structures and alterations shall be removed from LICENSOR'S property and said property shall be returned to a physically and environmentally whole condition to the satisfaction of LICENSOR'S designated Officer or Representative, all at the sole cost and expense of LICENSEE. LICENSOR may, at LICENSOR'S sole discretion, during the removal of LICENSEE'S Facilities, require LICENSEE to conduct an environmental appraisal and report of the property formerly occupied by LICENSEE'S Facilities, All reports shall be prepared by a LICENSOR approved environmental consultant, to determine if LICENSOR'S property has been environmentally impacted by said Occupancy, All environmental reports, which are prepared subject to this clause, shall be immediately available to LICENSOR by LICENSEE. This clause shall survive termination ofthis Agreement. 14. LICENSEE agrees that any installation, maintenance, renewing or removal provisions referenced in this Agreement, covers only the requirements and/or specifications of installation, maintenance, renewing or removal. Any said reference shall not be construed as LICENSOR'S pennission or authority for LICENSEE to enter LICENSOR'S property without first obtaining a CONTRACTOR OCCUPANCY/ACCESS LICENSE AGREEMENT from LICENSOR, and fulfilling the requirements contained therein. 15. Execution of this Agreement shall supersede and/or cancel, as of the date fust above written, any and all previous agreements, if any. related to the Occupancy and use herein described, which may exist between the parties or their predecessors. THIS AGREEMENT rs hereby declared to be binding upon the parties hereto. IN WITNESS WHEREOF the undersigned have hereunto set their hand and seals this 20 day of WITNESS LICENSOR THE TEXAS MEXICAN RAIL WAY CO. hy: Arturo Dominguez itS: Manager of Administration and Contracts Signed: WITNESS LICENSEE CITY OF CORPUS CHRISTI by: 'Angel R. Escobar. P.E. its: DireCtor of Enqineerinq Services Sign,d ItIJ ~-- .~~.r I Addendum No. 2 Attachment No. 2 Page 3 of 19 NTERSTATE MANAGEMENT GROUP, INC. ~\D (!Iii \~\o , "Rail Property Management" APPLICATION FOR PIPELINE CROSSING OR PARALLEUSM OF PROPERTIES AND TRACK Name of Applicant: CITY OF CORPUS CH RISTI Telephone 361-880-3506 - Number: Fax Number: 361-880-3501 ------- 78401 ---~.,----.- I AngeIE@cctexas.com i Email Address: -.-....- ---- I Fed Ex .-'----- Number: -_.._-_._-~-_._-- ..- j State Incorporated: -. 1 I Mailing Address: , 1201 LEOPARD STREET CORPUS CHRISTI, TEXAS i : I Contact Name: r : Preferred Courier ~ ANGEL ESCOBAR, P.E ..-.-I. ---.-....-.--- UPS Number __ ____ I Overnight r------------ ! DelNery Address i r .------t-- -- ---'- -.--.. ! Corporate Name: i I..-...____-L.._ __ .._ __.___ __. _.__ ( ) Distribution (x) No PSI (x) Service - ----- - _________ LOCATION i ~::~d ~;-~XA~MEXICAN RAILROAD _ _ . I ~~~st ! CORPUS CHRISTI ~county. NUECES , I - ----,-- '~~~~~~ailroad 115~:~~ ___ __ __.__ __J_~~~~nS~eR:~~o~~e~~il~n P:~~ Quarter, Section, . TOWDShio and Ranoe: I .,--.....___ Is CA>ssing Within a Public I ~-rU Road Right-Of -Wa~? U~ US DOT Railroad ! 793 85y Cro_no Number: .L__ _._ ___ . _______. TX Feet N SEW VILLA DRIVE 1j).1C\O 100' Page 1 of 3 Addendum No. 2 Attachment No.2 Page 4 of 19 If ParaUelism, Distance of Pipe Line Parallel to Railroad Tracks: Al1Ile of Pipe 90 Degrees Number of Tracks 2 Crossing the Track: crossed: .'--..-.----.... - - T oml Length Within 100' Ralroad Right-Of-Way: - -..-- L0Q8tion of shut off valve: N/A ~'-- INSTALLATION DATA ; ~ ..--------.-. ._-- RCP CLASS III, ASTM C-76 N/A N/A -..-.- J INSIDE DIAMETER ____ ______ 36" 4" i WAlJ. THICKNESS _____ +_ i ! 44" I :::;:E1ER -::===__fNa-O:.E : LAYING LENGTHS______ --.-----t--:; I KIN OINTS _______ L_TONGUE AND GROOVE VE : NUMBER: NONE . SIZE. l SEALS: B~TH ENDS? __ _ ~I_ YJ_YE;_U ~?~ _ BURY: Base of R~---TBURY Not BURY: Below to Top of ca~~_J ..?__ _.E1_~B=nea~_1 racks: i ~~ Roadway Ditch CATHODIC :~'. . PROTECTION: U YES Q9 NO PROTECTIVE COATING: U YES ~ NO Kind: Type, size. and spacing of insulators or supports: POL~_ETHYLENE SPACERS EVERY 10 FEET STEEL ANSI 836.10 NJA N/A 48" 7/16" 0.4375" 48.875" NONE 20 FT. WELDED UYES UNO Ft In EXISTING AGREEMENT [IS there an~xi~t;~;~~;ent at this Loc;tio~with the Railroad Company, which will be effected by this Request? U Yes I <XI No lIt Yes, list Agreement Number: . .-------r--- ---------- What is the type of the existing Agreement? - ..---- -- .--.- . _._ . __ _ _~ u Page 2 ot 3 Addendum No.2 Attachment No. 2 Page 5 of 19 If this application is approved, applicant agrees to reimburse Railroad for any cost incurred by Railroad incident to the installation, maintenance and/or supervision necessitated by the installation. Applicant further agrees to assume aI/liability for accidents or injuries that arise as a result of this installation. Plans for proposed installation shal/ be submitted to and meet the approval of the Railroad Company before construction is begun, Material and installation are to be in strict accordance with specifications of National Electrical Safety Code and AREMA, current edition, and requirements of the railroad. Mail this application, General Liability Certificate of Insuiance and plans and drawings of the proposed project along with the Contractors Access/Occupancy application in triplicate, with a non-refundable $600 Application Fee, $600 Engineering Review Fee and a $600 Contractors AccessfOccupancy Application Fee in u.s.. fLIads to For Mailing via U S Postal Servir.e send to' Interstate Management Group, Inc. P.O. Box 2475 Orange Park, FL 32067-2475 Payment Instructions. For Overnight Service via Fed Ex, UPS, ate , sFmd to' Interstate Management Group, Inc. 1546 Kingsley Ave. Orange Park, FL 32073 Make your check payable to: INTERSTATE MANAGEMENT GROUP, INC., P.O. BOX 2475, ORANGE PARK, FL 32067-2475 Date: Phone 361-880-3506 Number: Signature: ,-------- ---- ! 361-880-3501 JTitle: DIRECTOR OF ENGINEERING Number: I -"---r------ ----- .---- Cont~ct I 'An,ge,IE@,cctex,as,.com I EI1'IIIIIAddress: L-___ _____ __ _.__ I Fax I MfIORT ANT NOTE: The following items m.us! be submitted before this application can be processed. Place a check mark next to each, acknowledging that the item is enclosed" Check I M . Check Mark Fee Iication and Fee 1 800 Total Due with Applications Page 3 of 3 Addendum No. 2 Attachment No.2 Page IS of 19 ) B~SIN 7 "./ ' : r, ':,' 45 ...~~ ~ ';IAVERY ~ . TURNING BASIN '.\.~0~f12. ' 1 ,/ _:~ .~,.; II I I / / /) "'~_'~';'(.'/, S/l'~(~~ . . -":/ w (^,$! ,~ ., l<r ~ ~/ #-. '''''N'"'"" \~. -~ /' ~ ,,~ ~IBt~ \~ ~ ....'.......,:"i" ...~-ti' ------ ~~ ./ / j 1 R MLR,O.tS 'T_. :::-.~~-~ ..~. -.j '-. h ;~' _..Ji w' JI t--,I 21 << u; ---r '~' ::"c:--'18J: b '; ,.', / 011; ~L " "- - ~.~ACf I " I , !,~ 1- (<' ~~ '- ? ~~ ,. ""'- .' ;'.;f /,/ ;,' ~Y 0, '-J . -'\ ~.~. I , ..(1'11.1 J' 1 ,_ G"k.. i" " 'I ' . I GR ''''ffs fj;::J '700- ~', j '" I{ ..i"h."./ -1Ct''''- CAt, i >.J ftt '- ,/'" S < <<I "--, fk T -./,."-,---/ /'W'l' ftt-1 ~ -------- k;,' .>. !b . , , / I V(' .... / '-' -.; 'it C; -9,., _______ '" ~ ,JI :::::il ',.' 0'. VN./ Oo.k ,,\,'~ G.if ,5 ~ V( v '-f ,01 , ',/ ' '1' p V-,^'-Y"Q;7 G'" 0'1 Q:' "" 1-1 ^I' ~;I!I / PI ~ .~- L--(~ "-~/ *,I.:.c 0"'" l $ $ 131;' 3'(;<'1 (' "'--...: - or I" /151:..: -p)}J/ I.; ~/ rSJ,.:t :t / I~. "-: <I 0/ '11v,p'llh .. BUFF ALa: " ~ '!J!O 'J/ 'ol C:) ~- (j "j r" Q. , , 0/1. ;S (: '7 IS 0, :.> /i.)' /lD~'.J,( 'i A;OJ:' , C(' ::'~.TELO E ">---.:" ~--,----I- _ ~ r< ~ ~l (407) /U OP~R;I''''E'5tC, est~r ~~g~~i'.~~o. ,"i /T: ~ T / / /. r---::Jo v "'-g-c:,T-~I:t;- '} 4('1 T: ftt,-:'~-' ,~~ ~U~ ~~ ~INA jLEOP~RD4-jZ ~ ~ 1~ MET 2./ 1.f:::J/,." rs:;:/ (;) I. ~':r~'y - ~~QJ,'. (:} /., fT'-A,-" "RIHION&. ;i;L~ ~ ",b /A't: I B . J)~ ,,'" 4;, ~ cf! ' '.j;: "Z(.qIl\iA -,,' I '!!if ~A ' "~ a:: UP 0.. R1VE 1 7'11 0 x --<-' '" " f'- ~r'-<(I,,~ i~'<C -"! ~- =-.- \,) / "-II u w ,I 'c.-, . '~. I-- '1 ,Qc ,. ~ l';l, lwes-:go. J;loly Cr s~.I""'- r:;/I ______ "! -:0.. / '" '" .}'! ""'!~ -$'- "- 'v' ( ~ /~ SnllL~ 0 L~ Po.r~ Ceroc-:er OMANCH~ v---- ~~ ~~ ' -9"1 y' :; < ~'~/Q'f:g0 S -f'(' V-''Z.;-/ ~'7,<-'^I-1 --.1/ pI, ADA - - ~\\'/ HO\.lARD <l:W Ben 'uI.i f)j 1" '2' '" ,Ie -::01...Y ,--'!.. rEzu G r~w\ 1v~ 11; 4J0f!(i'/ 6i &' C-j f] ~ ,;j I." ,f/VENW'ODD ( !~,~ : '05E' CALD\.IEL pn;rt ' r ' '>-~<J> ~!J 1Q,~ S- ~ 00;' '2-1 ~ ,;i ~L u .I L/L :~,~- ~~ I;",; - , Hill tl MUSSEl:::>~ 0-,-- tK .q E: ",$J.cf7 IY/ -- JBOi'IN[; Ji~ It:: . ~"'eter\ I 1 ~' to '-11 LE ~ ~ ' 0 Iii -< $'j '<-j' N4Y I W <I '--=-11 . ..J I. \ '" ~. -----., .51"1' I, LOR,__L _ :3 W /' 'rnA'A\ ,'", ,~_ ...Jj "z(;r ?~!, .... <i. l ",I Ef SOUTHI AND ~/" --- - ~ "leE' ' ;:::! "'~ r-V '-" leno" "'1..----" , i D / c:; - L--- J. ,i, ->I'~ I,HV ~ \ ,.(/c'r" 'o.t.'1 "I~YI OR Vi ' , './ ~ ' '-"I. "y CJ 1;:; /, ' illl /'MAR U ) \.ll , ~ ".IAGNES ST,IP~rkQO, ,./.. . Q ,R,A'~.'M', ~ ,-<, , --r-l.7 Z MARG !.:-RIT;-- ~f-i;H 1['~S \..-.~ r~,ICA:"l ',< f ,1: -~--'nT: ~-~g i-- ~ I I ~ ~ f l<\~ '1.9 ~,' ....".!@"l.s~[. iu+i~LQ.~L. ~i<t~~~~~:~Isi ~ ~ ~~ ~ ~ rH~~~ ' : L,o~W~- t Ii! S51 <t Vl Z 0 ~ COlEMM :::> f-- e ~:I I' co I'" :r: a. i , i ' . j <!:i W w <r -' ::) w Z (") (\J _.\ / '- :;51 LP [. !~o,+;gld dEB", RUTH ~:::> (\J (\J (\JI iL HA ':'~,.AC PROPOSED <rk-l.-: !MEo.do ~'i;:\'/ ~~ig<tinh -li I' CROSSING ~~. cH,blw4-- lcrk r ~3 Dur k ~ORD -1 ~ ",I '<I '" i i i ~q; ~ :::: f--:r: "" Z _ I' I ~ ~ I>. :.,1. ..:>t:.1 'f~N C- --R :; NA~,/AJiJ : l/ ~ S Z -'-' is:n '3 eJ HOSP TA ~ f-- , f ,~~~~ i f;,f\'",' ,( 3;;X; L3I 0.. (\) <0: 0 I Iz ~::, c~.. E~L.H:D.A hIiOt iLL.. ~+>I,/ ..... t .,~ i ~ ~ Jd MORG~N ~'" 'Y 'I-f, ~J;~ i mURBIDE 6Hl "'l:, /~T 0:: ! ~I Iy, t'~ S $) ~ J Mo~gOS-'\ j i 11 1/' 6 tIlIDICY~'A ~\ ~ 'f:.}) ~ y I ~ 2000 L 1000 GRAPHIC MAP SCALE o 2000 4000 I SCALE: ,. - 2000' '--its 1;- '^ ''''-E I <1: :::~._:_~~V:~_ RJ' DC;'" i! U'O--'t ~/J. i\r, '-14 - . 9-,'1: ~ftt, J'~ CIy , j ~U r t ..;" C. J' o.r';: ~ A,j. I C " ~ ~'Ayer~Y' .:J. '-J vi J'- ifD.r '-J ~ '\ !j- ~ Ii: <s e ~,' (j _ '\ ~ iJ 0 4:" <t' 7 I Q. ~ it &' >;2 0~>/~ -l-? Y Q. , illl =: I', J ~L;"S/~~.:-Tl\ [L.ENl< f); ~ I i , I: l~>' .., -"........,,"'..\..\. ..:-~~. .~~, ,~~.f'\ "'c.::<""". "''115' \, ; .... " I ~ * ;' '., . " ~*: ,-., l: . . . . . . .. . . . . .. . . .. . . . . . . .. . . . ''1 ~~!~~~~,I?<? ~~~~,~; .~~.j 'I. ". 81549 ,:; ft . . " 'r9.:.. ."$, 'i'bJ!' ..~!CENS'i.;?....#~ \, . . . . .. . G~<:S ..:' ONAl .._- "'"....",,- -- Vi. 1 c Z . '8 ( ) v I" \-- III NAISMITH ENGINEERING, INC. ENGINEERING . ENVIRONMENTAL' SURVEYING CORPUS CIIRISTI. n:xAll TEXAS MEXICAN RAILROAD 36" STORM WATER LINE CROSSING --""15 I"'-W" M CITY OF CORPUS CHRISTI. TEXAS I....''"' WCR 1- I>S SHOWN 1....- 1-- 7300 1- 01/09/0~ ,- 0 I- I" 1 Addendum No, 2 Attachment No, 2 03/31/05 14: 48 FAX 361.814--.!!01 _ _~MSlUTIlENGlNEERING ~OOl . . . FACSIMILE TRANSMITTAL From NAISMITH ENGINEERING, INC. ENGINEERING · ENVIRONMENTAL · SURVEYING FROM: t/'JIU/F- ,u~}e ~ TOTAL NUMBER OF PAGES: DA1'EITIME: () 3 - ") I ~ 0 S- PROJECT NO./ACCT. CODE: -'------- A-7/JtC I*i rF 0 l 5 4- Ie ~(/( X:-D o It ""W ( (I/{ c7N v((.,.(.. ~ p~ (f/6 I 71t~ III (.( It b~tvt' K:o.w. I .5 6Q AN!) (C't 7.J It- c ~5"~ -4-r IV /fAit;' ~ ~ . t?'#L-'f' /r{j()I.1.'I Z. $' dP Wi rIFt 11'I ___~.rr 1?- o. c.v . ~ff'T CI4:>SSIN< "VI t (. IS (.- <-_._--...~- -'_. -..--"...--..-.---,-..--- - ------..'--------- '^ --.'---...----- '.'---.-- --.-.-.- ----.,._-~ .....__._--_.._-_.__.--------,.~-----,- .----------"--'.-...---..----.-----..- ----~. '-------..-----..--..-----.--------------------- ---------------..-----.----- -- 4501 Gollihar Road Corpu.s Christi, Texas 78411 Telephone: (361) 814-9900 Facshnile: (361) 814-4401 600 West stll Street, Suite 300 Austin, Texas 78701 Telepb.one: (512) 708-9322 Facsimile: (512) 708-9014 The djcuments accompanying this facsimile transmission contain confidential information which is intended only for the use of the parties named above, If you have received this facsimile in error, please inuncdiately notity us by telephone to arrange for retum of the original dOCUI:aR1ts to us, Yau ue hereby llolified that any disclosure, copyirl.,g. distribution or the taking of any action in reliance on the contents of this e infOJ'J11ation is strictly rohibitcd. If there is a problem with this transmission, please call and ask for the sender. Thank You, YIGodzilll'ct1t-eINBN'ORMS\FAX 3,22~JI.DO(: - Addendum NO.2 Attachment No. 2 Page 8 of 19 03/31/05 14:49 FAX 361 814 4401 NAISMITH ENGINEERING faJ 002 MAr F' 2005 11.ilAM INTERST~TE MGMT GROUP No,0538 P. w.- (euddr~ Angel Fr....: Wayne (BUddy) Angel [wayne.angel@imgonllne.net] S_: Monday, March 2e, 2005 4:53 PM TO: 'AngeE@cctexas,oom' Sullject: villa Orlve 36" Stormwater Runoff Project Mr. Escobar" Th, attached drawing shows the TM property line, but does not indicate the property boundary of the public right-of-way (Vaa Drtve?). Please faX or email a drawing that shows the dimensions of the crossing within the public right-of-way. ""ks, _ F. fBuddllJ Anael I . Ale ~nt Group,lnc. ,~ AVlIIIlM, Omge Park, Florida 3.2073 0"... tII04} 2G4-1560 FtJJt (904J 261-1., C.JI (S04J G07-4751 .. WIa Drive lWject,pdf ,,-0 ( tf \..) ,\0 t'- 1 I' ~^ V \1 ~(1+- ~~ ~ "RIfII ~ Mtl1lf1gt1tT1l11ftW No l!InJI found In 1hi5 outgoing message. Cl'1tIlked by A VG Anti-Vll'Us. v~: 7.0.308/ ViI1JS Database: 266.8.4 - Release Dale: 312112005 ION ~~.:J.1 ~..N.Si"'SS ~ F~~~-. o~TE~ ;' . -~ - 1"". ~.- tt:.'" ~t-Af'p.N"( 'F~ ~ ~~~~~264-1S6~ Ff\.OM ~.. 560 . pHONE (9 __- ----- Addendum No. 2 Attachment No. 2 Page 9 of 19 ~ .~ j II; " $ a.. '. ~ .. I h I: !~ .. :" " t .', , I I a.. \,', .. I ,. J .. " " 0 Q ~ + -' ----- - .. - 3E " " ~I;\ ~.. ~ ~ 6tlll ,- - . - " -~ -ur----._ 'S'\r , ~,- --,~- ....1 ~ 0 ~ \0 ..... ..,., ~ II') II') I I .....1.-.. o~~ 14:4Jl~~1 814 4401 fj w ~, ....J ~. c5 I') .., I \ CIl . I ~ t.~ .' ii I I \ . {} 1m J: CL ai ',.. ~ ../ ~ 0 <;.:1 o 1', nl' 21 , ~ . i ;I! R~~ ;tll u~ ~~ -~ ~rn Z. -_......,.':~'\.'\... 1-00/ .-:l ~ 0 - ....,..,. ""\ ...... :!l: ~ I.LJ ; .. ..:!:!; :" Qo~~\\ -- ~ I . 0 Z LiP...... ~<i"l ....~lt t^ - ~ -.l "'iil" '0:::' ",~t 25 Ii ::: e::: fJ.../~ ~~L" '1\\l.l~ rz r.tJ iO; ~ W t:> ~LLi :~:~ ~:~~ () I"';z ,"0. '0'1.0 w'.o;:~ r.:l Z ;S...: ~: ::~ OIOt . -< ~VI I~" :111: ::;,:;;J~ t::t:;~" Q (f.J 't -'-\ : 0:: ,.:!,},f t: i x ~ fE l{\QI...... :~: .....-j:)K '""--....\ =s tiI ~ 00 \'\ .....::f:. ~ ~~ lZll5 "'" l- '\'\.'\..\"...t...--- ~ < ~ en en Z Illl <C 11 ~~ .. NAISMITH ENGINEERING o CD '^ C:) ~ .... ~ i ; o ... ~ I::: 141003 roo, (,I) 0 ~ : F rn ~ :r: {} (,I) :;) a. 8 I.L. o ~ o ~ ~ Addendum NO.2 Attachment NO.2 Page 10 of 19 /,,",,oN , I.&J ....J 0 0..''''" <C( n , U ~ \. (f'! ! ~ Q. t: <C( ::e \ . u I ~ Q. " /'" ~ C) ,"" ~... c:J 3 l1. ~ . ID - -I') G r ,...., l- I L - ~ j ~! i :.,... I ~ ~~ ~ I. \ , - ~iif UE, - ~, --.,~,-ccc,'=,=--=o,~,=. L Sl, .., " I --"'~":"'''''\. ~ _--...~.:a::::, '\ (:) ;'e;,.... ::: ".~~.~b I ,t~~.., ; ~: ,.~tt Q:) "~:' : w: O':f}l ~ I '~'>,O> u)', l "'-.l ~~i i~i~ ~~~~ ~ '.' '0,"- ~'~ f. Ill" : 0 : CO .... : 0 f' " ", ,... ~ 1"'.6,." .W, '~~'~ t '(". : a:::: .,' CO,., '\ "p',.. : LL : . ~q:;,., " \ "...J... ~-..- ~ \, .......:~:.. V.~ ''',..""",-- ~~ ~~ :J ,r, 10 ... ~ ~ i I . t!l ESE ~s c.;rn z. - ~~B ~~- zz~ -0 e ~~ ~ r.:l IZ'l !:l . 0 =0'" ~I -0 ~~ o ... ~ a <(W oz 0:::- ...J...J <(0::: 0:::~0 z<(z <(?:Ci5 ~~~ X 0::: a:: Wou ~~ en(/) <(= XeD ~I"') ~ I'-a o lr8 u.., ...... ~ <3 l!?~ .. J ~ i j I i j: ~I I ! I + ! i I i I * ~ ~ ~~ :i ~. ~ l1. ------ o ... ~ !Q If) 8 + ~ g + - ~ Addendum NO.2 Attachment NO.2 p..mit No. ~~FintOrrOTAL NO>, Page 1 of 8 CONTRACTOR OCCUPANCY/ACCESS AGREEMENT rhlS Agreement (hereinafter "Agreement") made this February 21, 2006. by and between CENTRAL RAILROAD COMrANY OF INDIANAPOLIS D/B/A CHICAGO. FT. WAYNE & EASTERN RAILROAD, its successors, assigns or affiliated companies (hereinafter "RAILROAD"), whose address is 497 Circle Freewav Dr.. Suite 230, Cincinnati. on 45246.. and W ARSA W COMMUNITY SCHOOLS (hereinafter "CONTRACTOR"), whose address is P.O. Box 0288. Warsaw. IN 46581-0288. WITNESSETH: I Upon payment of a one time fees of ~ and compliance with the provisions herein contained, RAILROAD hereby permits CONTRACTOR to enter the property of RAILROAD, at or near Mile Post QF358.24, at or near the Town of Warsaw, in the County of Kosciusko, State of Indiana, for purpose of installation, maintenance, renewal or removal (hereinafter referred to as "WORK"), of an Unden:~round Fiber Optic Wireline (hereinafter "Structure"). Said pennit is granted for a period not to extend beyond sixty (60) days from the date of execution of this A2:reement bv RAILROAD. Provided, however, this permit may be canceled by RAIl ,ROAD at any time CONTRACTOR is deemed by RAILROAD not to be in compliance with any of the tenus herein. The term "Contractor" shall be used to identitY the party that will perform the WORK as described in Section I, whether or not Contractor IS signatory It) CFER 051201. If Contractor is other than W ARSA W COMMUNITY SCHOOLS, Contractor warrant') to RAILROAD that Contractor (hereinafter termed 'Third Party"), has entered into a "Contract" with WARSAW COMMUNITY SCHOOLS covering the WORK to be performed in connection with Structure at said location(s). being Mile Post QF3S8.24. As additional consideration, CONTRACTOR agrees to reimburse RAILROAD for all cost and expense incurred by RAILROAD in connection with the WORK. Such costs and expenses shall include, but are not limited to, furnishing of inspectors, watchmen and flagmen as RAILROAD deems necessary to protect its property, tracks, engines, trains and cars and the operation thereof, the Illstallation and removal of any necessary falsework beneath the tracks of RAILROAD and the restoratIon of RAILROAD property. No vehicular crossing over RAILROAD'S tracks shall be installed or used by CONTRACTOR Without pnor written permission of RAILROAD. .. CONTRACTOR shall give RAILROAD at least five (5) days' notice III advance of any work done upon or adjacent to RAILROAD property under this Agreement. ('ONTRACTOR shall notify RAILROAD General Manager at 497 Circle Freeway Dr., Cincinnati, Ob 45246, phone (765) 454-7903, in advance of the start of the WORK, give the General Manager notification of the date said WORK IS completed, and also the date the Contractor's work is accepted by,Third Party. Upon completion of the WORK, CONTRACTOR shall promptly remove from RAILROAD property all tools, equipment and materials placed thereon by CONTRACTOR and CONTRACTOR'S agents. CONTRACTOR shall restore RAILROAD property tu the same state and t;ondition as when CONTRACTOR entered thereon and shall leave said property In a clean and presentable condition. ('ONTRACTOR, after completion of construction or termination of work, at Its sole cost. hereby agrees to [('store 111 a good and workman like manner all property disturbed by CONTRACTOR use or constructiOn or maintenance acrivities from the date of execution of this document. Said restoration shall include, but not be limited to. any and all hann, damage or IB)trry done to RAILROAD property and/or to any other public or private property by acts or occurrences subject to Federal. State or local environmental enforcement or regulatory jurisdiction, and shall mclude necessary and appropriate testing and cleanup CONTRA( 'TOR'S work shall be perfomled III accordance WIth plans and specifications approved by RAILROAD and in such manner and at such times as shall not endanger or interfere with the safe operation of the tracks and other facilities of RAILROAD at said location. No materials, tools or equipment shall be stored within ten (10) feet of the centerline of any track. The regulations of RAIlROAD and the mstructions of its representatives shall be complied with relating to the proper manner of protecting the tracks. pipelines, wire lines, signals and all other property at said location, the traffic moving on such tracks and the removal ()f tools. equipment and materials. Provided, no bailment shall be created by the storage of any materials tools ()i' equipment on RAILROAD property " Before saId WORK CONTRACTOR shall, at ItS sole cost and expense, obtain all necessary authority from any public authorities having jurisdiction m the premises, and shall thereafter observe and comply with the requirements of such public authority or authorities and all applicable laws and regulations. CONTRACTOR shall secure written approval by RAILROAD of plans and/or specifications submitted to RAILROAD prior to the commencement of any WORK. Addendum NO.2 Attachment NO.2 PInnit No. <<FirstOffOT AL NO)) Pace 2 of 8 The Structure shall be installed at the sole risk, cost and expense of CONTRACTOR, in accordance with American Railway Engineering Association Specifications or other Industry Standard Specifications as may apply or be appropriate for the use mtended. Said specifications are incorporated herein and made a part hereof by reference. Approval of plans or completed work by RAILROAD'S designated representative shall not, in itself, be considered acknowledgment that said project lS in conformity with said standards. x CONTRACTOR AGREES n) DEFEND, INDEMNIFY AND HOLD HARMLESS RAILROAD, RAILAMERICA, INC., ITS OFFICERS, AGENTS, -\NI) EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, DEMANDS, LOSSES, DAMAGES. CAUSES OF ACTION, SUITS, .-\NI) LIABILITIES OF EVERY KIND (INCLUDING REASONABLE ATTORNEYS' FEES. COURT COSTS. AND OTHER EXPENSES RELATED THERETO) FOR INJURY TO OR DEATH OF A PERSON OR FOR LOSS OF OR DAMAGE TO ANY PROPERTY, ARISING OUT OF OR IN CONNECTION WITH ANY WORK DONE, ACTION TAKEN OR PERMITTED BY CONTRACTOR, ITS SUBCONTRACTORS. AGENTS OR EMPLOYEES UNDER THIS CONTRACT. IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO, BOTH CONTRACTOR AND RAILROAD, THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH INDEMNIFIES RAILROAD FOR ITS OWN NEGLIGENCE, WHETHER THAT NEGLIGENCE IS ACTIVE OR PASSIVE, OR IS THE SOLE OR A CONCURRING CAUSE OF THE INJURY, DEATH OR DAMAGE; PROVIDED THAT SAID INDEMNITY SHALL NOT PROTECT RAILROAD FROM UABIIITY FOR DEATH, INJURY OR DAMAGE ARISING SOLELY OUT OF THE CRIMINAL ACTIONS OF RAILROAD, ITS' OFFICERS, AGENTS AND EMPLOYEES. IT IS STIPULATED BY THE PARTIES THAT RAILROAD OWES NO DUTY TO CONTRACTOR, ITS CLIENT, OR THEIR DIRECTORS, OFFICERS, EMPLOYEES AGENTS OR INVITEES, TO PROVIDE A REASONABLY SAFE WORK PLACE AND THAT ALL PARTIES ENTERrNCi ONTO RAILROAD PROPERTY DO SO AT THEIR SOLE RISK. .~ Should RAILROAD bnng suit to compel performance of or to recover for breach of any covenant or condition contained herein, C'ONTRACTOR shall pay to RAJLROAD reasonable attorneys' fees in addition to the amoWlt of judgment and costs Ii Prior to the performance of an\ work upon or adlacent to RAILROAD'S property under this Agreement: (a) CONTRACTOR shall furnish RAILROAD, at CONTRACTOR expense, a certified copy of a public liability aDd property damage liability insurance policy issued in the name of CONTRACTOR covering the contractual liability assumed by CONTRACTOR under Section 8 hereof. The form, substance and limits of said insurance policy shall be subject to the approval of RAILROAD and shall be in compliance with the provisions contained in the insert marked Exhibit "A", hereto attached and made a part hereof. (b) CONTRACTOR shall furnish RAILROAD, at CONTRACTOR expense, a certificate of Workers Compensation coverage, including Federal Employee Liability Act coverage if applicable, for its workers and subcontractors in accordance with the requirements of the State or States in which said work is to be performed. (c) CONTRACTOR shall furnish a policy of Railroad Protective coverage in the amount of Two million and nollOO dollars ($2,000,000.00) per occurrence, Six million and nollOO dollars ($6,000,000.00) aggregate with named insured as outlined in CONTRACTOR OCCUPANCY/ACCESS AGREEMENT, Exhibit "A". WARNING: ONL Y A POLICY OF RAILROAD PROTECTIVE INSURANCE WHICH SPECIFICALLY NAMES CENTRAL RAILROAD COMPANY OF INDIANAPOLIS D/BIA CHICAGO. FT. WAYNE & EASTERN RAILROAD AND RAILAMERICA. INC.. AS THE INSURED PARTIES IS ACCEPTABLE AND A COpy OF SAID POLICY MUST BE RECEIVED PRIOR TO THIS PERMIT BEING APPROVED ON BEHALF OF RAILROAD. CONTRACTOR shall keep saId insurance III full force and effect until all work to be performed upon or adjacent to RAILROAD property under said contract is completed to the satisfaction of and accepted by Third Party and thereafter until CONTRACTOR has fulfilled the provisions of this agreement with respect to the removal of tools, equipment and materials from RAILROAD property. Said policy shall name RAILROAD as additional insured. i I The permISSion herein gIven shall not be aSSigned by CONTRACTOR without the prior written consent of RAILROAD, Addendum No.2 Attachment No.2 P.mit No. <<FlntOffOT AL NO" Page3 of 8 except III the case of subcontractors who shall be deemed agents of CONTRACTOR, subject to the terms of this Agreement RAILROAD Requirements for CONTRACTOR working on RAILROAD Right-of-Way are attached as CONTRACTOR OCCUP ANCYI ACCESS AGREEMENT, Exhibit "B" and made a part hereof. Failure to comply with all of said requirement..~ shall be grounds fOJ cancellation of this Agreement at the sole option of RAILROAD. 12. CONSTRUCTION PROVISIONS: In relation to RAILROAD'S track and RAILROAD operations: a. CONTRACTOR warrants it will place no bore pit closer than 25 feet from the end of the ties of the nearest track, as measured at right angles from said track; that all of the lines to be installed under RAILROAD'S track shall be a minimum of five feet six inches below the base of the rail; that carrier pipe(s) and/or wire lines shall be encased in Steel Casing Pipe in accordance with the attached CONTRACTOR OC:Cl)PANCY/ACCES~ AGREEMENT, Exhibit "D" casing criteria attached hereto; and that casing shall extend a minimum of 25 feet from the center line of the outside track on each side of said crossing, measured at a right angle to said track. b. CONTRACTOR shall be solely liable for location and protection of any subgrade railroad signal wires or other railroad facilities, which may be impacted by CONTRACTOR WORK. If same shall be damaged by said WORK, Contractor shall, at its own expense, immediately cause said damage to be corrected. Contractor shall be solely liable to RAILROAD for any and aU costs resulting for any interruption of train service resulting from CONTRACTOR WORK. c. Said provisions shall prevail over any lesser provision or standard set out for occupancy of adjoining or underlying lands. nIlS AGREEMENT IS hereby declared to be bindmg upon the parties hereto. IN WITNESS WHEREOF. the undersigned have hereunto set their hand and seals this 20 day of WITNESS RAlI.R()AD CENTRAL RAILROAD COMPANY OF INDIANAPOLIS D/B/A CHICAGO, FT. WAYNE & EASTERN RAILROAD by Todd Cecil Its Vice President Signed WITNESS CONTRACTOR WARS A \V COMMUNITY SCHOOLS b\ Ih: SIgned Addendum NO.2 Attachment NO.2 Paoe 14 of 19 ~ ~mit No. <<FirstOrrOT AL NO" Page 4 of 8 CONTRACTOR OCCUPANCY/ACCESS AGREEMENT EXHIBIT "A" The coverage afforded hereunder shall include the liability assumed by the named insured under the following indemnification provIsions contained in an agreement in writing between the named insured and CENTRAL RAILROAD COMPANY OF INDIANAPOLIS D/B/A CHICAGO. FT. WAYNE & EASTERN RAILROAD, covering work to be perfonned upon or adjacent to its property Mile Post QF358.24:t, quoted hereinbelow for convenience: CONTRACTOR AGREES TO DEFEND, INDEMNIFY AND HOLD HARMLESS RAILROAD, RAILAMERICA, INC., ITS OFFICERS, AGENTS, AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, DEMANDS, LOSSES, DAMAGES, CAUSES OF ACTION, SUITS, AND LIABILITIES OF EVERY KIND (INCLUDING REASONABLE ATTORNEYS' FEES. COURT COSTS, AND OTHER EXPENSES RELATED THERETO) FOR INJURY TO OR DEATH OF A PERSON OR FOR LOSS OF OR DAMAGE TO ANY PROPERTY, ARISING OUT OF OR IN CONNECTION WITH ANY WORK DONE, ACTION TAKEN OR PERMITTED BY CONTRACTOR, ITS SUBCONTRACTORS AGENTS OR EMPLOYEES UNDER THIS CONTRACT. IT IS THE EXPRESS INTENTION 01 THE PARTIES HERETO, BOTH CONTRACTOR AND RAILROAD, THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH INDEMNIFIES RAILROAD FOR ITS OWN NEGLIGENCE, WHETHER THA T NEGLIGENCE IS ACTIVE OR PASSIVE, OR IS THE SOLE OR A CONCURRING CAUSE OF !'HE INJURY, DEATH OR DAMAGE; PROVIDED THAT SAID INDEMNITY SHALL NOT PROTECT RAILROAD FROM LIABILITY FOR DEATH, INJURY OR DAMAGE ARISING SOLELY OUT OF THE CRIMINAL ACTIONS OF RAILROAD. ITS OFFICERS. AGENTS AND EMPLOYEES. IT IS STIPULATED BY THE PARTIES THAT RAILROAD OWES NO DUTY TO CONTRACTOR, ITS CLIENT, OR THEIR DIRECTORS, OFFICERS. EMPLOYEES AGENTS OR INVITEES TO PROVIDE A REASONABLY SAFE WORK PLACE AND THAT AU PARTIES ENTERING ONTO RAILROAD PROPERTY DO SO AT THEIR SOLE RISK. " The polley or policies shall provide coverage ill amount of not less than Two Million Dollars ($2,000,000) combined single limit for all damage~ ari~lllg out of bodily III jury to or death of persons and for loss of or damage to property. rhe policy or poliCies. where applicable and available. shall contam Insurance Services Office Standard Endorsement CG 2417 No cancellation of this policy or modification of the coverage afforded under this endorsement shall be effective uDtil ten (10) days' notice thereof has been given to: RailAmerica, Inc., Attn.: Property Management Dept., 5300 Broken Sound Blvd., NW, Boca Raton, FL 33487, Facsimile (561-226-6907) fhe policy as required In section 10(a) of the Agreement shall name RAILROAD as an additional insured. The policy as reqUIred III sectIOn IO(b) shall name RAILROAD and afliliates as listed below as additional insured with respect to F EL.A. .,:oyerage, and/or if applicable under the laws of the State in which the work is performed. The policy as reqUired III sectJOn lO(c) shall name Central Railroad ComDanv Of Indianapolis DIB/A Chicae:o. Ft. Wavne & Eastern Railroad and RailAmerica. Inc., as insured. RAILROAD requires that each Insurance Carrier providing coverage must be an Admitted Company in the State for which this Agreement is \\ ritten and han an A.M. Best rating of "A" or better and a financial class rating of 10 or better Addendum NO.2 Attachment No. 2 Page 15 of 19 ~ No. <<FintOffOTAL NO>> PIrIe S of 8 (:ONTRACTOR OCCUPANCY/ACCESS AGREEMENT EXHIBIT "B" Requirements for Contractors working on RAILROAD Right-of-Way: A. In order to protect RAILROAD'S investment in its right-of-way and for the safety of persons coming onto RAILROAD property, RAILROAD has established certain requirements. The following constitute minimum requirements for all persons corni.na on or near RAILROAD right-of-way CONTRACTOR is encouraged to develop their own safety rules that meet or exceed the following requirements. CONTRACTOR will not be allowed to occupy or work on RAILROAD right-of-way prior to sigaing and dating this Agreement and returning it to the RAILROAD contact person noted herein. B. All permits and agreements must be in effect, required payments made and insurance certificates received and approved prior to CONTRACTOR entenng RAILROAD right-of-way. Insurance must remain in effect during the entire project. C Any dewatering utihzing drains or ditches on RAILROAD property must be approved by RAILROAD. O. CONTRACTOR must have approved "ConstructIOn Plans" prior to commencing work on a project. No changes will be made to "Construction Plans" without approval by all parties involved. Approved revised plans will be furnished to all parties pnor to implementation of changes E CONTRACTOR Will mcur all costs for track work, including flagging, etc., made necessary due to the WORK.. F. PunJUaIlt to Federal RegulatIOn, flagging protectIOn is always required when equipment crosses or is working within 25 feet of center of any live track. When deemed necessary by RAILROAD. a flagman may be required at all times while working on RAILROAD right-of-way G Cr<16sing of any RAILROAD tracks must be done at approved locations and must be over full depth timbers, rubber, etc. !\ny equipment with steel wheels, lugs or tracks must not cross steel rails without aid of rubber tires or other approved protection. II If temporary construction crossings are necessary. they must be covered by a Private Roadway and Crossing Agreement, and must be barricaded when not in use. A Pnvate Roadway and Crossing Agreement is prepared by RAILROAD under the same general terms as this Agreement. 1 CONTRACTOR must furnish details on how CONTRACTOR will perform work that may affect existing drainage and/or possible fouling of track ballast as well as rem()val of overhead bridges/structures. (Structures and bridge spans over tracks must be removed intact) .I Absolutely no piling of constructIOn materials or any other material, including dirt, sand, etc., within 15 feet of center on any second.-y track (25 feet of Main Line and siding tracks) or on property of RAILROAD not covered by an existing Construction Easemeillt, permll, lease or agreement. A 10' clear area on both sides of a main track must remain unobstructed at all times to allow for stopped train inspection. K. (a) All bore pits must be a milllmum of 25 feet from the nearest outside rail of any track, measured at a 90 degree angle to said track and all undertrack bores shall be no less than six feet below the bottom of the ties. (b) No construction will be allowed within 15 feet of center of any track unless authorized by RAILROAD and as shown on plans approved by RAIlROAD. This includes any excavation, slope encroachment and driving of sheet piles. L No vehicles or machines shall remain unattended within 15 feet of a secondary track or within 25 feet of a Main Line track. M. Should CONTRACTOR III any way interfere With RAILROAD operations or damage property during construction operations over RAILROAD'S tracks and right-of-way, CONTRACTOR, upon demand by RAILROAD to CONTRACTOR and/or Client, shall immediately stop work on RAILROAD'S right-of-way for a period of not less than 48 hours to allow RAILROAD to investigate t\ny necessary repairs shall be made by RAILROAD at CONTRACTOR'S sole cost and expense. Addendum NO.2 Attachment NO.2 Ppt No. <<FintOrrOT AL NO>, P.6 of 8 No work will proceed until authorized by RAILROAD N CONTRACTOR'S safety rules. including rules regarding personal Safety Equipment, must not conflict with RAILROAD safety policies <>r rules. o A.rtic1es Included in any agreement with RAILROAD, which complement this document or exceed its contents, include C'ONI'RACTOR OCCUPANCY/ACCESS AGREEMENT, Exhibit "C" CONTRACTOR'S ACKNOWLEDGMENT: WORK SITE LOCATION Company__ Address: Bv: TO\\-11: Title: State Date: Project No. ______ RAILROAD CONTACT PERSON: CENTaAL RAILROAD COMPANY OF INDIANAPOLIS D/B/A CHICAGO, FT. WAYNE & EASTERN RAILROAD Mr. C....is McGuire NAME Ups Manager rITLE Suite 230 497 Ciftle Freeway Dr. ADDRESS Cincinnati, OH 45246 CITY, STATE, ZIP (765) 454-7903 TELEPHONE NUMBER (765) 454-7908 FAX NUMBER Addendum No.2 Attachment No.2 Page 17 of 19 ....mil No. "FintOITOT AL NO>> ....e 7 of 8 CONTRACTOR OCCUPANCY/ACCESS AGREEMENT EXHIBIT "C" StateJaent of Conditions when Flagmen, Protective Services and Devices or other appropriate personnel will be furnislted by RAILROAD at sole expense of CONTRACTOR: '" RAILROAD flagmen \\111 be required for. but not limited to, the following conditions: I. When, in the sole opimon of RAILROAD, protection is necessary to safeguard RAILROAD'S trains, engines, facilities and property 2. When work is performed, in any way. over, under, or in close proximity to tracks or any RAILROAD facilities. 3. When work in any way mterferes with the operation of trains at usual speeds or threatens, damages, or endangers track or RAILROAD facilities. 4. 'W'hen any hazard is presented RAILROAD communications, signal, electrical, or other facilities due to persons, materiaL equipment, or blasting in the vicimty 5. Wben and where matenal is being hauled across tracks. Provided, however, special clearance must be obtained from RAILROAD before moving heavy or cumbersome objects and equipment which might result in making the track impassable for any period)f time. B. Protective Services and Devices, Other Specialized Personnel shall be provided when, in the sole opinion of RAILROAD, such are necessary in addition to flagging. COST OF FLAGGING AND OTHER PROTECTIVE SERVICES AND DEVICES A. Flaaging effective January 1,2002 I. Shall be billed a minimum of actual cost (please verify rates with the RAILROAD office) per day plus any expenses incurred for each flagman required, for each day, or for any portion thereof, for up to eight hours in one shift Monday through Friday, excepting holidays recognized by RAILROAD in its personnel policy manuaL 2. Time worked in excess of eight hours m one shift Monday through Friday, or worked in any amount on Saturday, Sunday and on holidays recognized by RAILROAD in its personnel policy manual, shall be billed at the rate of actual cost (please verify rates with the RAILROAD office) per eight-hour day, per flagman required, for each day or portIOn thereof worked B. COlDlIlumcatlons Linemen, Signalmen, ProtectIve Services and Devices All services reqUlred shall be billed at RAILROAI)'S contracted rate with service provider plus a 20 percent RAILROAD administrative fee Addendum NO.2 Attachment NO.2 Page 18 of 19 ptrml& No. <<FlntOITOT AL NO}) Page' of 8 CONTRACTOR OCCUPANCY/ACCESS AGREEMENT EXHIBIT "D" MINIMUM WALL THICKNESS FOR CASING PIPES UNDER RAILROAD TRACKS l. STEEL CASING PIPE (A.R.E.A. SPEC 1964) NOMINAL DIAMETER (Inches) NOMINAL WALL THICKNESS (Inches) Under 14 I4 and 16. __________ 18 ~. - -..--.....--.- 22 ~- - ------- 26 28 and 30 32 34 and 36____ __ 38,40 and 42 PROTECTED 0.188 0.219 0.250 0.281 0.312 0.344 0.375 0.406 0.438 0.469 NOT PROTECTED* 0.188 0.281 (9/32) 0.312 0.344 0.375 0.406 0.438 0.469 0.500 0.531 0500 0.562 Steel Pipe shall have mmimum yield strength of 35,000 psi * When casing is installed without benefit of a protective coating and said casing is not cathodically protected, the wall thickness shall be increased to the nearest standard size which is a minimum of 0.063 inches greater than the thickness shown for protected pipe except for diameters under 12.75 inch. 2. CONCRETE PIPE All diameters of concrete pipe under main tracks shall be specified as AS.T.M. C-76 (Latest Revision) Table V. Concrete pipe under siding and yard tracks may be Table IV (either Wall "8" or "c" is acceptable). 3. COIRUGATED METAL PIPE T.le shows permissible minimum and maximum height of cover for both riveted and helical pipe. NOMINAL DIAMETER (Inches) 16 GAGf 14 GAGE 4-80 (ft) 4-64 4-53 4-45 4-40 4-3 I 5-23 4-49 12 GAGE 12 15 18 4-53 (ft) 4-42 4-34 4-28 ~-23 4-79(ft) 4-70 4-56 4-46 4-78 21______ . 24 30_______ 36 42 Addendum NO.2 Attachment No.2 Page 19 of 19 C~ity of Corpus Chrlsti r-:OENDUM NO.1 .... ~~ r ell' () ~-) PF 'T "E i PS PROJECT' STORM SEWER EXTENSIONS - VILLA DRIVE DRAINAGE IMPROVEMENTS, PHASE 1 (AGNES TO BALDWIN); GREENWOOD PARK AREA DRAINAGE IMPROVEMENTS, PHASE 1; MILKY WAY DRIVE OUTFALL IMPROVEMENTS PROJECT NO: 2173/2215/2212 3p~"C rh j ~ ( iT:'! ,; ,1' (. tl.~! j, U'Iei!; f' ( not tIed (;f lhe ollowing modifications (~ !'l()rjj t teat lun shall become a part of 1 I Ii f Lhe 'on tract documents not iE~rlci n{:.i J r'em j in unchanged. c:ln 1 , -:i I1 1 Ir; ~~ Ii ':'--:'. : (- " !" I' I. G~RAL 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 /remobilization 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 . E. 1<f1 HIE' CHIC]' Services Le ,/--. rE ADDENDUM NO.1 Page 1 of 1 ::J P L C L.\ P R (j V I S I 0 N S C' P E F I 1:. T I 0 N S A N 0 0 ,~ 11 c ) F C 0 N R l\ ,.-..... T S A N D B 0 N D S "" ~) 1 "-.. F 0 R Storm Sewer Extensions Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin), Greenwood Park Area Drainage Improvements, Phase 1, Milky Way Drive Outfall Improvements E epared By: Na Isml tr. Engineering, Ine_ IS (i 1 (:;01 Ii har Road Corpus Cnristi, Texas 78411 Te ephone 361/814--9900 Fa? 361/814-4401 FOP ~')~'\, - ~,=,,'..'.'4t.4# '. i~.'. * .....'.. I... ...~ ~: ....:....~ ...:.. .........-.. &1 iiIII! -or .,... ...... . ......... .. ....:.:.... 81541 .l ill .....I.I!C.... 'I , .,ii'l\. .0/ 7\;""~'~ wil frJ- ()Z-Z /-06 lEFt- 1i' EN i' ENGINEEHINC SERVe ES )!-RPUS CHRI :0'1' TEXAS ;'h,)[( 361 88 3 00 f' 0> 36 1 ' 88 3 0 I PROJE, ~T NO: 21 ' 13 -' 1 5 ;',.2; 1. I DRAWING NO: 3TC L. 1/ ""..... -,""" (Rev 8.'d '7 S(OOI Storm Sewer Extensions Villa Driv~ Drainage Improvements Phase 1 (Agnes to Baldwin) Greenwood Park Area Drainage Improvements Phase 1 Milky Way Drive Outfall Improvements Table of Contents NOTICE TO BIDDERS (P'cvised '/5 i) ) NOTICE TO CONTRACTOR S- A iRevJsed Sept 2000) Insurance ReqUirements NOTICE TO CONTRACTORS - B (Revlsed 7/5(00) PART A A-I A-2 A-] A-4 A-S A-6 A-7 A-8 A-9 A-IO A-II A-12 A-13 A-14 A-IS A-16 A-4-f- A-18 A-19 A-20 A-2I A-22 A-2-3- A-24 II. 25 A-26 ,1\ 27 A-28 ...........'.c_ Worker's Compensatiof1 Coverage For Bui lding or Construction Projects For Government Entities SPECIAL PROVISIONS Tlme and Place of Receiving Proposals/Pre-Bid Meeting Definitions and Abbreviations Description of Project Method of Awarel Items to be Submitted with Proposal Time of Complecion/Liquidated Damages Workers Compensation Insurance Coverage Faxed ProposaL, Acknowledgment of Addenda Wage Rates (Revised 7/5/00) Cooperation with Publ ic Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal/Salvage of Materials Field Office (NOT USED) Schedule and Sequence of '~':)nstruct ion Construction Staking Testing and eel tifieal ion Project Signs Minority/Minon ty Bw;iness Enterprise Participation IO!98! fnopcctieft~He4d--fRc'nGcd -+f-5f~ (NOT USED) Surety Bonds Ba:l:-es-~ EJCcmpt-ieH NO LONGER APPLICABLE (6/11/98) Supplemental Insurance Requirements 'Rcoponoibi--l:-i-ty- E-er- D.:lm.::lgc -Cl-a-i-ms- (NOT USED) Considerations for Contrac! Award and Execution Policy Rev, 10/98 Page 1 of 4 (Revised A-29 A-30 A-31 A-32 A-33 A-34 ^ )5 A-36 A-37 A-38 l. J9 A-40 A-41 A-42 A-43 A-44 A-45 A-46 A-47 A-48 A-49 A-50 :ontracLor s Field Administration Staff Amended "Consideration of Contract" Requirements :'\mended Po] icy m Extra Work and Change Orders Amended "Executl.on of Contract" Requirements Conditions ot Work Precedence ot Contract Documents City Water Facilitieo Special Rcquirefficnto (HOT USED) Other Submittals (Revised 9/18/00) Amended ~Arrangement and Charge for Water Furnished by the City" Worker's Compensation Coverage for Building or Construction Projects for Government Entities Certificate of Occupancy and Final hccc~tuncc (~.USED) Amendment to Section 8-8.6: Partial Estimates Ozone AdVisory OSHA Rules & Regulations Amended Indemnification & Hold Harmless (9/98) Change Orders (4/26/99) As.Built: Dimensions and Drawings (7/5/00) Disposal of Highly Chlorinated Water (7/5/00) Pre-Construction Exploratory Excavations (715/00) Overhead Electrical Wires (7/5/00) Amend ~Maintenance Guaranty' (8/24/00) Dewatering Disposal PAIlT B - GBHBRAL PROVJ:Sl:ORS PA1l'l' C - FEDBRAL WAGE RA'l'BS AND REQUl:RBIIBIi'l'S PMT S - STANDARD SPECl:FlCATIONS 021 SITE PREPARATION 021020 Site Clearing & Stripping S5 021040 Site Grading 56 022 EARTHWORK 022020 022022 022040 022080 022100 Excavation & Backfill for Utilities Trench Safety for Excavations Street Excavation S10 Embankrnen t S 13 Select Material S15 & Sewers S9 023 FOUNDATIONS, BORINGS, PILES & CAISSONS 023020 ,Jacking, Boring Tunneling 565 025 ROADWAY 0252 . SUBGRADES ANI) BASES 025222 Flexible Base High Strength S24A 0254. . 025404 .ASPHALTS AND SURFACES Asphalts, Oils, & Emulsions S29 Rev. 10/98 Page 2 of 4 025412 025414 025416 02')424 02()6. . 025608 025610 0258. . 025802 Prime COdt SIO Aggregatp for Surface Treatment and Seal Coats (S-35) Seal Coat (S il} Het MiX Aspha t Concrete Pavement S34 CUNCRETE WORl< ILlets :;63 Concrete Curb", Gutter S52 TRAFFIC CONTROLS & DEVICES Temporary Traffic Controls During Construction 026 UTILITIES 026210 Polyvinyl Chloride Pipe is-83) 026404 Water Services 02 SEWERS & DRAINAGE 0272..... .GENERAL 027202 Manholes S62 0274. . 027402 0276. . . 027602 027610 STORM SEWERS Reinforced Concrete Pipe Culverts S60 . . SANITARY SEWERS (GRAVITY) Gravity Sanit:ary Sewers S61 Televised Inspection of Conduits 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Erosion Control by Seeding S14 028200 Mail Box Relocation 028300 Fence Relocat ~.on S12 030 CONCRETE, 030020 032020 038000 050 METALS 055420 GROUT Portland Cement Concrete S40 Reinforcing Steel S42 (Includes Diagram) Concrete Structures S41 Frames. Grates. Rings. & Covers S57 027407 PART T - TECHNICAL SPECIFICATIONS ...,._.,~ Hi gh DensJ.ty High Molecular Weight Polyethylene (HDPE) Pipe Rev. 8/03 Page 3 of 4 LXST or DRAWXNGS - 1. Title Sheet 2. General Notes and SWlllllAry of Quantities 3 . Sheet Xndex Plan 4. Horizontal Control 5. Villa Drive Plan and Profile: STA 0+00 to STA 3+18 6. villa Drive Plan and Profile-Laterals: STA 0+00 to STA 0+43 STA 0+00 to STA 0+47 7. Greenwood Park Plan and Profile: STA 0+29 to STA 3+80 8. Greenwood Park Plan and Profile: STA 3+80 to STA 7+60 9. Greenwood Park Plan and Profile: STA 7+60 to STA 11+42 10. Greenwood Park Plan and Profile: STA 11+42 to STA 12+44 11. Milky Way Drive Demolition Plan 12. Milky Way Plan and Profile: STA 0+00 to STA 2+80 13. Milky Way/Star Cove Plan and Profile: STA 0+00 to STA 1+70 14. Milky Way/Dawn Breeze Plan and Profile: STA 0+00 to STA 1+59 15. villa Drive and Milky Way Traffic Control Plan 16. Greenwood Park Traffic Control Plan 17, Greenwood Park Traffic Control Plan 18. Traffic Control Plan Typical 2-Lane Roadway One-Lane Closure TCP (1-2)-98 19. Traffic Control Plan Typical 2-Lane Roadway One-Lane Closure DC (5)-98 20. Miscellaneous Details 21. Standard Stor.m Water Details (1 of 2) 22. Standard Stor.m Water Details (2 of 2) 23. Sanitary Sewer Standard Details 24. Greenwood Outfall Structure IIO'1'XCE AQREBIIBRT PKOPOSAL / DISCLOSURE STATBICBIiI'1' PJIRll'ORIIABCE BOlD> PAYIIENT BOlD> Rev. 8/03 Page 4 of 4 ......,..-..- NOTICE TO BIDDERS ...... NOTICE TO BIDDERS Sea ,~( j pr OpOSd l:c ,ddn'~:3~3,~d 'he C],'/ uf Corpus Christi, Texas for: Storm Sewer Extensions - Villa Drive Drainage Improvements, Phase 1 (Agnes to Baldwin), Greenwood Park Area Drainage Improvements, Phase 1, !tilky Way Drive OUtfall Improvements: Base Bid A, the villa DrI"e J]dlnage Improvements include: 136 LF of 36-IN Dia. ReiLforced ':oncr,.te Pipe (RCP) 116 LF of 36.IN Dia high-density polyethylene (HDPE) Pipe, [84 Lt" of 24 IN HCP, 100 LF of 48-IN Steel Casing for Bore under rai n.,ad, 4 Pusr- II Let dl,d "rpe "An Manholes; Base Bid B, the ;reenwood Park Drainage Improvements include: 1, 168 LF of 54-IN Dia PCP, 24 1 f )F 48-IN UIa Rep, 2 Type "B" Manholes, 871 LF of Curb & Gutter repall 1, 198 SY of Pavement Repair, 1 Concrete Outfall Structure, 1,134 LF of 8- IN D1.0 C 900 polY\oinyl-chloride (PVC) "purple-color" Effluent Line AND 4,566 SY f One Course Su rface "'reat m,~nt, Base Bid C, the Dia. HDPE Pipe, Replacement 66 Driveway RepaIr Mi ky Way Drive Outtall Improvements include: 440 LF of 36-IN 1 6 LE-' )f 42 IN Dia HDPE Pipe, 185 LF of Curb & Gutter SY of pavement repaIr, (2) Curb Inlets, 817 SF of Concrete 'lnd UnderpInnlllq (4) homes during construction; Complete and together wi t h a j appurtenances, in accordance with the plans, speed icatir)ns and:ontrac t documents. will be received dt the of fice of the City Secretary until 2:00 p.m. on Wednesday, March 22, 2006 and then publicly opened and read. Any bid received after closing time 'wiD be n'turned unopened. A pre-b1d meet1ng 1S scheduled for 11:00 a.m. on Tuesday, March 7, 2006 in the angineering Services Main Conference Room, 3= Ploor, City Ball, 1201 Leopard Street, Corpus Christi, Texas. The pre.-bid meeting will be conducted by the City HId wll1 incllde a reView of the project scope. A bId bond 1n tbe dffiount of 5% of the highest amount bid must accompany each proposal. FaIlure to providE' the bid bond will constitute a non-responsive proposal whIch wLll not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the '~ity as llquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeKS of receipt of bids Plans, proposal forms, specifIcations and contract documents may be procured from the C1ty Engineer Ipon a deposit of Pift~ and no/l00 Dollars ($50.00) as a guarantee of their return in good conditIon WIthin two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby not1fied that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft 01 type of "l-iborer, "workman,. or "mechanic" employed on this projec' The ICy reserves tbe r1ght to Leject any or all bids, to waive irregularities and to accept the b.d which, in the City's opinion, seems most advantageous to the rity and In the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /sl Angel R. Escobar, P. E. Director of Engineering Services Isl Armando Chapa City Secretary Revlsed 7/5/00 NOTICE TO CONTRACTORS - A - NOrrIC.: T() CONTRACTORS - A INSURAN(:E REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicatmg proof of coverage In the following amounts IS required . -~--"--""'- .--....--.......--.- --~-- TYPE OF INSURANCE - .--."--.----.. ....-.----.,.----.-.. _JO-Day Notice of ('ancellation required on all nTt r---------- --.-- -. ------ (nrnmerclai ( ienerall ,Iabllit\ Including Commerdal Form Premlse~ Operatiom. Exploston and Collapse Haz.trd Underground Hazard Products/ Completed Operations Hazard ()ontractual Insurance Broad Form Property Damage Independent Contractors Personal Injury i l , ' 14 I ; I k It) ~ l AlrrOMOBU,F LIABILITY -OWNED NON-OWN OR RENTED !...__...~~---_...._-_.._-~.___"'..___._._._..___u "_ ..__.....__. ._._____ .....__ -"_._----_..~..__._--_.__.._~_.~._- I I WORKERS ('OMPENSATION EMPU)YERS LIABILITY -"'-"--"--,-,,~- -- .--- --..-.--. -".-.,. --- EXCESS LIABILITY --" -~--'-'-'-"- .--. ---..-...-...-. .--.---.-.--- PROFESSIONAL POLLUTION LIABILITY / ENVIRONMENTAL IMP AlRMENT COVERAGI Not limited !o sudden & accidental discharge; to incl tern environmental impact for the disposal of contam --..__..~_._.._-_.__..- BUILDERS RISK INSTALLArJ(lN FIJ)ATFR --"-... ..._. --_. --...-.---......-.--..-.- -~ .--- "-'-'~-, "-.~ ---- '~ .""" .-------------- MINIMUM INSURANCE COVERAGE -- -- ificates Bodily Injury and Property Damage ------ -- $2,()()(),000 COMBINED SINGLE LIMIT --- ED $1.000,000 COMBINED SINGLE LIMIT ------ ._--- WHICH COMPI JES WITH THE TEXAS WORKERS' COMPENSA nON ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT ..-.- $2,000,000 COMBINED SINGLE LIMIT REQUIRED ude long- X NOT REQUIRED mant~ ~--- See Section B-6-11 and Supplemental Insurance Requirements REQUIRED X. NOT REQUIRED ------.-- 1--------- See Section B-6-11 and Supplemental Insurance Requirements REQUIREI i X NOT REQUIRED ----- L.__ Page 1 of 2 ,,)The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ')The name of the project mllst 'Ie listed under "descriptIon of operatIons" on each certificate of insurance. JForeach mz.;urance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the lllSurer, providmg the City with thirty (30) da ys pftor written notlCc of cancellation of or material change on any coverage. The Connctor shall provide to the City the other endorsements to lIlsurancc policies or coverages which are specified in section S- 6.11 or Special ProviSIons section of the conlrad .\ completed "Disclosure of Interest" must be submItted with your proposal. Shoultl you have any questions regarding insumna requirements, please contact the Contract Administrator at 880-3500. """".... .",""", NOTICE TO CONTRACTORS - B ~---"- NOTICE_TQ__CONTRACTORS B ~ORE::_'::: C=:::?E!\'SATION COVERAGe: FOR BCILDING C::< C:NSTRUCTION PROJECTS Fon c:', s?2mENT ENTITIES e 33 . 3W rc~qi.i1.'::-~S t ha _-:-.ost contr3.ctors, subcc:-:t:::::-actors, and cr.s::::-s rcvlding WOT-;': ;:: ser" .ces for a City building er c::mstruction prc3ec~ ~ust be coverea b~ worKe::::-'s compensation insura~ce, authorized ::-e.11:- : ur:ance.:)r n 3.lJp ...'ved worke=-'s compensac:.=-:::1 coverage '~<J~ee"""'.'9 :>r othe:cs slte) the C_:: Sver It Texas law does ~ot requlre a contractor, subcontractor performlng p::::-oj ect services ( including deliveries to the job provlde l ~f the 3 forms of worker's compensation coverage, will re~lile such coverage for all individuals providing work ~ scr l.::es on t:his Fro]e at any time, includi:lS during the 'Tlal:-.::sr> r,,~e ~Iuarant y ;)er lOc.:otor carriers which ar-e required to egls::e' wlth the Tpxas Depar 7ent of Transportation under- Texas civil Article 675c, ~nc ~hich provide accide~t:al insurance under Texas ~v 1 ~'atutes Article 6675c, Section 4(j) need " ~ ~:::-o I-Je 1 c.;. '_he :3 ::orm:; :: worker I s compensation cever-age. t a t:t=-::~' .overa.,:: "J; 'ontractor aQre~s comply with all applicable provisions Admlniscratl\'e code .:citle 28, Section 110.110, a copy of attached and deemeo _~corporated into the project contract_ ote that lnder sec:t_(;;1 110.110; r T,::xa s w h 1. d. please certalnanguage Contract with 1 he subcontractors ~nQ Project -ust be included in the Contractor's ity and the Contractor's co~tracts with others providing se~~ices for the the Contractor . S required to submit ::'0 the City certificates c f C :Jverage for its employees and for all subcontractors and ethers providing services on the Project. The Contractor is required to obtain and submit updated certificates ~;how] ng extension of coverage during the proj ect ;3.nd the ontl actoT the Job S:Lte. : =-qui:r.-ed t. 0 post Lhe requ ~ =-,,=d notice at L'y s:.g:: ..DCJ chis C::JnLract, t.:le Contractor certifies that:. .:.:: will timely om::;.:.:" .-;;th t.:l.ese nJt::--:-~ tc .~ ntractors "B" requirements. NOTICE 70 CONTRACTORS - B (Revisea 1/13/98) paqe 1 of -, 8/7/78 :- "':"Le . T"'j ",) ''''1..;;11), "'I I It c_ ,'). L '_ t j '- \ ~'\ ( ['art n lTXAS \\ClRKEILS' COi'\lPE~SA TION CO~L\lISSI00 hapnT 110. EEOl IRED i\'OTIC IS OF CQvTR.\GE Subchapter B. E:"-lPL( )\'ER ~OTI(:ES ; UO.IlO Reponin2 l{eQlllremenLS for Building or Construction Projects for Governmental Entitie5 a) The rollowing words ana terms, when L:sed in this rule, shall h2.ve the following meanings, unless the conteX1 c:e:ll'iy inciicate~ oL.~efWjse T ,:::ns not define::!. in this ruie shail h2.ve the me3I1ing de5ned in the Texas I Abor Code, :f so de5ne8, 1) CeIT1I1c:.:e or" cQ",'e:c.ge ce:-':uJc.:le) - -":cpy of a ce~...u:1cate cr- ,--:.5urance, :! certlncate or auillority to seu-insure :ssued b'! ~ne ~r.unissicr:. c:- a workers' compe:lSauon coverage agreement (1WCC-81, TWCC~::'2 TWCC-83,x ':\VCC-S4), shoMIlg statutory workers' compensation insurance coverage for the person's or entiry's e:npioyees (induding those subject to a coverage agreement) providing services or: a project. for the duratio[i of t::e project (2) Buildim? or consuuc:ion-nas u',e me~jng defined in the Texas Labor Code, S 406.096(e)(1). 0) Conrr2c:or--,1- perscn b:dding r<,; or awarded a building or cO;lStruction project by a government21 entltv (4) Coverage-Workers compensaton inSlCrance meeting LiJ.e starutory requirements of the Texas Labor Code. S 401.011(44 (5) Coverage agreement-f., "-'TIne::: ag:ree~ent on form T\VCC-o L form 1WCC-S2, form TWCC-S3. or form IVICC-84, filed with the Tex.as Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project (6) Durauoo of the project-Includes the lime from the beginning orwork on the project until tl:e work or: the ?roject h2.S be~:l compie~ed ::r:d acceDted bv the govem_..nental entity. i7) Persons crcvidinf: se;,,-ces on Cl~~ C;-Olesc Csubcomracwr" i..-: 9 ~06.096 of the Act)-With dIe exception or persons ex ::lujed under subsections (h) and (i) of this section., includes all persons o~ entities oe:-iomung all or D:uL of the services the ccntracwr has undertaken to perform on the proJect. re2ardless OI- whether triat Je,son CJmrac:d directly with the contractor and reQardless ofwherher [~ person has emoiovees Trjs melude:; b~t is not limited to inde~e:1dent con~ctors, subconrractors leasing companies,' m~tor ,arners,nvneroperators. employees of any such entity, or employe~ ~f my en!ltY h"IT'ishmg pe;so'1s :0 perfor~ ~e;vices on the projea, "::;ervices" includes but is not L"1lted - httD://V,'\.I.W sc s :;t2 te 1\ ',':JucJ23/IU ; uBi : 0 110 htmJ :<OTICE TO CONTRACTORS - - Revised 1/13/981 Page 2 of 1 817/98 Page .), :) :0 ::~- . ~;jnL:_- ce::.-:e~1m: e~::JlDi:":e::: cr -::::-:.:Us, cr :r::\lciing labor, t,2...;.lSpc;,::'..::Cll. or othc~ , ;. c. ;:rCjec :::~:Y1':es 'i:es not L.:;_;:~ 2.Ctl\-;t:C$ ..::-..:-eiated [0 the pro.1ec:. ~:..:ch J..S ,enaor~ c;:5.ce SUP01Y clc!i\'enes. ,::.-: cc!ivcry of ::::::-..zole toilets. ie,.,:: :ooc., i8) Pr -"c:'Jdes t::c [ :C',15100 or:ill se:-Y1ces r:.2:ed to a c:':~':~lg or construC'"..lon C;:;::::-2.Ct for a ~~over--'r:::~..-":~ ~~tlr. b) Pr.,,:,;:; cr causmg t(. ce pro'1ded J. ceruEca:e 0:' coverage ;ursuam to this rule is 2- 'eprese'::,::.::~ 0',' the ir.sur e~ :hat all emoioyees cr- :.'-.e msureci wno are providing services on the proJec 2.':: c;:: ':ered by wocicers' compensation coveraze, s.l"at tl::.e coverage is based on Drooer ceportrf'i~ 'J:' c:2.$silication=-acies and payroll amour.:s, 'and that aU coverage agreemems'ha.~e been filed vvith tl:e 2.:J:::rcpnate insurcnce carrier or m the case Ct- a self-insured, with the commission's Division 1)[ Self Lr:s~r2.::c:' RegUJati,)p'. Prov1ding r3.lse or lTl1sie.;.ding ce~C2.tes of coverage, or :ailing to provide c. r::;:JDtam reDUiEd ccverage, ur failing to re?orl any c:-..znge that materially a.ife::;,~ the proVlSli.lQ or coverage may s'..loject the contractor or other person providing services on the project to admiru';:;--::','e cena!tie~, cirninal penaJtJcs, civil pe::2..i::ies, or other ci'vil actions. (c) A gover:-.:::e:-nal entJry;-.2.t emers into a buildL-:;; or cOnsrruC-"':Oil contract on a projec: shall: ( I) mCluae 11: t;JC bid specocatlons. all the proVlslor..s of paragrzpn (7) of this subsection., ~sing the language rec::ulfed by paragra?o (7) of this subseC:lc::. (2) as oar: of t..1e contract., :..Ising the language rec::uu-ed by paragy-aph (7) of this subsection, require the contrac::o'- to perrorm 25 rEquired in subsection (d) of this section; (3) obtam j-c;n the comrac:or a certificate of coverz.~e for each pe;-son providing services on the project :;nor to that pe~son beg:inrung work on the project; (4) obtam frem the contractor a new certificate of coverage showing extension of coverage: (A) before rr.e end of the c..:r.-em coverage period, i:- Lle contrac:or's current cenific:rte of coverage shews tha.t the coverage pe:-:od ends dwing the duration of the project; and (B) no iarer &.:m seven days a..'1:er the expiration of the coverage for each other person providing sCP/ice.s on the project whose current certificate shows that the coverage period ends during the duration of 6e project; (5) retain ce:1ificates of coverage on file for the duration of the project and for three years L~ereafter, (6) prO'.lae a C::Jpy of the cf':--illcates of coverage to the commission upon request and to 3.J.'1Y person ::ntitle~ ':C Them 0'1 law anc (7) use 'ne la::S'-lage contal.ne:::: U1 the follo\V1ng Figure 1 for bici specmcations and contracts, '.>:imout any addirion2i words or changes, except those reqUlred to accommodate the specific document in which tt:ev are contained cr ,0 impose stncter standards of docu&.1emation: TZ8S 11 C' 1 I O( c )(7) ~bl tlttp://W",^/\V sos.S,2.te.tx uSltac~i'2S/U!lIOfBIlIO IIOhtrrJ NOTICE TO CONTRACTCRS - 3 Revised 1/13/96) Page 3 ot 7 8/7/98 >......",.,.~ Page..i of6 :) A ccmracror sn2J ) pro\'1de coverage ror it:; emplc:,ees croviding services on a project, f::; L~e duration of the proje!:~ ::!..Sea on proper repomng Jf c1a.ss;;::;;.':or: codes and p2.\Tcii amounts a.--:c ':;::::g of any coverage ~1!reemen! ~: 2) pro'.1dc a certificate of coverag:: s~owing workers' compensation cove:-age to the governmental ':1urv pnor to beginni..--:e: work on ::'c ?roject; 3) proVlde the gove:nmemal emit:. , ;:C'ior to the end of the coverage pericd. 2. new certificate of -:Jverage showing e:aension of coverage, if the coverage period shown on the Contractors current ertificate of coverage ends during t::e duration of the project; . 4) obtain from each oerson proviciing services on a project, and provide to t:;e governmental entity: A) a certificate of coverage, prior to that person beginning work: on the project. so the governmental ':-loty mil have on file certificates 0 r coverage showing coverage for all pe:-sons providing services on .:e proJect. ana 3) no later than seven days after reeei;n by the contractor, a new cen:iiicate of coverage showing extension of coverage, if the coverage period shown on the current certiiicare of coverage ends during the duration of the project; (5) retaIn aU required ce:"ti.ficates of:overage on file for the duration of the project and for one year thereafter-; (6) notifY the governmental entity in M'lting by certified mail or personal delivery, within ten days after the contractor knew or should have ir-flovm, of any change that materially affects the provision of C:.Dverage 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 are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This norice does not satisfy other posting requirements imposed by the Act or other conanission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, 'Nithout any additional words or changes: REQUffiED WORKERS' C OMPBTSA nON COVERA.GE "The law requires that each person working on this site or providing services rdated to this :onstructlon project must be coverec by workers' compensation insurance. T-is includes persons oroviding, hauling, or delivering eqUIpment or materials, or providing labor or transportation or other service related to the orojeer. regardless of the identity of their employer or starns as an employee." 'Call the Texas Workers Compensauon Commission at 512440-3789 to re(:e:ve information on the egal requrremenr for CDverage, to verify whether your employer has provided the required coverage, )i to repOf1 an employers failure ro nroV1de coverage" '::::rp://wwv. sos.state.tx usltac.'28/IIfll OfBlll O.lIO.html NOTIC~ 70 CONTRACTORS - B Rev1~ed 1/13/98) paqe 4 ot 7 8n/98 r - I., '_ I:'age 4 or b 8) cc:-.::'zc:o..:aily rec.'.:~e e.:'.::~ 8e:"scn \V1tn \'."Ger:: :: conrraC:3 ::: :::-o'l,ice senices c:: 2. ;::-oject to: A) orC\10C coverage Dase: on p:-:)oer re8oni...g of classification cOGes ana payroii 2..7..ounts and filin\! ,f any c)\'era2e agree~e::s for ~ ofi:s e:ncic\'ees oro'l.iciin~ sC:-':1ces en the oroiec:. for the duratio~ - - - .<< ^ - ~- :ifL~e ::'fOlec:: (8) previae a cenillca:e c: :over2.ge to ,he con::-2.ctor prior to that pe:-son beginni:~g ';.:ork on the DroJes: (C) lnC1UCC in all comrac::: :0 pro'l,-,cie se"ices or: the projec: :te ic..nguage in subse::-.icn (e)(3) of this secnon iD) prOV1Ge the contrac.:c: prior:o the enci of u~e coverage pe:iod, a new certiiica:e of coverage showing extension of cDve;age, if the coverage period shown on the current certiiica:e of coverage ends during the duration d the projecr: (E) obtain from each othe:- person with whom i: comrac:s, and p...:)'l.ide to the con:rac:or: Ci) a cemncate of coverage, pnor to the other Fe:-son beginni...'1g work on the proje~: ::"'"ld (U] prior to the end of the coverage penod, a new certificate of coverage showing eX!e~ion of the coverage period, if the coverage period shown on the currem ce:-riiicate of coverage ends during the duration of the projeCt; (F) retam all required cer:iiicates of coverage on file for the duration of me projec: 2-~d for one year there:ill e, (G) notiiY the governmemal entity in writing by certified mail or personal delivery, v:ithin ten days aler the person knew or should have knO\'llY1, of any change that materially affectS the provision of coverage of any person providing services on the project; and (H) conuacroally require e:!.ch other person with whom it contrac-..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 services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for Its employees pro'l.iding services on a project., for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agree:::e:1ts; (2) proVloe a certificate or" coverage as requird by its contract to provide services en the project, prior t::, beginning work on the project; (3) have the fonowing language in its contract to provide services on the project: "Sy signing this centraD: or providing or causing to be provided a certificate of coverage, the person signing this contrac.: is representing to the governmental entity that all employees of the person signing this comrac: who will provide services on the project will be covered by workers' compensation coverage http://wwwsos.state.tx.us/rad28/Il/1101B1110.110.htm1 NOTIC& TO CONTRACTORS - B Revised 1/13/98) Page 5 ct 7 817/98 t'age .) or 0 'or ti:~ Co.:: aLlon of_'-:~ OfOlecc :hat tt,e c;::'e~aQ:e 'Mil be G2..Sed on proper reponi.Ilg o{ classification ,)oes 2.110 oayroll c...:::ount~, and that ail co,.erage agree::le:::s '.vill be filed with the appropriate :E.sur~ce:.;.mer or, :.:: the case of a self-ir..screa., with the cor.unission's Division of Self-Insurance Rea:iation. PrOVl<llnQ: false or misleading ::-..:orwation may subject the contractor to administrative De~ties.:~lT'ill1a1 rc;21ties, :ivil penalties cr other civil ac-...:ons. ~ 4) provlce the person for wnom It is provlQing sefV1ces on the project., prior to the end of the coverage penod shov..rr, on its current cenXwte of coverage, a new certificate showing extension of :average. i'r.he coverage penod shown or: :he certificate of coverage ends during the duration of the proJec:: 5) obtain from eacn oerson orovidinlj SC;<l1ces on a projec: under contract to it, and provide as required bv as contract: (A) 2. artificate of coverage, prior to the other person beginning work on the project; and (B) pnor to the end of the coverage period.. a new cerriiicate of coverage showing extension of the coverage period, if the coverage period sho\V!1 on the current certificate of coverage ends during the duration of the proJ~: (6) retain all required ceni:.ficates of c{)verage on file for the duration of the project and for one year thereafter. (7) notify the govern:nental entity in writing by cenified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person \Vith whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agr~:nents for all of its e.':1ployees providing services on the project, for the duration afthe project: (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide sernces on the project the language in paragraph (3) of this subsectio~ (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current cenmcate of coverage ends during the duration cf the project: (E) ootain from each Other person under c::ntract 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 projec~ and (ii) prior to ~e e~d of the coverage period, a new certificate of coverage showing extension of the caverzge penod, If the coverage period shoVl11 on the current certificate of coverage ends during the hnp:/Iwww sas.state.c<usltacJ28/IIJIIOIB/110 IIO.htm! NOTICE TO CONTaACTORS - B RevL:sed 1/13/981 paqe 6 of 7 817/98 Page () of:::, duration ; :.le contraL.:: F) reLlli1 2J recurred ce:--..::::::.:: es of coverage en file for the duration c:- .he project and for one year ~hereane: (G) noufv the governmer:tai e:::ity in writing by cenified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and \H) contractually reqUITe c.lch person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (t) Ifany provision of this rule or its application to any person or CJc..l:nsrance is held invalicL 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) TIlls rJle IS applicable for building or construction contracts advefTiseci for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid (h) The coverage reqmremem i..1 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 insurance coverage pursuant to Texas Civil StaOltes, Article 6675c, 940). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate olicers who meet the requirements of the Act, 9 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, ~ 406.097(a) (as added by House Bil11089, 74th Legislature, 1995, 9 120). This subsec-jon applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered.., issued for deliverY, or renewed on or after January 1, 1996. Seurce: The provisions of this 9 110.110 adopted to be effective September 1,1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index http://wwwsos.state.tx.us!tacf28IUJIIO/B1110.1IO.html NOTtCE ~o CONTRACTORS - B Revised 1/13/981 paqe 7 of 7 8n/98 '~"- PART A SPE(~IAL PROVISIONS ..... -~ Storm Sewer Extensions Villa Drive Drainage Improvements, Phase 1 (Agnes to Baldwin) Greenwood Park Area Drainage Improvements, Phase 1 Milky Way Drive Outfall Improvements SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting ;:ealed proposals will be re,:ei veri in conformity with the official advertisement Inviting bids for the project. Proposals will be received in the office of the City '-;ecretary located on t he first fIoor of City Hall, 1201 Leopard Street, until 2:00 p.IIl., Wednesday, March 22, 2006 Proposals mailed should be addressed in the <'ollowing manner It} of Corpu Christi Lty Secretar~ 's Offic~ 1201 Leopard 3treet Corpus Chr1stl, Texas 78401 ATTN: BID PROPOSAL Storm Sewer Extensions Villa Drive Drainage Improvements, Phase 1 (Agnes to Baldwin) Greenwood Park Area Drainage Improvements, Phase 1 Milky Way Drive Outfall Improvements A pre-bid meeting is scheduled for 11:00 a.m. on Tuesday, March 7, 2006 in the En~neering Services Main Conference Room, 3= Floor, City Hall, 1201 Leopard Street, ~us Christi, Texas. The pre-bid meeting will be conducted by the City, and will InClude a review of the project scope. NO.!l:<idi tjanal o.!:.us~parat::..e_ vi~itatioIl~~Ul l:Je_<;_<?.!l<iuct_~d _l:JY the City. A-2 Definitions and Abbreviations ::-;ect i on B of the General provisions will govern A-3 Description of Project Base Bid A, the Villa Drive Drainage Improvements include: 136 LF of 36-IN Dia. Reinforced Concrete Pipe (RCP) , 116 LF of 36-IN Dia. high-density polyethylene (HOPE) pipe, 184 LF of 24-IN RCP, 100 LF of 48-IN Steel Casing for Bore under railroad, 4 Post Inlets and 2 Type "A" Manholes; Base Bid B, the Greenwood Park Drainage Improvements include: 1,168 LF of 54-IN Dia. Rep, 24 If OF 48 IN Dia. RCP, 2 Type "B" Manholes, 871 LF of Curb & Gutter repair, 1,198 SY of Pavement Repair, 1 Concrete Outfall Structure, 1,134 LF of 8-IN Dia. C- 900 polyvinyl-chloride (PVC)"purple-color" Effluent Line AND 4,566 SY of One-Course Surface Treatment; Base Bid C the Milky Way Drive Outfall Improvements include: 440 LF of 36-IN Dia. HDPE Pipe, 176 LF of 42 IN Oia. HOPE Pipe, 185 LF of Curb & Gutter Replacement, 66 SY nf pavement repair 2) Curb Inlets, 817 SF of Concrete Driveway Repair and Underpinning (4) homes during con:3truction, .ampletp and cogethel W1 th all appurtenances, in accordance with the plans, specifications and cont ract documents. A-4 Method of Award ! he bid 'wlll he evalu-tted based Ull Total Base Bid subject to the availability or mds Section A - SP (Revised 9/18/00) Page 1 of 21 The City reserves -hE accept the bid which !' tke besr : nteI"e;;t ()f r ght to rel,",'t any ,n ]n the (ity'~ opinion, th,' publ (' all bids, to waive irregularities and to is most advantageous to the City and in A-5 Items to be Submitted with Proposal rhe foli""'1ng 11ern~ ,re requi]ed t, be subrnitted with the proposal: 1 5% Bid Bond (Must reference proiect~ame 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.) Dlsclosure ot nt~rests Statement A-6 Time of Completion/Liquidated Damages The workulg time ,-oompletlon [)1 the Contractor shall commence work wit:hin ten notice from the Dlre-tcr of Engineering p n'Jceed Project will be 120 calendar days. The ilO} calendar days after receipt of written Services or designee ("City Engineer") to areas in the in the order to commencing For each calendar :lay tnat an} work remains incomplete after the time specified in the Cont ract for completion ,)f t he work or after such time period as extended pursuant tc other pcoEislons at thi f; Contract, $500 per calendar day. Said liquidated damages dre not imposed as d penalty but as an estimate of the damages that the City w;11 sustain from delay in compleLon of the work, which damages by their nature are not capabl,' of prec ise proof The [:i rector of Engineer lng Services (City Engineer) 'nay withhold and deciuc from m( n I es otherwi se due the Contractor the amount of ! 1 quidated damages due 'he ('i t A-7 Workers Compensation Insurance Coverage L t the Contractor s wor'kers' compensat ion Insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation lnsurance coverage to be replaced then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Pl'oject, F'urtbermore, for each calendar day including and after the effective date of termination or cancellaeion of the Contractor's workers' compensation insurance coverage for its employees work ins '')/1 the Project until the date replacement workers' ':ompensat lon insurance ('overage, meet ing the requ irements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against 'ind paid by the Contcactor at the highest daily rate elsewhere specified in this C:'ontract Such Liquidated damages will accumulate without notice from the City Engineer U the :'or'tractDr and wi I be assessed and paid even if the permitted time completF the DC j e't rlas no' e,,! 'ed Ln accordance wi th ot he t requ rements of th is Contract, the Contractor shall not permit subcontract()[S 01 other:; t Nork on the Project unless all such individuals working on the Pcojec1 ace covered bj workers' compensatIon insurance and unless the l'equired documentat OIl cf such COlE', dge has been provided to the Contractor and the 'j ty Engi neer, Section A ' SP (Revised 9/18/00) Page 2 of 21 A-a Faxed Proposals toposa is taxed ':i In~ct ly Lo he l ty wi 11 be considered non-responsive. Proposals nllst conte! in ocig Lnal :3ignatures dod guaranty and be submitted in accordance with ,.::tl::)[1 B f thE- (;en"'ral Pr VI ;1::'OS. A~ 9 Acknow1edgment~f Addenda !tIe ConI rdctor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposaL. Failure to do so will be interpreted as non-receipt. l nce addenda ,:an have signi f ican! impact on the proposal, failure to acknowledge : c~celpt nd a subsequent interpretation of non receipt, could have an adverse effect ",hen determining the l,>west responsible bidder. ~~ Wage Rates I Revised '7 5 "0 I uabor p r et erence and wage rates fcn Heavy Construction, Minilll~ Pte'\@iljCTl9_W~e~s:~l~~ fhe Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, a.nd mechanics employed by them in the execution of the Contract. The 'ontractoI or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, fOl each laborer, workman, or mechanic employed, if such person is paid less than the specified rate" for the classification of work performed. The :ontractol and each subcontractor must keep an accurate record showing the names and I assif iCdt ions of all laborers, workmen, and mechanics employed by them in ":mnect i on wi th t he Pro j ect and showing t.he actual wages paid to each worker. fhe Contractor will make bl~weekly certified payroll submittals to the City Engineer. The Contractor will Ilso obtain copIes of such certified payrolls from all subcontr actors and others worki n9 on the Project. These documents will also be submitted to the City Engineer bi -weekly. (See section for Minority/Minority Business EnterprIse Participation Policy for additional requirements concerning the proper )rm and content of the payro Ll submittals ) ()ne and one-half (1 1/-;') times the specified hourly wage must be paid for all hours worked In excess of 40 hours In anyone week and for all hours worked on Sundays or holidays. (See Section B~'l 1, Definition of Terms, and Section B-7-6, Working Hours ) A-l1 Cooperation with Public Agencies (Revised 7/5/00) rile Contractor shall cooperatt~ WiUl all public and private agencies with facilities ')perating within the II mits of t he Project. The Contractor shall provide a forty- ~ight (48) hour notice to any applLcable agency when work is anticipated to proceed '!1 the v1cinity of any facility by using the Dig-Tess System 1-800-344-8377, the Lone <;tar Notification Company at L 800 '669-8344, and the Southwestern Bell Locate Group 'it 1-800.828-5127 For the Contractor's convenience, the following telephone numbers j r e lis t eo City Engineer Project Engineer NaismIth EngineeLng, Inc. Willie Rivera, Jr , P E Traffic Engineer Police Department Water Department Wastewater Department 880~3500 880-3500 814.9900 880~3540 882~1911 857 1880 857 1818 (880-3140 after hours) (880-3140 after hours) Section A - SP (Revised 9/18/00) Page 3 of' 21 (;ab O,'pa! tment Stolm Water Department Parks & Re~reatlon Str"e: s/SoLid Wast Servi cef; AEP Sou'hwestern He L I'elephcne It ,;reet ')Lv f ,r Ttaf f] Signa Fiber Opt Ie Locatr Cable IsLo!! ACS T \ Fibe t Opt LC I KMe (Flber Optic:) ChoiceCom (Fiber Opticl CAPROCK (FLber OptiC) Brooks Fiber Optic (MAN) Texas Dept nf Transportation A-12 Maintenance of Services 885 6900 857 1881 880 3461 857 1970 299 4833 881 2511 (8856900 after hours) (880 3140 after hours) (693~9444 after hours) (1~800-824-4424, after hours) 857 1946 857 5000 887 9200 813 1124 881-5767 512/935 0958 972 753-4355 808~2300 857',1960 (857 5060 after hours) (Pager 800-724-3624) (pager 888-204-1679) (Pager 850-2981) (Mobile) rhe Contractor shall take all precautions in protecting existing utilities, both 3bove and below ground, The Drawings show as much information as can be reasonably )btained flom existing <is-built drawings, base maps, utility records, etc. and from lB much field work as normally deemed necessary for the construction of this type of project with regard to the locat lon and nature of underground utilities, etc. However, t:..h,~~_<::.s:ur~c:::y, and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features suffic ientl y in advance of his operations to preclude damaging the existing facilities If the Contractor encounters utility services along the line of this work, it i,; his respons i bi 1 i ty tn maintain the services in continuous operation at 'I j S own expense, n the event of damage to underground utilities, whether shown in the drawings, the :ontractor shall make the necessary repairs to place the utilities back in service to :onstruct the work as ntended at no increase in the Contract price. All such t'epairs must conform tc, the requi rements of the company or agency that owns the Jtilities, Where ex ist ing sewers are encountet:'ed and are interfered with (i. e. broken, cut, ete.), f l.ow must be ma lntained. Sewage or other liquid must be handled by the ~()ntractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other lquid must not be pumped, bailed or flumed over the streets or ground surface and '~ontractor must pay for all fines and remediation that may result if sewage or other Liquid contacts the streets or qTound surface. It is also the Contractor 's cesponsibil ity to make all necessdt:'y repairs, relocations and adjustments to the satisfaction of the Cit~ Engineer at no increase in the Contract price. Materials tor repairs, adjustmentf' or re l.ocat ions of sewer service lines must be provided by "he Contractor A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided '_0 all residents and bus lnesses at a 11 times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The ('ontractc,r must maint:ain a st,)ckpile on the Project site to meet the demands of nclement weather, ~he Cant r ae tor adversei mpact not limited to, will be required n, schedule his operations so as to cause minimum on the ac,~esslbi lity of adjoining properties. This may include, but is working drivewiY~; in half widths, construction of temporary ramps, ,:;;,t (' The Contractor sha 11 campI Y Wl th the City of Corpus Christi I s Uniform Barricading Standards and Pract,ices .is adopted by the City, Copies of this document are available 'hrough the City's Traffic Engineering Department. The Contractor shall secure the necessary perml t f rom the City,; T ,aff ic Engineering Department. Section A - SP (Revised g/la/OO) Page 4 of 21 Ail coots f€H'm-+r-a-f-f4e---t~-e+-ar-fLeonoidered ouboidi.:1ry, therefore, no direct p.:1)'ffient ,of I-I:-!- '-Be' fRaf'ie t-f}_.-{:-Bfl-tFa. 'toe'!' A-14 Construction Equipment Spillage and Tracking (',Ie ContI actor shall '~eep 'naterials .Joinq "'0 01 from >quipment must be used where 'TI'lteria i s Such work mlist be the adjoining st reets free of tracked and/or spilled thE const ruct ion area, Hand labor and/or mechanical necessary to keep these roadways clear of job-related ~ompteted without any increase in the Contract price. "reeLS and cUlb 1 ine f1!llSt be ,:lerdIlpd at the end of the work day or more frequently, neceSSd t-y, to prevent mater i a I from washing into the storm sewer system. No ,sible material that auld be washed into storm sewer is allowed to remain on the ,oject slte or adjein ng streets A-15 Bxcavation and Removals r'he excavdted areas behind curbs and adjacent to sidewalks and driveways must be (,lIed with "clean'- dirt "Clean" dirt is defined as dirt that is capable of providing a good growt/; of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that -letracts from its appearance or hampers the growth of grass. ;;'11 existlng concrete md asphalt within the limits of the Project must be removed Inless otherwise noted All necessary removals Lncluding but not limited to pipe, driveways, sidewalks, etc., axe to be considered subsidiary to the bid item for "Storm Sewer"; therefore, no iirect payment will be made to Contractor A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor A-17 Pield Office The Contr.:1ctor IIIUOt furnioh the City Engineer or hio repreoentative ',.-ita u field office .:1t the conotruction oite. The field office IllUOt contain at leaot 120 oquare feet ofuoeuble opuce. The field office IIIUOt be .:1ir conditioned and heated und IIIUOt be furniohed.~.:1n inclined t.:1blc th.:1t lIIeuoureo at le.:1ot 30" J[ 60" .:1nd t..:o (2) chairo. The Contr.:1ctor ahall 1II0ve the field office on-the oite ao required by the City Engineer or ~repreoentuti ve. The field office IllUOt be furniohed '..-ith a telephone-(with 24 hour per d.:1Y .:1no....ering oervice} .:1nd F."J{ lIIachine p.:1id for by the Contr.:1ctor. There -4-e--1'le Oep.:1L~tepay itelll for the-field office. A-IS Schedule and Sequence of Construction The project consists of storm sewer improvements at three different areas in the City. The Contractor will be required to complete the work sequentially. Each area must be complete prior to commencing work in the next area. The contractor must receive a written notice to proceed from the City prior to commencing work in the next area., The work will be completed in the following order: 1. Villa Drive Improvements, Phase I (Agnes to Baldwin) 2. Greenwood Park Area Drainage Improvements, Phase I 3. Milky Way Drive Outfall Improvements rhe Cant ractor shall submit to the C:ity Engineer a work plan based only on calendar Section A - SP (Revised 9!18!OO) Page 5 of 21 """""" ,'- 11 s. Thi~ plan must dltail the schedule of work and must be submitted to the City ~:ngineer at least three (31 working days prior t:o t:he pre-construction meeting. 11". plan must: lndJcate he schedule of t:he following work it:ems: Inl t Ld Sc;heduLe Submit tOile City Engineer three (3) days prior to the Pre- "onst'uction Mer-,ting an lnilJal Construction Progress Schedule for review. Items to Include - __..___ ..__n__ __ i dent I fyi ng Work ( I dent fy the i'st Show complete sequence of construction by activity, .f separate stages and other logically grouped activities. work day j each week Submittal Dates ndlcate submittal dates required for all submittals. Re Submission Re dse and resubmi t as tequi red by the City Engineer. Per 1.od1C :t!P~c!a_t_~;ubmit Updated Construction Progress Schedule to show actual progress of each stage by percent:age against initial Schedule. A-19 Construction/Staking-Construction rhe drawings may depict: but not: necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a () eel of this nature. Major controls and bench marks required for project layout, will be provided by the '11y or ronsultant Project: Engineer The Contractor shall furnish all Lines, slopes and measurements necessary for control -" the work Lr during construct:lon it IS !!ece_~sa~ t:o disturb or destroy a control point or bench mark the Contractor shall provide the City or Consultant Project Engineer 48 hc)urs not ice so that alternate control points can be established by the City or (::onsultant project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be '~estored by the City or r.onsultant Project Engineer at the expense of the Contractor. for whatever reason, it is necessary to deviate from proposed line and grade to pr-operly execute the work, the Contractor shall obtain approval of the City or ::unsultant Project Engineer prior to deviation. If, in the opinion of the City or :onsultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for he City or Consultant Project Engineer to revise the drawings. rhe Contractor shall tie in or reference all valves and manholes, both existing and proposed, tor the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the '~ontractor furnish a maximum of t.we (2) personnel for the purpose of assisting the nedsurlnu "t the completed work. :mtractor shall hire an R. PL. S to establish the boundaries of the drainage ,asementr: for the Milky Way DrLve Outfall Improvements. The Contractor shall provide the following certification for documentation and Jerification of compliance with the Contract Documents, plans and specifications. SaId compliance certification shall be provided and prepared by a Third Party ndependent Registered Professional Land Survey (R.P.L.S.) licensed in the state If Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the ')'h i rd Party Surveyor and certi fy compliance to any regulatory permits. Followlng is the minimum schedule of documentation required: ;;tTeets: · Alfcurb returns at point of tangency/point of circumference Section A - SP (Revised 9/18/00) Page 6 of 21 Cucb al:.d gutter 110'"'. line both sides at stt-eet on a 200' interval; " Street 'Towns ',n a. 00' iIlter'.;al and at all intersections. Wastewacer " '}[1:1 J 1m/ invtTt el eVdtions cit manholes, " All rntersectIng lines in manholes; " Casing elevationr (lOp ()f oipe and flow] ine) (TXDOT and RR permits). Water .H Al I Lop of val ves box; · Valves vaults rim; · Casing elevatIons (top of plpe and flow line) (TXDOT and RR permits). Stormwater · All rim]invert elevations at manholes; · All Intersecting lines in manholes; · Casing elevations (10p of pipe and flow line) (TXDOT and RR permits) . A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractol and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must fur'nish and JIlstall two (2) Project signs as indicated on the following drawings (see Attachment I). The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The ocation of the signs wi 11 be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Po li(~y It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such POlICY, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterpri~;e. Definitions a. Prime Contractor: -_..-.-- --..--- -~ ..--- or joint venture c~ontract i\ny pe rson, ciS herein firm, partnership, corporation, association provided which has been awarded a City b. Subcontractot_ Any named person, firm, partnership, corporation, association, or jOlnt venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. MinoritY_l3uS l.!!es~~~!l~el].Jr:ise.: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority per};on(s) rnust collectively own, operate and/or actively manage, Section A - SP (Revised 9/18/00) Page 7 of 21 -Ind share 1n paymen s ft"om such an enterprise in the manner hereinafter .;et f:nt h : ~';wned ! a :.'or a ,;ole propr letorship to be deemed a minority business ~nterprisp, t must be owned by a minority person. :b ,'or an enteqJrise dOing business as a partnership, at least 1 0% (f tht, assets 01 interest in the partnership property nust bE ownE,d by one ';r more minority person(s). :c) "or an enterprise doing business as a corporation, at least 1,0% eft he assets or interest i.n the corporate shares must :,e owned b1 one or more minority person(s) . Controlled The pcimary power, dir.ect or indirect, to manage a business enterprise rests with a minority person(s) ::;hare in _Payment:.", Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the'~otal profits, bonuses, dividends, interest payments, commi~;sions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d Mi!1or l t}' See definition under Minority Business Enterprise. e Female Owned Business E~~erprise: A sole proprietorship that is owned and controlled b'y' a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 0% of whose assets or interests in the corporate shares are owned 0"( one or more women t Joi.~t:_ _~le!!t:ure: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded t:o carryon a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work l.tself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of r he work. Minorit y members of the joint venture must have either :nancia L, manageria], 01 technical skills in the work to be performed by he j'JintJent ure Goals a. I'he goa Ls t or partie ipation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all const ruct ion work for the Contract award are as follows: Minority Participation (Percent) 45% Minority Business Enterprise Participation (Percent) 15% b. These goals are applicable to all the construction work (regardless of federal part i cipation) performed in the Contract, including approved r:hange orders The hours of minority employment must be substantially uniform throughout t:he 1 ength of the Contract and in each trade. The t r-ansfer of minority employees from Contractor to Contractor or from Section A - SP (Revised 9/18/00) Page 8 of 21 pr j ec 0 per centage DrO)er: I I the ,; prohlbited S')] p purpose :Jf meeting the Contractor's 4- (::om,j) I i~nce a Upon campIer ion of the Project, a substant i ated by :opir':3 of paid ':ontra,:tCl !) the 'itv Engineer final breakdown of MBE participation, lrlVCJlces, shall be submitted by the b The Conteae-Lor shall make bi weekly payroll submittals to the City Engineer The Contractor is to indicate the percent of minority and female particlpatiun, by rade, which has been utilized on the Project, Along wi th the request for t i nal payment on the Project, the Contractor will indicate, ir, writing, the overall participation in these areas which have been achieved. The eil'/ Engineer may withhold monthly or final payments to the Cont' act or fOI f dilure to submi t biweekly payrolls in a timely fashion e,r t) g',lbm r J'/!'rall partIcipation Information as required. A-23 Inspection Required Revised //S/OO) (NOT USED) Fhe Contraee.BlC- -Bfla-ll--rtooure -tfte.', .:l.ppropri.:1te bui lding inapectiono by the Building !:nopection~v-iffie&.--a-E--~ v.:lriouo interv.:110 of '.lOrle for ....hieh .:l permit ia required ''lnd to;:woure--a-.+ifla.l inopection-.:lfter the building io completed and re.:ldy for ,:)ecup.:lney Contr.:lctGi"- muot obt.:lin-the Certific.:lte of Occup.:lncy, './hen .:lpplie.:lble. :':ection .B---6-i!---BE--t-fte~ner.:11 ['ro\'ioiono io hereby .:lmended in th.:lt the Contr.:lctor mUDt P.:lY .:lll, feeo .:lnd ch.:lrgeo levied by. the City'o Building Inopection Dep.:lrtment, .::md .:lll ~-ti-E-y- feeD ,i-R+~~watce-r/\".:1ote',".:1ter meter feea .:lnd t.:lp feea .:10 required by ;'ltoy A-24 Surety Bonds Paragraph two '2) of S':,ction B- follows 4 of the General provisions is changed to read as "No surety WIll bt. accepted by the City from any Surety Company who is now in default or de Unquent on any bonds or who has an interest in any litigation against the City All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10% of the Surety Company's capital and surplus, the Surety Company shal provide certification satisfactory to the City Attorney that the Suret:'f Company has reinsured the portion of the bond amount that exceeds ten percent {10% of t he Surety Company's capital and surplus with relnsurerisi authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (IO%-) of the reinsurel's capital and surplus. For purposes of this section, the amuunt of allowed capital and surplus will be verified through the State Board of ]nsuranc,o as of the date of the last annual statutory financial st,'itement of the Surety Company or reinsurer authorized and admitted to do business in the SLate of Texas. The Surety shall designate an agent who is a lesident of Nueces ~ounty. Texas Each bond must be executed by the ContrdctOI and the Suretl For contracts in excess of $100,000 the bond mW3t be executed by a ,;urety company that is certified by the United States Secretary of tht- Treasury or must obtain reinsurance for any liability in excei3S of $100,000 from a reinsurer that is certified by the Un i ted Statec; Secretary of the Treasury and that meets all the above eequ I cement E The insureln reinsurer must be listed in the Federal Re'3ister as holding certLficates of authority on the date the 'bond was is:::;ued,. II A-25 Sales Tax Exemption (NOT USED) EcctionB--6 ~-'Fa)( E)(emptiGfT-P-Fev-i-siBfl-,~ iB4e~-ffi--i~ entirety .:llld the follmdng ,~~i-8J t~ -icR~+-ie-H---~ l'eErf Section A - SP (Revised 9/18/00) Page 9 of 21 ..--..... Contracto f&F improvcmcrrt,-s---ffi-Fea-lpropcrty ;:wardcd by thc City of Corpuo Chrioti do f~--Efua-l+fy.~ cxcmpt i-ens----&f--Sa-lco, Excioc; and Uoc -TaXCD unlcDD thc Contractor elccto--to---opcrat:c~. a OCpJf~- -€eftI::-l'-a€-t:- aD dcf incd by 8cction 3.291 of Chaptcr ..,,~--AElm.t-fri-s-t-Fa-t-l-Bft---B-f----!f--:i:-He- -3--4-; .Pub lie !" inane c - 0 f t h c TClCa 0 l\dm i n i 0 t rat i ve Code, f+f-ffii€-&-.,:rt:-fieF --R!-l-es-",,'-F-f~l-a-t~ H3fl &acs----ma-y-----ee- p rornu I gat cd by t hc Comp t ro 11 c r of Pub lie A_,'count~; HI' ..~ J j !ohe--{>-mlr--a;cc'-t:-,HC t-'--l-t~ ';..-.-EO -Bf'€-Facfe\ffl€i-e-F--a- -scp.J.r.J.tcd - contract, hc ohall: ---------Gb-\ a-ul-----t:-he----Re-e€-s-s-ary o.J.lc8 t~ pcrmito from the State Comptroller. r'----f-tieftt:i4-y-+n.--t--fie--a pp r 0 p r l-a-t:-e- 0 pac e on--E-fl:e---." E: tat emc nt 0 f l'la t e ria 10 and 0 t he r Ch.J.rgco".. in the. propooal ~ the coot of lR.:ltcrialo phyoically incorporated into to-fte-fl Fej--et'-t- _ :- Provide reDale --ee-ltificat-es--t:e ouppl iera. 4 Provide the -t-i-Ey_-i-t:-R-~-Bf material invoiceo to oubatantiatc the propooal va-l-tW --ef- ma t e r i-a-l-5 l--f- tae Contractor doeo not elect --t:&-opcrate under a ocparatcd contract, he lftUot pay for all Saleo, EJCcioe,:md Uoe Taxeo applicable to thio Project. Subcentractoro arc cligiblc for.- oalco tax cJCcmptiono if the aubcontrnctor aloo complieowith the above requirementa. The Contractor muat iaoue n reoale ccrtificnte t~-tkc oubcontractor and the aubcontractor, in turn, iaaueo n reaale certificatc to h is ----e-HW t -H-~r __ A-26 Supplemental Insurance Requirements For each ::-'ontract p':ol icy, 1 nsurance coverage provided in accordance with Section B-6-11 of the the Contractor shall obtain an endorsement to the applicable insurance signed by the i:lsurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1 Name: City of Corpus Christi Engineering Services Department Attn: c.ontract Administrator Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the -:'ity Engineer requests that the Contractor sign the Contract documents. Wi.t.hin thirty (30) calendar days after the date the City Engineer requests that the '~ontract()r sign the Contract documents, the Contractor shall provide the City Engineer Wl th a cert if1 cate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed )1l the Project described in the Contract. FOJ each Ulsurance (;overage provided in accordance with Section B-6-11 of the ~()ntract the Contractor shal L obtain an endorsement to the applicable insurance pu 11 cy, :; igned by the insurer, stat ing that the City is an additional insured under the insul ance poli cy '1'he Cit'l need not be named as additional insured on Worker's '}mpensaJ ion cover age Section A - SP (Revised 9/18/00) Page 10 of 21 b"r con! ractual I lab 11 i ty Ulsurance coverage obtained in accordance with Section B-6- " (a) ,f the Contract the Contractor shall obtain an endorsement to this coverage ! ati ng Cent [actor agree, to inderrmi fy, save harmless and defend the City, its agen s, ser-','ants, and empluyees, and each of them against and hold it and then' harmle,;s fn,m any and all lawsuits, claims. demands, liabilities, 1..<3s',.'3 dnd E:xpenSt~s, including court costs and attorneys' fees, for or on account of any ir.juqr to any person. or any death at any time resulting frll11 such inJucy.. or any damage to any property, which may arise or which mal be aLleged :) have arisen out of or in connection with the work CC'Jered bv this C mtract Tlw foregoing indemnity shall apply except if su,~b injury deat or damage lS caused directly by the negligence or other fauI r of the Cit y, its agents, servants, or employees or any person indemnified hereunder A-27 Responsibility for Damage Claims (NOT USED) '.'.:lragraph +a+--~ttl-. Li.:lbil~-Bf- E::ection-B- 6 11 of the General Provioiono io 'HRcnd cdB,-i-R€-l~ Contr.:lctor muot provide builder'o riak inauraace co~cragc for the term of the ~act up to and including the date the City finally accepto the Project or we-Fk-~ Bui Ider' 0 ri-e-k- coverage muot bc an "1\.11 Riok" form. Contractor muot pay a-ll cooto neceoo.:lr'i' to procurc ouch builder'o riok inourancc coverage, including aRy-ticducti.frlec--r-be--~ffitlOt beo.named .:ldditional inoured on any policieo fHBV i~-stif:!tt -i-Hs-tH'-aR-ee--eDVC rage. A-28 Considerations for Contract Award and Execution ru allow the City Engineer to determine t,hat the bidder is able to perform its )oligatlons under the proposed contract, then prior to award, the City Engineer may require a bidder to prnvide documentation concerning: Whether any Liens have been flIed against bidder for either failure to pay for secv 1 ces or matel ials supplied against any of its projects begun within the preceding two (2) years The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date :>f the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or maLerials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the dmount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be cequired to supply construction references and a financial ,;tatement, prepared nc laLer than ninety (90) days prior to the City Engineer 's 'equest, signed and dated by the bidder's owner, president or other authorized party, specifYIng all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for Lhis Project, as its field administration staff, superintendents and foremen who arE' careful and competent and acceptable to the City Engineer . The criteria upon whicl the City Engineel makes this determination may include the following The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Proje(:t This eyperien,:e must include, but not necessarily limited to, Section A - SP (Revised 9/18/00) Page 11 of 21 scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity '",ith the submittal process, federal and state wage rate ['eq1lllements and 'it,( contrd('" close out procedures, The superintendent shall be present, on the job site, at all times that work is being performed Foremen, 8imi ar if utilized, shall have at least five (5) years recent experience '....ork and he subor-dindLe to the superintendent. in For emen cannot ac' as superintendent wi thout prior written approval from the City Docuaentation concerning these matters will be reviewed by City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obta ined, the award may be rescinded Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract If the Cant ractor fai Is to obtain prior written approval of the City Engineer concerning ani substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a hasis to annul the Contract pursuant to section 8-7-13. A- 30 Aaended "Consideration of Contract- Requirements Under "General PrCNJ sions and Requirements for Municipal Construction Contracts" Secti()u. B..:: J ~Con~~deECl.t~9~n9f <::'o!ltEact add the following text: Within five (5) working days following the public opening and reading of the proposals, the Lhree (3) apparent lowest bidders (based on the Base Bid only) must submit to the CLt,; Engineer the following information: A list of the majcr components of the work; A list of the products to be Incorporated into the Project; A schedule of val ues wh ich specifies estimates of the cost for each major component of the work; 4 A schedule of anticipated monthly payments for the Project duration. c. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requiremenb; above, the bidder must clearly demonstrate, to the satisfaction of '~he City Engineer, that ,). good faith effort has, in fact, been made to meet sale:! requirement s !mt that meet:ing such requirements is not reasonably possible. A list ot subcontlactors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor hd~; !Lot completed his evaluation of which subcontractor will perform the work The CIty Engineer retains the right to approve all subcontractors that will perform wor-k on the project_ The Contractor shall obtain written approval by the City Engineer:Jf all of lLs subcontractors prior to beginning work on the project_. ] f the City Engineer does not approve all proposed subcontractors, it may rescind the Contract aWdld Section A - SP (Revised 9/1B/00) Page 12 of 21 ....'_. In the event that a subcontractor previously listed and approved is sought to be subst ituted for or replaced during the term of the Contract, then the City Enqineer retains the t"ight to approve any substitute or replacement subcontractOJ. prL.Jr to its participation in the Project. Such approval will not be glJen Lf UF" rc:pL-lcement' "f the subcontractor will result in an increase in tl"c~ ont t dct Plie e Fa llure of the Contractor to comply with this provision '::",1E i tutes ,j L'lS s upon wh 'r] to annul the Contra'~t pursuant to Section B-7-13; ,I'., p" 11!1\l na y ".:omp')nents f C 1 t \ Enqineet- pr.'gress he work elt he prE sChedule indicating relationships between the major The' final progress schedule must be submitted to the C<)l!~;t ruet ion conference; Documentacion required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff Documentation dS required b} Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Bxtra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8- '; . Policy_o_~xtr~_~o_~ ~Ec1_.<:_han9~ Order::5' the present text is deleted and replaced with the following: Contractoc acknowLedges that the City has no obligation to pay for any extra wor-k for which a change order has not been signed by the Director of Engineering Serv lees or hi s designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Cont ractor acknowledges that any change orders in an amount in excess of $2';,000 00 must a I so be approved by the City Council. A-32 Amended "Bxecution of Contract" Requirements Under "General provisions and Requirements for Municipal Construction Contracts" B-3- 5 Executl,on of ~.9Etr?ct add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor A-33 Conditions of Work Each bidder ':ompletion lbligatlon it tend the must fami [iarize himself of the ProJect. Failure to carry out the provisions Pre-Bid Meeting referred to fully with the conditions relating to the to do so will not excuse a bidder of his of this Contract. Contractor is reminded to in Special provision A-I. A-34 Precedence of Contract Documents rn case 01 conflict in the Contract documents, first precedence will be given to ,lddenda issued dUI ing he bidding phase of the proj ect, second precedence will be '.J1ven tu the SpeCIal Provisions, third precedence will be given to the construction Section A - SP (Revised 9/18/00) Page 13 of 21 plans, tourth precedenc:' WI Jl be gIven to the Standard Specifications and the General provisions will be given last precedence. In the event of a conflict between any of the Standar'd Specifications with any other referenced specifications, such as the Texas Department of Publ i c Transportation Standard Specif ications for Highways, ;txeets and BrLdges ASTM specifications, etc., the precedence will be given to 1ddenda :;pecial Pruvi :;ions and Supplemental Special provisions (if applicable), unst r-u. t (in plans ret erenced SPP(' i ficat i onE;. Standard Specifications, and General r~OV1S1lrlf~ ir} that~rael- A-35 City Water Facilities: Special Requirements (NOT USED) A-o- '/:!:stt-et~r_act~~- O!:::j:eftt:at ion Prior to performing -werk at any City ~:ater facility, the Contractor, -fH:-s. oubcontractoro, and each of thcir employeeo lftUat have on their peroon a 'calid card€ertify~---€heir prior attendance at a Vioitor/Contractor Safety Orientation-~ conducted -by--- the City Water Department Peraonnel ,----A- Viaitor/Contractor Safety Orientation Program ./ill be offered 9y-authori zed City Water Department peraonnel for thoae peraono who do--net- have--9-H€-b-tt-.:card, and '.:ho deaire to perform any work ....ithin any City '..'ater facilit]'-7--F-e-F additional-information refer to Attaehmcnt 1. B-.Opcration~ City Owacd Bquipment The Contractor shall not start, operate, or stop any pump, motor, valve, cfIllipment, switch, breaker, control, or any other item. relatoc! to City water faeility at any time. ~ll ouch itemo mast ee operated by an operator or other authorized maintenance employee of the City Water Department_. ('h-- -- -Protection of Water Quality The City lftUat deliver '.later of drinking quality to ita cuatomero at all timea. The Contractor ohall protect the quality of the '...ater in the jab aite and ahall coordinate ita ~lOrk ~:ith the City Water Department-----l:oe protect the qual i ty ----ef the ~.'ater. &:-- - Conformity with MlBI/HEF Standard 61 A-l--l:- materi.::llo and - equipment uaed in the repair, rcaaaembly, tr.::lnaport.::ltion, reinot.::lllation, and inopection of pump 0 , or any other itema, '.:hich could come into contact with potable '.Jater, muot conform to l'../fterican National 8tandarda Inotitutc/Uational Sanitation Foandation (ANCI!NCF) Standard~-a-s-- deDcribed in the Ctandard 8pccificationo. Such materials ineludeall solvents, cleaaers, lubrican5s, gaskets, thread c3mpounds, coatings, or hydraulic eflllipment. These ito/""8 BlUst BOt bc used unless they cenfor. with ANSI/USF Standarc! 61 anc! unless such it--~ arc inspcctcd-e& ..~ oitc-by-authoriBcd City personnel iBlBlec!iatcly prior~ Uge-.- Tlie -Contractor ohal Jc.. provide the Engineer with copieD of '.Jritten proof--e-E- .'\NE:ljNE:F Ctandard 6~-----awroval for--a+l--- materiala ....hich could come into eontact---w4-t:-h- pot.::lblc .--Wa-€-eF-,-- E-,-.. -- Handling and l).ioposal of Trash AH. trash generated---by-the Contractor or - hia employeeo, agenta,--eF oubcontractoro, muat-ee contained at all times at the 'JuteI' facility aite. 81m.'ing traoh './ill-flEl-to-bc allmJed. The Contractor ahall keep '.lOrh: areaa e-l:-eaft-a-t-tt-l-l-timeo .::lnd---rcmove all traah daily. Section A - SP (Revised 9/18/00) Page L4 of 21 ..,~ CO}~~~CTOR'S ON SITS PREPJL~~TION F-- Contr.J.ctor I.J peraonnel muat '..'e.J.r colored uniform over.J.lla other th.J.n or.J.nge, blue, or '.Jhite,,- Each employee uniform muat pro..-idc company name ~individual employee identification. G tBflt-Fd,E'to~'- ,ffia-++--~Fovide telephoneD --E-BF--Contractor peraonnel. Plant telephones arc not available for Contractor UDC. H WeFking he-l:Hs---wi-H--ee--f~OO A.M, to 5.00 P.M., Monday thru Friday. cI tBfltTili.~ ffil:ffrt----H<7t-- ~se-___a_ftY'-~----f-ae-i+HY--Featrooma. Contractor muat 1*"e-v-i-a-e-BWft 9afl-i-t-tt-FY f.1 C i 1 i tic 0 .,- J A-ll-- t-Bfl-E-f.'-a€-tBF--vefi-i:cles muat be parlced at deaignated oi te, ao dcoignated ey.--t:i:-E-y----wa-t-er Dep,:a-tment- ataff. All Contractor yehicleo muot bc clearly -l-abe~-lV-i-t;-h - company-n.J.ffie. No private employee vehicleD arc allowed at O. N-c.. - Stevena Water Treatment Plant. All peraonnel muot be in company Vchi-e-l-eS-O~Dllrrng--;;:orklng houro, contractor employeeo muot not lcave the 4eB4gn.:1ted conatructionarca nor \J.J.nder through any buildingo other than fuF- requi red work or -as- directed by City Water Department peroonnel during efIle-f"~-ey ~',lCU.:l t i(.~ K,-- ~ractor ~~~i~~~.:1-'::i~=- _ :f..C~~___~ERVICORY CONTROL AND D.".TA ~I~~'I'_IOB) Any--we-Fk:--t:-e--E-fie- computer baoed monitoring and control oyotcm muat be performed only-by~ified technical and oupervioory peroonnel, .:10 determined -by meet~-the qu.:11ificationo 1 thru 9 be 10'.... Thio '..'Orlc i-fle-l00es-,-bu-E-----i-s--flBt;--1 imi ted to, modifieationo, additiono, chaageo, oelecti-Bfl-9-,-furniohing, inot.J.lling, connecting, programming, cuotomi.dng, debuggi-fl~h----'~Ma-e-i-ilij,. or placing in operation all hard\..are and/or se--ft'..'are :Jpceified -BF--n~quired bytheoe opecificationo. "Pfte-ContractBF---or hiD oubcontractor propooing to perform the 8Cl\D.". '".mrh: Ift\i-S-t;--be- -a-bl-e -t;e-.. demo no t r.J. t e the foIl m.'i ng . ~He---:i 0 regularly- engaged in the computer baoed moni toring and eefl-ETol ayotem buoineoo, preferably ao applied to the municipal wa-e.e-F and '.:aote\later induotry. ,L" -He4laD performea- ',:orl" on oyotemo of comparable oize, type, and ~exity --d-S-- required in thio Contract on at leaot three prior projecto_ h -He-haD been actively engaged in the type of work opecified herein fe--!c--at leaot-5- yearo. ~ - - -- -He employo .J.--Regiotered f'rofeooional. Engiaeer, a Control CyotemD Bngineer, or an Electrical Bngineer to Duper.-iae or perform the we-rk--required bythio opecificationo. ',-7- -. - --He employo -peroonnel on thio proj ect \:ho have oucceoofully ~ffea--a -- m.:1nufacturer I 0 training couroe in configuring and implementing ~-opecific computero, RTU8'o, and ooft\.ure propooed .~fle-C--Bfl--lc.-l'a€{... . '"'''"He---flHi-R-Ea-ffis-----d-permanent, fully otaffed and equipped oervice ~~..ithin-400 mileo of the Project oite to maintain, repair, e-a-H:h~~-fH-ogram the oyotemo opecified herein. --He ohall- -f-HFflffifl equipment '.lhich io the product of one manufacturer t,e-.-t-l1:e- maximum-practical eJCtent. Where thio in not practical, all e-tjUipment of ~i'''en type will be the product of one manufacturer. tf.7"" P-r-ie-r-performancc at the O.~. .8teveno Water Treatment Plant 'Nill be- -tlS-e€i-- in cvaludting '.Jhich Contractor or oubcontractor prograffio the-fF..... .mrk-BcH ~. project_ "'coo 'fhe---Bontract-BF---B-l'ta-H- produce all filled out programming blocJw f~'edt'B -f',.flewt,he progr.:1mming aa-needed ;:md required, to add Section A - SP (Revised 9/18/00) Page 15 of 21 t-flese EW'e--s-y:>teffiS to the~Gting City SCl\DA Dyotcm. l\.tto.chcd io o.n ~a~+e-~-8te-~uircdfH"9CJro.mming blocko \{hich the City rcquirc::> tB--ae-filled--i-fl-- Jnd given to the City Enginecr ".lith 0.11 cho.ngeo ffio.de during theprogr;:lffiffiing pho.oc. The o.tto.ched Dhcct io .J.Il CJco.mplc aOO--:iS---TteE-- intended to oho-.{ 0.11 of the required ohceto. ~ e:'BFtio-Frie-8=+FW ill prev-Hle- al':) . progr~~ing blocko uoed. l,.,- Tr5IlC::11~ng_. R~g~lC_f!I~I~ I\H- trenching-~--t-fH:-s project -at- the 0 ~ 8tcvcnD Wo.ter Treo.tmcnt PIo.nt ~. be pcrformedufH-fl{J-o. bo.cl~hoe-BF-- ho.nd digging due to thc numbcr---&€- e~~~rgrouncl-BOOtructionG. -Ne-trcnching mo.chineD Dho.Il be o.llo-..'cd 8fi-. the proj ect--o- A-36 Other Submittals Shop_ Draw.:h~Subnn ttal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducib1es: also submit cne In addition to the required copies, the Contractor shall (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number (s), and specification Section number, as appropriate, on each submittal form d.. Contractor' s Stamp: Contractor must apply Contractor's stamp, appropriatel) signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordinat ion of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Eng{neer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. T Resubmit~tals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard co] ors, textures, and patterns for City Engineer's selection. Section A - SP (Revised 9/18/00) Page 16 of 21 Test ~nd ReE~ir__PeEort When specif~ed in the Technical Specifications Section, Contractor must submit three (j) copies,f all shop Lest data, and r-epair report, and all on-site test dcit:a within the "pecifl"d tJme to the City Engineer for approval. Otherwise,_ t:he re}ated E:glJi2m~nt WJ ll~lotbe_ approved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City. Under "General Provisions and Requirements for Municipal Construction Contracts", s- f'; 15 ~rCln~rt\en~_ aE.ct~Cha..r...ge fe>E_ Water !:.uEn~f>hect.~y__t!!~ Cit:y, add the following: "The Contract:or must comply wLth the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservatiun measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting The Contractor 'NJ 1 keep a copy of the Plan on the Project site throughout constr dct ion t. A-38 Worker I s Compensation Coverage for Building or Construction Projects for Government Entities rhe requirements of "Nor-ice to Contractors 'B'" are incorporated by reference in this Special Provision, A-3' Certificate of Occupancy and Final Acceptance (NOT USED) Thc iDDuance of-a---ee-ff-i-ficate of occupancy for impro'JementD doeD not eonDtitute final 'lcceptancc-e-E-4-fle-~:l'.lementG' under Ceneral ProviDion B 8 9. A-4G Amendment to Section B-8-6: Partial Estimates General provisions and Requirements for Municipal Construction Contracts Section B-8- o Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project: workElite ~-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day 3nd the Contr3ctor ..ill be compcnD3ted 3t the unit priae indic3ted in the propoo31. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Ha~ess Under "General Provisions and Requirements for Municipal Construction Contracts" B-6- 21 Indemnification & Hold Harmless, text is deleted in its entirety and the following IS substituted in lieu thereof: .- The Contractor sh",11 hold the City, its officials, employees, attorneys, and agenlf: harmless md shall indemnify the City, its officials, employees, Section A - SP (Revised 9/18/00) Page 17 of 21 attorneys, and 3.gents from anv and all damages, injury or liability whatsoever from an act ::>r omiss ion of t he contractor, or any subcontractor, supplier, materIalman, or their officials, employees, agents, or consultants, or any work done under the COlitract :)r in connection therewith by the contractor, or any subcontract:or :mpplier, materialman, or their officials, employees, agents, or consuitants Thf cuntractor- shall hold t he City, its officials, employees, attorneys, and d,genL; harmless,nd shedl Indemnify the City, its officials, employees, att or neys, and agents from an'1" and all damages, injury, or liability whatsoever from d negligent act en ,::>mission of the city, its officials, employees, attorneys, and agents that directly or Indirectly causes injury to an employee (;f 'he contr-act -lr or an\ subcontractor. supplier or materialman. A-44 Change Orders Should a change order(s' be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly races, sub-contractor's costs and breakdowns, cost of materials and equipment. wage t'ates, etc) This breakdown information shall be submitted by 'lntract'lr as a basiF f- lr the pri ce of the change order A-45 As-Built Dimensions and Drawings (7/5/00 \ ,a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. bi Upon completion of each facility, the Contractor shall furnish Owner with me set of direct prints, marked with red pencil, to show as-built dimensions and locat:ions of all work constructed. As a minimum, the final drawings shall include the following: 1) Hor izuntal dnd vertical dimensions due to substitutions/field 'changf"s, (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletlons, additions, and changes to scope of work. ( 5) Any ot her changes made. A-46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TNRCC, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory 1gencies in the djsposa, of all water used in the project. The methods of disposal :3hall be submitted to the City for approval There shall be no separate pay for iisposal of highly chlorinated water. Contractor shall not use the City'S sanitary ~ewer system for disposal of contaminated water. A-47 Pre-Construction Exploratory Excavations (7/5/00) PI'lor to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossin<] and potentially conflicting pipeline. Section A - SP (Revised 9/18/00) Page 18 of 21 For eXIsting pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C and Contractor shall survey the accurate horizontal and Ferticd locations of said pdralL~l pipelines at 300ufeet maximum o.c. 'ontr'a t sh.dl ther prepare __ report and submit it to the City for approval ndlCa! illg the Owner \ f pipelne" excavated and surveyed, as well as the approximate tat 10il t heree,f d 1 st ince tc the pavement ('en! erl ine and elevations of the top of :<i8ti'lg uipel ires Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer'S approval of report. Exploratory associated ("stabl] shed lurveywcr k excavations shal be paid for on a lump sum basis. Any pavement repair with exploratory excavations shall be paid for according to the unti.l price of pavement patching. Contractor shall provide all his own effOlt illi separate pay) for exploratory excavations. A-48 Overhead Electrical Wires :' ',/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of '~onstruct ion equipment beneath overhead electrical wires. There are many overhead '",ires crossing the construction route and along the construction route. Contractor shall use all due dilIgence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to exist ing overhead electrical wires or facilities occurs. Contractor shall coordinate nis work with AEP and inform AEP of his construction ,;chedule with regard t said overhead lines Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended -Xaintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B- 8~1l.Mai!.1t:_enanc~.g~rant:Y, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Dewatering This item is considered subsidiary to the appropriate bid items or shall be measured by the Jinear feet of trench as described in Section A~4 where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as Long as care is taken to minimize solids and mud entering the pump suction and flow is pumped LO a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet f low is to pump storm water to an area where ponding occurs naturally w.i thout leaving the des ignated work area or by a manmade berm(s) prior to entering 'he storm water system Sheet flow and ponding is to allow solids screening and or set.tling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwatez primarily into the existing storm water system, provided that the qualJty of groundwater is equal to or better than the receiving t ream, t'he Oso Creek/Bay. Test ing of groundwater quality is to be performed by the Section A - SP (Revised 9/18/00) Page 19 of 21 ty, al the i:it'y S CO~L, prlC)r ce, .;ommencing discharge and shall be retested by the 'It '1', at the City's expense, a minimum of once a week Contractor shall coordinate with thp City, on all testing, Test will also be performed as each new area of 'unstructlon is starteo Another option for disposal of groundwater by Contractor N')uld i nc ude pumpIng to thE nea ['est sanitary sewer system. If discharging to "mporar / holding tdnk' and t rw:k j llg to d sanitary sewer or wastewater plant, the ,sts t~] these operations shrl I be negotiated, Other groundwater disposal ternat L\PS or Sl>lut ic.ns may be ipproved by the Engineer on a case by case basis, lor t Pumping g10U idwater [turn the t Lench to the sanitary sewer system the mtract ,)1 shall conta( L Mark Shell 857 i81',' to obtain a "no cost" permit from the Wastewater Dept, City \<"ill pay fOJ any water quality testing or water analysis cost 'equired The permit w 11 require an estimate of groundwater flow. Groundwater flow an be pst imated by boring a hole or excavating a short trench then record water evel ShOI t 1,'1' after' complet ioa, allow to sit over night, record water level again, pump hole or trench dr/ to a holding tank or vacuum truck then record how long it lakes te fIll to)rigi nal Level dnd overnight level. Section A - SP (Revised 9/18/00) Page 20 of 21 SUBMITTAL TRANSMITTAL FORM PROJECT: Villa Drive Drainage Improvements, Phase I, Greenwood Park Area Drainage Improvements, Phase I, Milky Way Drive OUtfall Improvements OWNER: __ City of Corpus Christi ENGINEER: Naismith Engineering Inc. CON'l'RACTOR SUBIIITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 9/18/00) Page 21 of 21 A'ITACHMENTI PROJECT SIGN DRAWING """","..- ........"...... ze o~ a::G:: OW ...J'" 8~ :c ... a.. w Q III ~ ~ ... ~ ~ .Id 3 GI ~ a: c( a 2.1 -0. )It: a: ~ -- ..- : lD ~:..,. It) -v It) .v- - o . Co 6- 24_ o. 11- 6- 4' - O. ~I .... tell ur. BIS 2'-0" - -------." 0) ... 0) .0 Go CD -~ ~ M ~ PART C FEDERAL WAGE RATES AND REQillREMENTS Page I 01 : ',eneral [i,',:i,;l)n Number' TX03C03'J 06/13/2003 TX39 upetseded Gt'rh~r.:il ,)ec s10n No, ])<()20039 r, ate' !'~:<;AS 'Dnst ru,.! ,')0 r/p' HEAVY ")unty e NUECES 3AN PATRICIO HEAVY CONSTRUCTION PRO,TECTS (inel uding Sewer and Water Line I)nstnlct!)n and Draind,ge prcjec:ts Modificlt Ion Number Publication Date 06/13;2003 (CLJNTY (1 es NUECES SAN PATRICIO SUTX205LA 12/:n/1987 Rates Fringes CARPENTERS (Exciudinq F )rm settinq) $ 9 05 'ONCRETE F! NISHER 7 56 ELECTRICIAN 1J 37 2.58 LABORERS Common lJti 1 it 5,64 7 68 POWER EQUIPMENT OPERATORS: Backhoe Motor Grader 9,21 8 72 WELDERS Receive tat,~ prescribed for craft performing operation to whlch welding is incidental, Unlisted cLassiticatlons needed for work not included within the scope ()f the classifications listed may be added after award only dS provided In the labor standards contract clauses I 9 CFR '" '-, i a) (J i 1 i ) 10 the list lng above tne "SU" designation means that rates j Isted under that identLfier do not reflect collectively bargained wage and fJinqe benefit rates. Other designations indicate unions whose rdtes have been determined to be prevailing WAGE DETERMINATION APPEAI"S PROCESS Has 'here been an initial ,iecision in the matter? This can C)('; in existIng published wage determination 3 survey underlying a wage determination http://www . wdol. go V /wdo l/scafi les/ davisbaconIT X3 9.dvb 2/24/2006 Page 2 of2 J Wage and Hour Diels on let'.er "."tting forth a positi"o C)n a wa'Je det ermina; ion matter l confi nnanc"-' (additi(,nal CL1~3sittcati()n and rate) u 1 i [1g surve\ Ipjared matters, in]! la] ',)otaet, including requests ',r summar ';'S ,)f survey" shouid De with the Wage and Hour ~"'qlonal )lfi.cP fOI the area lit Which the sur'vey was conducted because those Regional ('ffices have r-esponsibility for the !"d"is-Bac,)! sur'vey program. IT th(' response from this initial 'ontact '3 not sat lsfact ory. then t he process described in 2.) lOe} 3, J shou Id be t:Jllowed, 'tJ i t h regard t:o any,)! her matte) not yet ripe for the formal process described here, lnitlaJ contact should be with the Branch ,I Construction Wage Determinations Write to: Branch of Construction Wage Determinations Wage and Hour DIvislon U Depart:ment of Labor 200 Constitution Avenue, N W, Washington. D C 20210 If the,inswer to '~he question in I,} 1S yes, then an nterested party (those affected by the action) can request review and r'econsideration from the Wage and Hour Administrator See 29 CFR Part 18 dnd 29 CFR Part 7). Write to: Wage and Hourll.dministratcl U S. Department of Labol 200 Constituti)n Avenue, N W. Washington, D, C. 20210 The request should be accompanied by a full statement of Interested party's position and by any infonnation (wage data, project description, area practice material, etc.) requestor considers relevant to the issue the payment that the j ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Wri te to: ~dministratlve Review Board U S. Department of Labor 200 Constitution Avenue, N W. Washington, D C, 20210 All deCisions by the Administrat:ive Review Board are final. END OF' GENERAL DECISION http://www . wdoLgov Iwdo I/scatiles/davisbaconffX39 .dvb 2/24/2006 ....... ,,- A G R E E MEN T THE STATE OF TEXAS COUNTY OF NUECES ~: ...:' THI L(;FE~=MEN" :3 ,.c:,t t' Cc.:J t t h l.ci 18TH dal of APRIL, 2006, by and j-',,;een CITY OF CORPUS CHRISTI if the Comity of Nueces, State of "dS, ...t n'~1 t ua . i~ ;:: i!, au t h r i zed Ci t Y Manager, termed in the ~ ra ,~ 'Tl? r _ E; d " " d SLC Construction, L.P. termed In the ./ I ra C Hre' c 1 , II IJ ~ hesc' t: erms, performable in eE' ( t-- . '- I >< j.5 ~< S ()'?l t j I mer:t ,f $1,223.591.00 by City and other 9.3 ': ~ r -:lC i' h , or t ra tor wi 11 construct and Ie E r~ E'f'IE'1 t ,~ .L a,C foIl ws: Storm Sewer Extensions - Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin), Greenwood Park Area Drainage Improvements Phase 1, Milky Way Drive Outfall Improvements - Project Nos. 2173/2215/2212 (Total Base Bid: $1,223,591.00) rd r t I '_:l t-. ::1 ?-~ 1 j n:3 <-j pecifi ations In a good and ,^, ,'~ma J di t Lons set out In their c~ lchec f' 1 ,"; Pf he i ] 8ypenSe such materials, C,'''O lC':"~ at ,:=j j 11i .1 J ,:.iT! ;~ c q IL n:"ri by the at tached Cont ract lment: L' 1 J' t .C:, ~ .l "~ h ! rib. The Contract Documents 'Jcl :3 t.' I 1 :' d !is t ruet ions, plans and if ( i r. l (-~ i '...A L mar' ;:it- S f blueprints, and other lrl:]S h r -t' m~3; ': Pa'/men Donds, addenda, and related r-'; \..j Iment lL ()f ~~Jr 1 Tl - p t p n t ra ct fn this proj ect and are r 1 " a p r I: j~ t Agr'2eme'; Fage 1 , :'fI ''- ,< ~E:, . D j I K, rJEEPWG PAGE 05/15 Storm Sewer Extensions VILlA DRIVE DRAINAGE IMPROVEMENTS, PHASE 1 (AGNES TO BALDWIN) BASE BID PART A .c II III -----.-- IV V -----..----- --------._---. J OK UNIT TOTAL PRICE I PRICE IN FIGURES -- ___....._.m__~.~____....__ .r.ete P lpe \ 77- z.~,olL - I place per LF $ $ h Density mplete in 53> 8 - $ $ 39,203- -~-_.~--~-_._.. rete Pipe I place per LF $ 12,- s 'Z 3 ~S - 0 be Bored and I place per l.J:' $ I.lro- $ 120,000- -- anhole, 14, '-100- EA S 7, 2.eu - $ ---- i In place per I $ Z.,&.Il~- $ ct, 7co -- --- ale complete ! 7- , ,~(o - i $ $ -- --------------+---=-- ; , I lete In place 1'1 - ~ ,'is '2. - I $ $ ! te In place i $ Z- $ (Pc10 - ! I complete In i $ (,. '5f:O - S ,",500 - ! i j I -- Adjustments, LS $5 000.00 $5.000.00 ( ITEMS Al I $ 251 /1 <;0 - I ~-----_..._~--,,----- i SID QTY & .L TEM I UNiT !- -t-- DESCRIPTI ,- 1 ; Eo F 36 II j Rei n for c e j ': c, n c Culve't, complete in -----t-- 36-IN Smooth Wal~ Hlg ~ 1"6 ~F Polyethylene Plpe, co place p~ LF__ _______ --r- ,; " 11 ,) " 'J' 4 8 - INS tee 1 C3. S 1 n q ( T l-: -t~::e~~ -;~::'~:::E:.nM -'~tJ~~ I cornpl~.o:2-0-E..lace ~per I Pos~, ~r. et, ci)rnplet:e i l\c_ 4 EA -p!.: .__ ; , i ConcretE' Dr 1 vevva y Pep ~Ji _+2.1"-_~n place' per SF ! Pavement RepaJr,=omp 88 Sl~ SY ___________ I Treoch Safety, comple 320 1.,1: ~er LF - . ---.----.....-- ---.--.- ~_I ~~:~:;e;o~~rCJ p_la~ 1 L; I ALlowance for Uti 1 L ty ~ompl~te.in place per 24-IN Reinfo~ced Cone C\Jlver.t, cornp~e~~__ln 184,f A8 T1 CI d~ ;:\~ _L " /'1 ~ L_ TOTAL BASE BID PART A thru All) fiEV1Slowl PROPOSJ\Ll'ORM P~Q(, :. 'Jt 9 ADO&NIlUH NO. 3 Attachment No.1 JlIOl98 3 of 9 ~ , 'tlf:' ~ 'j tb' OJ K, 'jEEPH~G PAGE BE,/ 1 :, GRAnwvOD PIUUt AREA DRAINAGE IMPROVBMBN'TS, PHASE I -.. -;----,-- - -=- I I --= -I' = =- ---- BID QTY & ~TE~_ QEIf _ u_~ =~~E~~~ -+- : 4 -H, Re ~n forced I 1.6f:- SF Culvert, complet LF ;.",\ ~ .. I I ~~? I ! ~ 8..1 ~:3,. W-~ I Ph n- 5b B9 I ! ~BIO LEI. i ; I H i I r- , : en t-.. Curb and Gutter 8 71 LF_t}:0.- place per Lf 1;avement Repai", L. 98~X_ lace per SY ___ Speed Hump Repal ~ 0 S,! place per_~'i..... Traffic Control in lace er LS 8-IN PVC "Color Pipe (C 900) I C er LF' BABE BID PART B 24 LF 1168 Lf 3 EA 1 L5 1 LS L 34 LF EA LS 4556 3Y II ""~'-"-- u.. , f IV V IPTION UNIT TOTAL PRICE PRICE IN FtGURES "'-r--- Concrete Pipe e in place per 5CZ;S - i./ "iCe. ~~- I $ $ . .. ct Concrete Pipe, 230 - e per LF $ $ $ $2.0- .. oroplete I In place I ... Z ,$3'- - $ "2- $ _._____n___ T ter Manhole, 3. 7,Sco- e per EA i $ I 2,';-co - $ ! Structure, n.OOU - LI.Q::o- e per LS $ $ . Repa i r, ::omplete 11- ({~1 - $ $ '---~ I complete In 1'1 - qt./, <:'41.- $ $ r, complete in G,o - $ $ I.aco- Plan, complete $ I I. ceo ... $ ( I C'J()(:J - Purple" Effluent omplete in place 3lo- '1o,Bl4 - $ $ _._-------~-_._- complete In c.( UO - $ 'Lev' s ility "- I plete ., n place ~, , ----.- $7,500.00 $7,500.00 I ce Treatment, 3J,'ibl- e per Sy $ 7- $ T B ( ITEMS Bl $ 708/11 r - -------~---,,-,,-------- I 48. TN Reinf.orce complete in---.E!_~E Trench Safety, c p e r:....J:~___ Type "B" St orrnwa ~omplete in plac ConCl:ete Outfall compl~te in plac 8-rN DIMJ Plug, place per EA Allowance for Ut AdJustments com per ..1:5__ One CCJlJrse Sur:fa complete in plas: TOTAL BASE BID PAR THRU B13) ------ ------------ ADDENDUM NO. 3 ""t~t: No. t rQVI8~.1 P1!.OPOSAL FORM PClg~ 4 of 9 2fH .. J t- F,' t') J "" I,EEPI:"; MILKY WAY DRIVE OUTFALL IMPROVEMENTS BASE BID PART C ';--"T-"- II III DESCRIPTION ''::~~ -:;.'.D i '~EM i .--j ~ --_. ..---- --- QTY &. JNI:r=b; _ [", H:9h- D~'~ i ty CO'rUgaCed~-~ 'Pcly~thyle~e Plpe, complete In I plac::: per Lf_ 'ie,. LF '36-1'; High Density Corrugated i Polyethylene PLpe, complete In place per LF Trench Safety, complete in place per r...f ~ ~--+ --1---- 3 f 616 LF :,~---;: LS Stax Cove :oncrete Outfall , Stru ture, complete in place ! I i pe r LS -i $ - ,,-i--'~ LS- - ! Dawn - Bree ze Cone.r.ete Out fall . 'St.ru,~ture! complete In place . _____ I pe r LS ____ l8~ LF i Curb and Gutter Repair, , comp ete In place per LF ._. -...... --+.-. .. - 6~ SY . Pavement Repair complete in :.:d3ce per ';Y \'~ E ,.-;3--f-- 1 L 8 Allowance for Utility i Adjustments, complete In " per LS I Traffic Control Plan, In place per i..,S place r ~q I I I I LS complete . 'J--04- '1 :...S -li:'\lfo~Jance-ior Foundation Report . and Vnderp nning prepared by a II professional engineer l~censed I Ln the state of Texas of all 4 ______ Homes, complete in place per LS 2 SA . 6 FT x E FT Curb Inlet, I complete ir place per EA c\'T"'-s-r- I Cor1crete Dr i veway Repal r.. I i~omplete ir place per SF ! i~I~--~dJUstment to Existing sanltary-I I ;ewer Llnes, Includinq Caslng, i , I complete lr lace per LS . Rehabilitate a Brick Manhole With an FRP Liner, complete in place per LS TOTAL BASE BID PART C (ITEMS Cl THRU C14) ~.~- i ,- ; 2 I C14 1 LS r"REVIl1IlD"1 PROpOSAL FORM t'ClQe 5 ::J r 3 PAGE 07 1', ''- IV UNIT PRICE v TOTAL PRICE J.N FIGURES ;; l?b- 2b,400- s $ 134 .- $ S8 l' bo - $ 2-- $ 232- COb' s coo- $ tI ro;- l \. C(X) ... s + s i : \ 1.... $ 3.,c.t~- 79- >. Zl~ -- I $ $ $7 500.00 $7,500.00 s b.'5a>- $ "-.S; $90 000.00 $90 000.00 I..) $ 17..0 $ 7- $ 51'~ - $ I g,ex;o- $ $ ". $ Z~> \ 70- 1IDOltNDUM NO, :3 A~taehmQnt No. 1 Page 5 Of 51 Uf' , i j', ,E E;:' ~ r j', DAC1E 08! 1" Storm Sewer Extensions Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin) r Greenwood Park Area Drainage Improvements, Phase I, Milky Way Drive Outfall Improvements BID SUMMARY BASE BID PART A VILLA DRIVE DRAINAGE IMPROVEMENTS, PRASE I (AGNES TO BALDWIN (ITEMS A1 THRU All) $ 1.5 J 4S""()- I . BASE BID PART B GREENWOOD PAR!: AREA DRAINAGE IMPROVEMENTS, PRAS'I: I (ITEMS 91 TORO B12) $ 708/i71 - BASE BI)) PART C MILKY WAY DR.lVE OUTFALL IMPROVEMENTS iITeMS Cl THRU C14) $ 2 ~3 , II b - TOTAL BASE BID -PARTS A, B, & C (ITEMS A1-All, 81-B13, AND Cl-C14) $ L 2 '2. 3 S'l \ - , fiEVISED"~ PROPOSAL FORM PCl",e 6 of 9 ADDIMPI)M NO, 3 Att.~hment No. 1 page 6 of 9 The :>n1::rac-.cr ,,11] ec,rrunence work wlthin ten (10) calendar days from late the receive wrLtten wor~ order and will ccmplete same within 120 ~AR DAYS after:onstl uet L n is begun. Should Contractor default, 'ntrac~ , mal be 1 able fer iqu1dated damages as set forth in the L1tra ': ,ocumer.t5. C' . w il L pa ont ra :t.c r in current funds for performance of the L1 t r a '. lL ac:ccrd-mce wi U, the Contract Documents as the work r':>gres scs . Sl]Ted 1n , 4_ parts at '~orpus Christi, Texas on the date shown '1 Clove . ATTZST: '\ r- . jj,~~/} ~i ty Ser::::retarv ~ CITY OF CORPUS CHRISTI ~U~ 1\ I C/".... Massey, Asst. CityQ gr. Works and Utilities~ By: Ronald F. :>f Public ! ItC). By: Angel Jire ~ .s:: I"~ 1:'6 scobar, P.E. of Engineering Services CONTRACTOR AT~S': (If Corporation) '( sell Below) SLC Construction, L.P. BY:l (O~W~'J~~ Tl tIe: President of SLC Construction-l, LLC (Not,: ,. I:f PlICson signing :for c+ation is not President, at"~ co.py o:f authorization to' sign) P.O. BOX 639 (Address) CONROE. TX 77305 (City) (State) (Zip) 281/356-3663 * 281/356-8141 (Phone) NEW (Fax) NEW g'0 441.8088 936 441-8098 Agreement Page 2 0 f 2 . ") Ii j\}J.j)lp ~ I ~!. /l.U \ nUl', ,r'" -'~'-"""""'" ')1 g i6~ Lf ......- " COUMCIl .-......... . ___---sECin~-(rL__ iOt"\r: <:: f.-, H-S:~ -t,lL - i<ill i,jEEPIi~f-:' PAGE 03/1"-. 5CZL . /"i) ~ PRe F () S A L FOR tv.! FOR Storm Sewer Extensions Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin) , Greenwood Park Area Drainaqe Improvements, Phase 1, Milky Way Drive Outfall Improvements JEPARTMFNT or 8NGINEERING SERVICES CITY OF CORFUS CHRIS~I. TEXAS fREVIlil.~.' PROPOSAL FORM P~gC'. ., of J ADOENDUM NO. 3 AthcMlClnt !fo. 1 Page 1 of 9 'I '0.\. ~; ., HEd'lH t, ~Il '~EE P I f~(, PAGE El4115 PRO P 0 S A L Place: Date; March 29, 2006 Propc~.al f ;Le Construction, L.P. C rp':n.ation :)[ga'-.~2ed and exist~n9 under the laws of the State of OR d F?artr.ershir: ur Individual doing business as _____~Lartnership Gentle"'\en: TO; The City of Corpus Christi, Texas The Jndersigned hereby proposes to f~rnish all labor and materials, toolS and necessary equipment, and to perform the work required for Storm Sewer Extensions Villa Drive Drainage Improvements Phase 1 (Aqnes to Baldwin) , Greenwood Park Area Drainage Improvemente, Phase 1, Milky Way Drive Outfall Improvements at thE locdtlons set out b} the plan5 and specifications and in strl t accordance wl~h :he contract documents for the following priCeS, 'c.,-",'" I"IU.'VIS~ PRCll'OS1\L PORM Paoe ) ot 'I AIltl!:NDIDt NO. 3 A~taohnant No. 1 Peg. 2 cf 9 t' 2f:W~ L 8'.b3",11 Storm Sewer Extensions '5 D K; It JEEP UKl PAGE 05/15 VILlA DRIVE DRAINAGE IMPROVEMENTS, PHASE 1 (AGNES TO BALDWIN) BASE BID PART A -r-r- I__L II '=lTO QTl' & ITEM I. UNIT .4..- .+---- .-.. j - -- 11'~ F .16 n~ R"infor:e _+._ _~ulveJ:t, compie I ; 36- IN Smooth ':Va ~F I Polyethj lene ?l. ;J~16 ~+plaCel'er l.f ,:I 18' . F ~~~~ ~~ r.~~ '~~~~~: ::-1 ~ll - '_-~-148-IN Steel CElS . ',. -t .- I Jac !<ed.L, ~l)mE}_e i Type 'A' Stormw ...::l--~'-i compl~tE_irj pl~ 4~~$~~~_' rd e~_~~~ I~ r :. I I I ~. C:!rcretE Dr 1 VE'l 23_~n plCiceper S~ j~c i I Pavement Repai I 8 8.J'~e r S Y_ __.___ I I , T reocr Safet Y I 32u l.f I per LF_____ I:',caffic on~rO,l ~~;:i-fE-lac::.~eer LS _ 1 L. I Al..1.owanc'" for J _-LcomPlete in pIa I TOTAL BASE BID thru All) 1 f'. G ~'"\ ..- I_r~_ [ I -"---- J III IV V '. - I SCRIPTION UNIT TOTAL PRICE I PRICE IN FIGURES -------.. .".----- t.~_.." 'n ._____u_u____ ___ ----- t--. d Conc:r.ete Plpe z.t.LolL - te In place per LF $ 117 - $ 11 fhgh Density pe, complete in 338- $ $ 39,Zof, - -'----"..- ~"'-'+'--- d ::::oncrete Pipe i '23,3<oB - te _.::-n place per LF $ 11.1- s ing (To be 80red and I j.n place 1,F,' i .$ '/ lco- $ 120,000- te per ! 1 ater Manhole. /t./,LJOO"" c~_l?er EA S 7, 2eu - $ ._~-_.- pl~te in place per Z.,~lS- $ $ '1,7co - - -" .-..- .jay Repai c, complete 7- - $ $ \,~fo --------..--.'--.--.-.------ , c''Jmplete in place 1'1' ~ ,ctS'2. - ---..--.- $ $ complete In place 2- $ $ ~t./o - -'-'-- -- "--'---.--- Plan, complete In I -----.--'--- --- . $ ".~) - s ",500 - 'tJ].:~.y AdJustments, l$S'ooo.oo i ce per LS $5,000.00 PART A (ITEMS Al I $ 251,'"1 <;0 - -.--.----- .-______' DE fiWIUI)"1 PROPOSJIL FOR,M ~"q~ ~ ')t 9 AODIoNIlUl'l NO 3 Atl;ll.c:lunent. NO.1 lIfoge 3 of 9 t' 'Elf' I:., ~ ~ t: h1" l.JJ :: ! KJ 1 i ~E E R I t Jlj PAGE 06/15 GRa6uOD p~ ARb DRAINAGE IMPROVBMBN'l'S, PHASE I BAU BID PART IS :I-r=-= III ---- - ---- -t~- IV V ---- I Ex JESCRIPTION UNIT TOTAL PRICE NIT I PRICE IN FIGURES -- - - ----- S4-U; Reinforced Concrete Pipe '" LF ~CU1.ert. complete in place per ~'t;S - LE $ $ 4 '-Icr I (,,~- -- - --.--. "'-~"'-"'--"---- ----- ~ . -.-- 48 IN Reinforced Concrete PipE?l, - LF complete in place per LF $ 230 $ SJSz.o- Trencn Safety, complete In place .. 2,$.>" - 8 LF per LF $ "2- $ -- f--"-- --------- .___..__m..__ Type "B" SL)rrnwate.r Manhole, I _ ~A _fomPlete in place per EA $ I ()-:;co- $ :s 7,Sco- t I Concrete Outfall Structure, , --t f \. oov - t 'I Q;o - LS I complete in place per L5 $ $ i I I Curb dnd Gutter Repai r, 'oroplete ! '1- 1 LF : 1 n place pee LE i $ $ I {ful - r;'-:em:nt ___..___m I Repai,~ ! complete i In 1'1 - qti, ~~1.- :; sy ~_lace per Sf $ $ ~- .,-. -+ Speed Hump Kepalr, complete in I i "D - I,~-~ Sy place per Sy $ $ - --------- .---...- Traff_c Contrel Plan, complete LS ~n place per L5 $ II. C'CtJ - $ r I. QC() - - 8-IN PVC "Color Purple" Effluent Plpe Ie 900) , complete in place !k- '/0,2>2.4 - 4 LF per U S $ _,,_m.__..._. _.___ __.m~__.~ 8-IN DIMJ Plug, complete in '-Iuo SA place per EA $ 'Leo- S - Allawance for Utility -- , Ad] Jstmen t s, complete =--n place - I peE L~ -....---..-"- ---- $7,500.00 $7,500.00 , One Ccurse Surface Treatment, 31,q~2. - .- "6 Sy complete In place per Sy S 7 $ -'---. TOTAL BASE BID PART B ( ITEMS 91 THRU 813) $ 7t>8.'11I - --......--- ------.-.----------.- --...-- . _u_ -_1_ - BID QT ITEM U ~_?_?- I I 33 r i I t: Ph b- ~ BB I f,9 RiO 811 1. t 24 116 j 87 L9 30 1:3 : E'13t45b r------ --- , I L.____~ _ ..__.._~_ -lWOImDUN NO. 3 .jl.t~t: No. 1 rlllYt.~., PROPOSAl; FORM PA~t' 4 of 9 :?PIt 'h, ]J: . 1 ~'5 ~~)l ; ,jl,HJEERlrjC, MILKY WAY DRIVE OUTFALL IMPROVEMENTS BASE BID PART C III ----+-- '--~~- QfV & DESCRIPTION "NIT , . " - ,. F j 4 2~-';--:'~~ -~. n s it y C~m:~ed I Pcly~thyle'e PJ.oe, complete In ! -G-i:F ~ ~~:~~~ ~~~h u~en'sTty co-rr:ug2;ted-'-~-I'-- i Poly~thyle~e fipe, complete in i place per i.lF I ;'-i;LF ! Trench Safety-~- r:omplete in I I place peLJf --;:. -LS -j Sta.r. Cove ':oncrete Outfall : Stru..ture, complete ir place i ~r LS ~~c-I~-LS-- i Dawn 'Bree-z-t! ConC.r.ete Outfall . i St~urture, complete in place oe [ LS 18S~ I Curb and Gutter Repair, ~I r i complete in place per LF 6r;; Sy--+raverr,ent 8epai:-,compl~t", in . placp per .Y I I ;;:-1- .~--L- SID ! I'EM i --I- I - 1 I -:-E --+- 8 ' II -+ I LS Al~o~ance for Jtility Adlustment~ complete In place per LS Traffic Cortrol Plan, complete In pl:3ce pet" L:3 t T.\IYo~a-nce'-{or FoundatIon Report and Underpinning prepared by a professional engineer llcensed in the state af Texas of all 4 I i Homes, complete in place per LS 16FT .~ 6 fT Curb Inlet, comp18te In placE per SA r-:.;q-f-- 1 L S f i11- 1 :~~ I I I I I I :1: 2 E~ ~ 12 I D'~ C14 I L ----+------ ---------.- SF . ConC,1':ete Dr i 'Ie_lay Repa: C I ~ompl~te in p_8ce per sr r --+--- .- s i Ad~ustment to EXisting Sanltary i Sewer Llnes. Iicluding Casing, complete in lace per L5 Rehabilitate a Brick Manhole With an FRP Liner, complete in place per LS TOTAL BASE BID PART C (ITEMS Cl THRU C14) 1 LS r"REVISID-l PROPOSAL FORM raqe 5 or 9 PAGE 07115 IV V UNIT PRICE TOTAL PRICE J.N FIGURES $ I~b- s Zb/{OO- $ 134 ... $ S81~- $ 2"- $ 232- $ ax.; - $ t I OCQ- s \\, ,- S \ 1..... $ 3., 'f~ - $ 79- $ s: 21~ -- $7 500.00 $7,500.00 S b.'5cb- $ ,=-.S; $90 000.00 $90 000.00 \) $ ,.z..0 $ 7' $ 571" - $ I g,()Q)- $ $ to. $ Z~:> \ 70- ADOItNDUM NO. J Attaehmont No. 1 Paqa 5 of 51 .'f:' . " b tL .G '1EEk' J 'Kj PAGE BBIl:, Storm Sewer Extensions Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin) , Greenwood Park Area Drainage Improvements, Phase I, Milky Way Drive Outfall Improvements BID SUMMARY BASil BID PART A VILLA DIUVE DRAINAGE: IMPROVEMENTS, PRASE I (AGNES TO BALDWIN (ITEMS Al THRU All) $ 1.5 J 4S-o- ! BASB BID PART B GREENWOOD PAR!(: AREA DRAINAGE IMPRO~NTS, PRASE I (ITEMS B1 TBRU il12) $ 708,'171 - BASE BID PART C MILKY WAY DR.IVE OUTFALL IMPROVEMENTS (TTeMS Cl TBRU C14) $ 2<03 , \ 1 t> - TOTAL BASE BID -PARTS A, B, ~ C (ITEMS Al-All, 81-813, AND C1-C14) $ l. 2. 2. 3 ~'l \ - , fIIEVISED"J PROPOSAL FORM P",?e 6 of 9 MDlmlUM NO. 3 Att.~hment No. 1 Page 6 of 9 t1 20. " f-.. H 'r. -~; a, 'H, ~FFPltY; PAGE 0'3/15 The _n,de:rsigried f-1ereby declares that he has visited the site and has :arefully examlned the p.ans. speclficatlons and contract documents ~elating _0 th~ work ~overed by h~s b:d or bids, that he agrees to do the work, and :hat ro (ep~€Sentbt~ons made by the City are In ary sense a warranty but are me-e est~ma~es ta ~he qUldan~e of ~he Contractor. 'Jpc" :-;ot~tlC(1t.or of a~iaro. cf contract., we will within ten (10) cal€ndar days execute t:le formal contract and wlll delIver a Performance Bond (as req~ red) fOt the falthtul performance of thIS contract and a Payment Bond as : eqtllredl t.o . n$ur~ payment for aE labor and materials. The bid bond attac~ed to thlS propOS8_. In the amount of 5% of the highest amount bid, is '0 become the prJperty of the City of Corpus Cn.r:isti in the event the :::c~'t!act a,oj bonus are .Iot E'xecuted"ithin the time above set forth as liTJ],jat~d d3mages fnr the delay and addHional ....ork caused thereby. Minority/Minority Business Enterprise Participation: The appa.(ent low bidde r sha ll, w.i. hir: f.1. ve days of receIpt of bids, submit to the City Englneer. in writ lng, the names and addresses of MBE firms participating in ~he cont~act a~d ~ description of the work to be performed and its dolla~ va_~E for blO evaluat10n purpose. Number of Signed Sets of Documents: The contract a,nd all bonds wi 11 be prepared Jr' 01 l~ss thdTi fc,ur- counterpart 'origlnal signed) sets. Tim~ of Completion: Th~ undersigned agrees::o complete the work within 120 Calendar days ~ro~ the cate designated by a Work Order, The project consists of storm sewer ~rovements at three different areas in the City. The Contraotor will be required to oomplete the work sequentially in~e order requirecl in Special Provision A-18. Each area must be oomplete prior to commenoinq to the next area. The ~ndersigned further decldres that he w111 provide all necessary tools and apparatus, do all the work and furnish all ~aterials and do everything required to carry out the above mentioned work covered by this proposal. in str:ct accordance with the contract documents and the requirements pet':ai:llnq theret foe thp c;nm or-sums obovs set forth. Rece pt :>f 1-~~llof., ,:he fOllO'oYlng. addendp)s aCknOW.ledged ~ - 3 j 17 J t> b __ _ r3 - 3 /,;B. f 0 '- ( addenda number) SEAl -? 81D[[.F IS Respectfully submitted: Name: Sara L. Clark, SLj By: ~fI~~- .n..dd.tess: P.O. Box 639 I P . 0 , Box) Constructicn L.P -'\ f:orporarlor (Street) Conroe, Texas 77305 it Y' St3tei :~ lp) TelephonE;~ 281-356-3663 NO'I'E: Go net de ~\ch :>id fcor oU;:: paper:" rill P wi i< Clr.d ::;:.br'l"lt. ~-:rnp.'t('tc I~ ~J.\ ~~t~~ ~d f'~per~. IR~Vlap-d AU9uSt 2000) 1',u~v:rSErj PROPOSAL FORM P.)gc 7 of 9 IIDD2NDtlN NO. 3 At1:lleNrlOl\t No. 1 pago 7 of .. BON D P A_-.X,J',t E N T STATE OF TEXAS ~ COUNTY OF NUECES ~ i- THAT ':'D--jf Jr t ::lL Y ~d 3t , , ':od II SLC Construct~on, Cl -JE BOND NO. PRF8848608 KNOW ALL BY THESE PRESENTS: " L. P. f MONTGOMERY County, Texas, a"'.::l Colonial American Casualty and Surety Company a a'.,j t e Sta~ e of Maryland S CO ;l-:: ta t 0 f Texas, here inafter fl::-rru c: --1n::l to the City of Corpus . tJ ~c'?s Cou~ity, Texas, hereinafter sons, c rTS and corporations supplying tic'- the wcrk referred to in the sum f ONE MILLION, TWO HUNDRED TWENTY- NINETY-ONE AND NO/100 ($1,223,591.00) -eo -~s, -0 be paid in Nueces County, .:Ji...di -::} and t ~'uly to be made we bind adm i tra- rs and successors, jointly res ~- ~. '~.~ II ' E hE ,r: 1 ::JC I a dY 3, elre se"E THE ,. ~ =i pa st , .-:J;-::hea ~~ .' m'J, ." y' , --" ~ '-.^ "C c_ ci .; OBLIGATION IS SUCH THAT: Whereas, the d2n "r"let W.tl'l the City of Corpus 20~, a:::opy of which is hereto onstr ction of: ., ,^ ,j, i r ~ ---\ t THEREFORE, f' :H:' C prc1mr=' P jme S ,I ':l ~ '11 ;'T' a ] 1 . S t . E W rK pt e1 iCdtl. e + L /J Y 31 Tla'.- E- "'-,-3 S 1 r y ~ Storm Sewer Extensions - Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin), Greenwood Park Area Drainage Improvements Phase 1, Milky Way Drive Outfall Improvements - Project Nos. 2173/2215/2212 (Total Base Bid: $1,223,591.00) [ NOW, rr,ak corJt 3ec t cJt "i( . c . , . r i \0, eo. e an t v r c, ,.:'::;"1" HUNDRED ".'~ e ,f,. v-~. , ~ CONDITION OF THIS n t. e r,,' 3 . f ..il TH ~ 1 ::) ~ ,,....., r:- >? 1<"- PROVIDED FURTHER c le3h \~ ~";:C c: ?J10 cinge, ,:,ract, if c t ""ct 'c SLer .' ne c at '"J -:::1 s re+ }'ens f t me, C) :Jns, )1 :: e ',,~' r~, r JW :1g:::, :ct ~"" t ()I a. n "0 f--~ , ,-21 +--.c-' '1 S Cb + \ tiE::' '/'v' 1 lpal s ~ll faithfully perform its duties a1. r>?rsons, firms, subcontractors, upp y n laoor and material in the d f ~ sald contract and any and all sa ontract that may hereinafter be lor t~e SUU?'ty is hereby expressly :j; ot~ rwise to remain in full IV ~oa d-tion oe filed upon this bond, .;.e>':d~-~ , , alu e'elved hereby stipulates that no .:a t.1 11 r addi t ~on to the terms of the oerf o.cmed thereunder, or the plans, accompanying the same shall in anywise and, and t does hereby waive notice of me, a teration r addition to the terms tc rerformed thereunder. v:ne' +- i8'E "1" j Jr Ec e J ir c 'f e ,2.,.0 r: 'IE e 0- r2 c '1 '(", r ,:~s .oet 'If': vequirements of Article , a~d ther aprlicable statutes mar,r", "Labor" and "Material", ,j c3::.'lEfJ e Hi said Article. 5160, of the as used \1 t-=::,:- "T' '11 ::if E:' ~ e J a Nu.c, E reb leSlonated by the Surety herein as hem any requisite notices may be e s may be had in matters arising T\ c't "7 " 19-1, Vernon's Texas cty C1C \~~. ~-\T' ~:; ~'_, v n' ]:-/-'- "1 'C' 1 ~ ' -', '\,7 ~.. ci )(: IN WITNESS WHEREOF, of v.: 'l"'f A P r IJ__.,_ __ ':), dEE'I"i"j )6 r J (J E: lS exe uted in ~ copies, each this -he 21st day of ~- y , ; c: s t :::-',lmen '. PRINCIPAL SLC Construction, L.P. LLC Sara L. 'c"lnt ATTEST :::~ ;':? C re tar \' r':: l n t l'-J a.rr~-' SURETY Surety Company ~, torn n - f a\),t Philip Baker 'Y' nt "1''1'11<:'' ~ ~.....-t I'd .. SU'et,r in lfmtGes County, Texas, ror delti:very or not:t..Lit .rv~ce of proce...s ~s: Agency: Keetch & Associates Insurance Contact Person: ..-J:'!~ Betty BaKtel Address: P.o. Box 3208 ...s..2!1us Chris~ Texas 78463 Phone Number :__ 36J) 883-38i~___. ,'ai :eo q F 'TH r 1 f 'OTl~_ -~ct) iY!nent '-;e g~_~_.iLR MAN C E BON D BOND NO. PRF8848608 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ c L. P. f MONTGOMERY County, Texas, a" 3 r: d Colonial American Casualty and Surety Company a 'ca 0 ~aW2 ~~e Sta~e of &ryland t-) Ie eS2 -r-+ tate of Texas, hereinafter e' '. ,->'- finr nd ,to the City of Corpus m n 1 _ j (1 [a ') c:: N eees ~:oJnty, Texas, hereinafter ,II ~E pE.3 2: f ONE MILLION, TWO HUNDRED TWENTY-THREE FIVE HUNDRED NINETY-ONE AND NO/lOa ($1,223,591.00) DOLLARS, r l es, e Daid n Nueces County, Texas, r::n a nei 1 'y' . () b2 made we bind ourselves, :1 i:n - trar fiel s ccessors, jointly and .:-: THAT D f F Jr t :i1... ) ed ". 3t ed " r 3,,:e' , :- ra 1 ;-:: ! fl.. f. ~:rlt5: THE CONDITION ::i na D: E': i S t ,~t e:J +: ,. E ~: h :::; c ~~ j :It (:i :j ~-' OF THIS OBLIGATION IS SUCH THAT: Whereas, the SUI [- raet w th the City of Corpus . APRIL , 20~, a ::opy of which is hereto ~t' fcy t"'r'e CC-Lstr lction of: i 18TH ~:i.r ~ Storm Sewer Extensions - Villa Drive Drainage Improvements Phase 1 (Agnes to Baldwin), Greenwood Park Area Drainage Improvements Phase 1, Milky Way Drive Outfall Improvements - Project Nos. 2173/2215/2212 (Total Base Bid: $1,223,591.00) NOW, THEREFORE, f -hE Pl- ricipal S all faithfully perform said work ceorie ce VJ 1 -;:: c 1e c n:co, spe f :::a t i ems 3nd contract documents, ild r: n ~r LJe X-::-='LC" tiS, YjJar'3nt.les, and if the principal 1 l::e u r ale - er. a "cc' defe t3::L1e tc faulty materials and/or h kmans t cit 3ppeuAl' i Der c::r::ne 1) year from the date of 1 e r j a n 0 j c e ; t a v_ un p 1 V"" mer; t s L the C i t Y , the nth i s gal sr3 _ t::fO'} t 'J 1 se rema n _ full force and effect. PROVIDED FURTHER, - e sh r; :\ ~,"- a n \.,/ . ~-=-'---" ':-:::_ _1. '3 tior IJe filed on this bond, I ,j ~ ~- F: V ,=-i :Cd - , t ."1 f_~: \~J 'al - re'Q ved hereby stipulates that no rat n r addition to the terms of the perf nned thereunder, or the plans, ac ompdnYlng tte same shall in anywise bond, and it does hereby waive notice of ime, alteratIon Jr addition to the terms to 0 erformed thereunder. J-;.~:c a-: 5. rE" ge, .d' e:,5 i: -'- t e, -_ract, o'.:e it} r f. iLLc ons, r w :1g5, _t co feet :: 81...}f he c l[ o t, 1 i :t T ~,() c) t t'; j .::', arlg~~, e t ~s -' ri r, -,- i f orma~1 :~E-. 3.:)r'd ,=:i qe- T , :) ,- J " )D S T J .1 - ~ ~ . " f ~ c '" T e le g i'" ,. :- -'\g0c n s \J 'e. re e , 1C "A r )[1 .~, " :) s ra ~ JC. (?t ~>,q irer-ients of Article 5160, -~Jer applicable statutes of the YO"~ T' ~ ' L'f ig~ated by the Surety herein as horn any requisite notices may be '= mal be had in matters arising P '-t .J . 19-1, Vernon I s Texas , reo v e,l IN WITNESS WHEREOF, )f W J ~r ci cieic:'1:t':l Apri (16 .. ....._._~-_....,- "..---.-..---"..-.-- tr S '3xec .lted in ~ copies, each t"is 'he 21st day of PRINCIPAL SLC Construction, L.P. t" #1;) JJ j:'-i,~ Sara L. Clark, President of SLC Construction-I, LLC ~r:r~ Name & ?J~le' ATTEST :ecret ar ?:;: lnt haDE Ii SURETY Colonial I It and Surety Company ... +- r-., Y' ,__'...../.1. , ., l! , X,," .1' .'1/ ,n - ~ct \ Philip Baker :-' --~ 1. Ti ~- '\~ '::-j01 ~ 1'JIe~~~j; _... ~j;y in -.. Countv-, ~, for WL~.f not .....'i . .') . 'cw o~proc_. Is: Agency: Contact Person: Address: l<eeL:h & ,~ss()cid t,'s Insurance ~ketty Baxter }'.o. Box 3208 ,..iorpus Chris ti, Texds 78463 Phone Number: 361) 883-38il3 3" ;_-_~ E :;at,~ ,:,,' 'cLtract) se; f;:'YT.a: .'e 8c~:d 3c;e Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TV AND SURETY COMPANY KNOW ALl MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by THEODORE G. MARTINEZ, \ ice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted hy Article VL Section 2. of the By-Laws of saId Companies, which are set forth on the reverse side,weof and are hereby \.ertified to be III full force and dfect on the date hereof, does hereby nominate, constitu )~hiIip BAKER, Edward ARENS, Steven E. WHITE, Don WEIDENFELLER and Ray ,J. 0 n, Texas, EACH its true and lawful agent and Anomey-m-Fact, to make, execute, s surety, and as its jet and deed any and all bonds and undertakings, xecutors, Community Survivors and Community Guardians. an e Th' gs in pursuance of these presents, shall be as bInding upon said Co a I . te d purposes, as ifthey had been duly executed and acknowledged by ~~ I 0 fic~, 0 y at its office in Baltimore, Md., in their own proper persons. rhls power ~lf!'e~~sl1tdl liehalf of Philip BAKER, Edward ARENS, Steven E. WHITE, Don \VEIDENFELLER, Raf-:9IR\\J~ :rm,\r~eptember .:\,2003. The said ASSistant sec~oes hereby cemf} that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said (~ompanies. and IS now in force IN WITNESS 'vVHEREOF, the said 'v Ice-President and Assistant Secretary have hereunto subscribed their names and affixed the C'Jrporate S.:ab of die saId FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL \MERIC AN CASU <\ITY "\N!) SURETY COMPANY, this nrd day of Febmary, A.D. 2005. \ TTESl FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Erl;-j5 -l~,:i:~~ --~-------r-?"-._.._~--_.._-- Issistbnt Secretan B~ Y .. Theodore G. Martinez State of Maryland } 55 City of Baltimore On thIS 23rd day of Februar'j, A.D. 2005. before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, ,'''me THEODORE G. MARTrNEZ, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN ('A8UAI TY AND SURETY COMPANY. to me personally known to be the individuals and officers described in and who executed the precedmg instlUment. and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for hmlSelf deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their ,Ignatures as such officers wen duJy affixed and subscribed to the said instrument by the authority and direction of the said 'orporatlOns IN fbTIMON\ Nritten. WHEREUF, I have hereunto set my hand and affixed my Official Seltl the day and year first above ~--/' ~)~L1Y-':-1"'--l_ . ~--. l~ ~./../'Yj Constance A Dunn Nowry Public My Commission Expires: July 14,2007 POA-S 168-7187 ....'-.-- EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'Article V I. Section 2 The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vlce-Prc'sidt:nts specially authorized so to do by the Board of Directors or by the Executive Committee, ,hall have power. bv and with [he concunence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-PresIdents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policles,.ontracts. agreements deeds. and releases and assignments of judgements, decrees, mortgages and instruments in the nature 01 mortgages. .and t(, affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 'Article V L SectIOn 2 The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-PreSidents or Vice-Presidents speCially authorized so to do by the Board of Directors or by the Executive Committee, shall have power. by and with the concunence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-PreSidents, ASSistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or person, to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, poliCies, .ontracts. agreements. deeds. and releases and assignments of judgements, decrees, mortgages and instruments in 'he nature ot mortgages. .and tl affix the sea] of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURIITY COMPANY, do h;;,eby certify that the foregoing Power of t\ttorney IS still in full force and effect on the date of this certificate; and I ,10 ~urther certify that th~ Vice-President who executed the said Power of Attorney was one of the additIOnal Vice-Presidents specii!lly authorized by the Board of Directors to appoint any Attorney-in-Fact as provided m Article VI. Section 2, of the respective By-LllwS of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. and the COLONIAL AMERICAN CASUAl.,TY AND SURETY COMPANY. TIllS Power of Attorney and 'ertificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held '.m the 10th day of May 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, ]994. RESOLVED: "That the facsimile or mechalllcally reproduced seal of the company and facsimile or mechanically reproduced SIgnature of any VIce-President, Secretary, or Assistant Secretary of th~' Company, whether made heretofore or hereafter. wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF I have hereunto subscribed my name and affixed the corporate seals of the said Companies, rhIS 21 s t day.Jt '\pr 1) 2 OQi! ___ t;~~ A ssi a eretaf)' .......'~'- ~.;D ~ ~ Fidelity and Deposit Company of Maryland Home Office f'O 13(1\ ! 227. BallImore. MD 21203-1227 IMPORTANT NOTICE To obtain mtom1atlon ur make a complall1t You may call the FIdelity and DeposIt Company of Maryland or Colonial American Casualty and Surety Company's toll-free t<..'lephonc number for information or to make a complaint at: 1-800-654-5155 ') t1U may contact the rexas Department uj Insurance to obtain infom1ation on companies, n)Verages. nghts. or complamts at 1-800-252-3439 ') nu may write the Texas Department of Insurance: P.O. Box 149104 :\.ustin, TX 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute coneerning the premium or about a claim, you should first contact FIdelIty and Deposit Company of Maryland or Colonial \merican Casualty and SurelY Company If the dispute is not resolved, you may contact the Texas Department of Insurance ATTACH THIS NOTICE TO YOUR POLICY: ThiS notice is for information only and does not become a part or condition of the attached document ,,'431f1 Xl ("4.(11 i .) 20u5 ,~ 15 b,fJl E'K)I~jEERI~~ PAGE 10/1':, CITY OF CORYUS CHRISTI DJSCLOSURE OF INTERESTS lty ofCorpu< Chnstl OrdInance I 1\2. as amended reqUIres JII person~ or fmns seeking to do busmess with the City to prDvide the i('l!owlng information Every question must be answered. Ifthc qucstlon is nOl8pplic:\blc, answer with "NAn. sr,.:' "ONSTRUCTIC1N I FIRM NAME ___.._._ >;.TREET 1.0. 80x h3c L.P. CITY: Conroe, Tx. ZIP:.-17 3 0 5 FIRM is: COflJN~\IOn Other 2 Partnership XX "\ Sole O\vner 4.Association DISCLOSURE QUESTIONS(tc \12 .. DISCLOSURE QUESTIONS) If additional space is nCCC%3t"), plca~e use the rcvtTsr. side of thi~ page or attach separate sheet. State the names of each "employee" of tbe City of CorpUJ Christi having an '.owne~hip interest" constituting 3% or mor~ of the ownership in the above named "firm". Name Tob Title and City Department (if known) N()NE Stl\te 1he nsmn of each "oftiriaJ" orthc City of Corpus CbriJti having an "owner"hip interest" cons'Huling 3% or more oflbe nwnet'!ll1ip in the above named "firm" Name Title NONE State the Mmes of ellch "board memher" of the City of Corpus Christi having an "ownership i"tcrest" constituting 3'/ft or more of the ownersbip in tbe abnve nam~d "firm". Nnmt' Bonrd, Commission or Committee NONE ~. State the name..'I of each employee or officer of 3 "con.'IuI1ant" (or tbe City of Corpus Chri1l1i who worked on any matter related to the subject of this contractllnd hilS an "ownenhip interc~t" constituting 3'% or more of the ownnship in the above named "firm>' NMlt Consultant NnNE CERTIFICA n; I certifY thai 1111 'oformaII01\ pr('videc1 is true and correct a~ of the date of this statement, that { have not knowingly wlthhdd d"c1osure of any information rcque5ted: and that suppkmcnlal statements will be promptly 5ubmitted 10 the City of Corpus Chri~li, T C'xas a~ chal1ges occur crtifymg Pcr,on:__ Sara L. Clark ,__l>resident. of SLC Construction-1, LLC Title !Type or Pr~l) _.1 Signalu" o! ('rtilYing Pmon ~rz 1 (). )::J<!!~ 1M" ) /29/06 I.UVI9ED~1 PROPOS1\!_ fORM Page B of 9 ~OI!:NDUH NO. 3 Attachment No. 1 page 8 of 9 ~ 1 !EW', ~ t:, .~ ~, d j ,Ji,l (,jEt P I I.l, PAGE 1111 ') DEFINJTIONS Flc,rd Mcmbc! \ member d any bc~rd, commlSSI('n nr committee appointed by the City Council of the City of Corpus Christi, Texas. 'Employee' -\n) person cmr1nyed b, the City nf C"lrpus Christl. Tex~s, either on a full or part time basis, but not as :In indEpendent e'Jr)lraelOr, "F 'nT1 Any entity operated for economIc gain, whether professional. Industrial or commercial and whetber established to produce or deal \-\.;tha product or service, mcluding but not limited to, entitics opcrated in the form of sole proprietorship, as self-employed person, pa"tr1H'!;hip, corporation. loint stock company. join: venture. receivership or tru~t and entities which, for pU'lloses of tax uti on. ure treated as non.rrolit Mgani7.ations . "(lfficlal". The Mayor, mcmbcp.; of thE City Council. elty Manager. Deputy City MllnRger, Assistant City Manager~, Department and D,v'<l0n Heads and MunlcipRI CO\1/1 Judges of the Ctty (if Corpus Ch!1~h, Texas ~ "Ownership Interesl' Lcgal or equitable Interest. whetller actually or constructively held, in a finn, including when such interest is held through iU\ agent. trust. estate or holding entity, "Constructively held" refers to holding or control establi~hcd through voting trusts, proxies or specl;!1 tenns of vent1.tre or pl\rtncrship agreemcnt~ "Consultant" ;\'I)' person iX firm, slIch as engineers and architects, hired by the CIty of Corpus Christi for the purpose of professional (ons'Jitation and 'ecornmcTldatwn. '"RIVIellO"' PROPOS,lll. FaRM page 9 or <> ADDENDW KO, 3 A~tae~ont Me, 1 PallO 9 ef 9 ~ I I COVERAGES SLC Constructl.oI' P.O. Box 639 :onroe TX 7~305 . I v OP ID B SLCO-Ol 04 24 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 AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. '~"_'_""_______m"__ INSURERS AFFORDING ~OY~~G~~__.__ _~~~~c. #_ '~9'RER .5.. V~J2_~:r- ?or!3~ _~~surance Company ___~ 2 O~ Q~_. :::i~::: B Transcontinental Insurance Co. ---t-,' 2240407~-46 :Jhic Casua.~t~ Insurance Co. __+~___~__ Hanover Insurance Company ~22292 ACORI),. CERTIFICATE OF LIABILITY INSURANCE PRODUCF" ~-- ----.........-..- '. .,._~..._,,_. ----_...._-~~.-.-..- Gu.aranty InsulaLce Sery ces POBox 474" Houston TX 77 ~ 4-~5 Phone: 13-939 9398 Fax 8b6-~52 938~ '''SUREC USt}RER 0 iJSUf.(ER E 'HE PC: 'elES OF INSURP,Cf .STEe BE",]';. .,Ai BEi ',ISSUE: r',E'.~J'(ED NAMED ~8C'!E fOR THE POLlC" PEP,OD INDICATED, NOTWITHSTANDING .'NY REJUIREMENT, TERr; Jf. i )rWiTICN .it!, .iJT R,ACT>' CT.,ER iMUIT WITH RESPEC: TC WHICH THIS CERTIFICATE MAY BE ISSUED OR \1A' PE PT "IN THE INSUR",'KiC "FFORDED 1'. ThE POL ,IES DESCRlbl'D c'FFE,.< is SUBJE:" ". 'HE. TERMS [XC, 'SIONS AND CONDITIONS OF SUCH POuCIE.: :.:.SGREGATE l'JIT' SHO,';N ~!A1 -'''IE -lEE'. REDUCED Bo, F~ID i "MS L LTR NSRD A TYPE OF INSURA~.cE GENERAL L1ASll in " X '"OMMERC 'P',ER~, _",81: I "'I.' '.1 X POLICY NUMBER LIMITS EACH OCCURRENCE B AUTOMOBILE Li"BIL i~ X "NY AuTC v U2 j 838570 P 6/21/05 08/01/06 COMBINED SINGLE LIMIT (Ea accident) $ 1000000 $ 100000 $ 10000 $ 000000 ---~-'--. $ 2000000 ----.- $2000000 U2J83857085 06/21/05 08/01/06 I \ I i PREMISES (Ea occurence) i MED EXP (Anyone person) I - , PERSONAL & ADV INJURY i X Contractual Liab "GGREG. E , C "Pi - :,oLley Ix R; , I GENERAL AGGREGATE PRODUCTS. COMP/OP AGG H , ___.__m.___. __~___ ,CHEDULE , / v' I BODILY INJURY , (Per person) =f=~~ 4~i.. o~r\-'NEl ,I -.:RED"lJl 'jDN-OiVNf- , BODILY INJURY I (Per accident) PROPERTY DAMAGE (Per accident) s GARAGE LIABILI" AUTO ONLY - EA ACCIDENT ;...t~y ALTO OTHER THAN AUTO ONLY: EA ACe AGG $ --'_-"-'--- ---r--- EXCESSIUMBREl LA LiABILITY I ,EDue ]IBLi X RETENTION ./ 2000000 : $ 2000000 ! $ $ $ c X ,CCU,: ~ L;' i MS ~.i'; :-L~ JUC 06 53 ~239! 06 21/05 EACH OCCURRENCE 08/01/06 : AGGREGATE ,10000 A WORKERS COW'ENSATtON AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PAR, T ,.ERiDEC. OFFICERIMEM9l:R EXC: lOfT" ~~~~i~ts~~~v'iS1o~s be)" OTHER ,TI E W"C2083857C40 08/01/05 08/01/06 oJ '., -/ E.l DISEASE. POLICY LIMIT $ 1000000 $1000000 $ 1000000 D Leased/Rented E i ment IHD8161297 06/21/05 08/01/06 DESCRIPTION OF O~T10NS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: Construction of Storm Sewer Extensions-Villa Drive Drainage Improvements, Phase 1 (Agnes t.o Baldwin) Greenwood Park Area Drainage Improvements Phase 1< Milky Way Drive Outfall Improvements City of Corpus Christi Project #2173/2215/2213 CERTIFICATE HOLDER Per Item Per Occ. 300,000 500,000 ~ CANCELLATION CITCOR9 City of Corpus Christi Engineering Services V Attn: Sylvia Arraiga P.O. Box 9277 Corpus Christi TX 78469 ACORD 25 (2001108) @ACORD CORPORATION 1988 The::<ity of Corpus Christi is named as additional insured on all General Llab~lity and all Au':o :..L~bi it,", pe]i::es when required by written contract. v ~ '-== .IE ~ fiE liS e = ~ '= ~ = ~ ~ :;s - :j( .y j " ~ ;:\ ~ ~ CNA G- i 7957 -(, (Ed 01/01 POLIC Y NUMBER: L~~U838S70W' POLH Y PERIOD: 06 ?I-200'S Lc 08-01-06 IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C 1 OF THIS ENDORSEMENT FOR THESE DUTIES ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY' OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTSwCOMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE, THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS~COMPLETED OPERA liONS COVERAGE "', e!idOrSe1~'~ rr:dlf 6S'S. far e pr:,ide: ur:J_'he tei::',v,:! v -OMME< :'L i:r.: 'iE,~j,~ I.Af-'fL iT, c.::C \ ER: ::: PAR r SCHEDULE J Name of Per30n or Organrzatiun: '\ruchl';d to and made a part of the certificate of insurance for CIT\ OF' CORPUS CHRISTI, DEPARTMEl'T OF ENGI:"iEERL'\'G SERvlCES, PO BOX 92""":', CORPUS CHRISTI. TX "'8469921" Designated Project: (CO\l8rage under this endorsement is not aHected by an entry or lack of entry in the Schedule above.) A WHO IS AN INSURED (Section II) 's .i1l6f'(xd to ir:clude a:; ar: insured af11 person cr crgaiizat()n, including ani parson or organizaticl1 sr owr;r tha schedule above, (cal!ed additional insurGCj WhOT YDU are required Ie add as an additional inscred c;; thiS J.:licy under" wriC:8'1 cCl1tract A wnttan agrSEFT16nt, ~'ut the wntte'-; contrad or wrirter agreE/mer,j mJst CG Cum. ntl)' In sHect or bec'cmu ,9 8ffecbv.. dGwl(J the term cl1r:ls poliCY 8"": 2. ExeClJt9C! prier t) "d bOClly injUry damage:r ard <1 :!vertlsng r:r,qerty '{ j 2 '''ie Limits of InsurancQ applicable to the additional Insured are those sPQcified in th(J w'ittan contract or written agreemant or in thQ Declaratiars of this policy, whichever Is less, These limits of Insurance ars inclusive of. and not ir: addition Ie the Limits of Insurance shown in the Oeclara!ior's The coverJge provided to the additional insured by thiS endorsement and paragraph f, of the definition ot "insured conlract" und8r DEFINiTIONS (Section V) do not apply to "bodify Injury' or "voperty damage" arising out of the "products-co1lpleted operations hazard" unless reqUired by the writien contract or written agreement. Whsn coverage does apply to "bodily injury" or "p'operty damage" arising out of the "procucts-ccrnplated operations hazard" such ccveraga wd: not apply beyond: 3 B n',e i(lsura:1ce pr'}vicec f) 'he addltlcnai Ins ,JOS:: is mited as hlle-y"s That PElrs,,ri Iii OI~anl,"a11 is a,-, a::e:: :~a! insured SOlely for liability dUj to y'O\..i negtlgi'nc6 spedficaly' resulhng lio'n lour w:')r K." fe" '~'8 additiora InSLi'ec w-icr is the subJe::t c' 'hs written contract C 'Mll1en agreerrert " coverage applies '0 LabiliTy r(.suiting Ire ,.." t'G ~ negligence 0f the ilddit:Ci13.II: sure'1 a Th8 perl)d of time reQuired by the wrrt1en CJr1iTaCI cr wriiten agreement; or G-" 795 7-G Page 1 or 2 V ! i j I ;ft' ~II I }. J ': / \ {/ , // 'V /,' . f' Ji~ y-f, . ,( ..... b. ::- years tr]'Ti the .:.;cnpletion of 'you: "H)r,~" 011 :,'~ prC;Eict which 'S18 sUbj"d 01 t'A ,ntter' ,~, eTa"! ') Virltte a::;esrre1t N' ..J ..,,8r:; less 4. Th,c. 'iSUrar,CG r;:-:;vlced t:'8 ajj;t,C'C,lnsur8d d083 no! appl} 10 "t Jdily irjLry.,'operiy darraga" ,~r ";::erso,-,ai and advertising i1Jl.W;I" ar;s;n~ OUI )f an arc~itect's. eng nee's. or $,.Jr-9\C:r'S rerderir1g of ,Jr fad"rR t)'encsr ar,\! rra';:;sc:'ana s8rv~'3sncILjing a. ~he prc;pamg, apprc\ mg, or 1a"lng to prepare appr:;JV;'; rr,aps sfop drawl'igs C;:1,nlons, -9['orts surveys fisle' orders, :han~b Jrders 'r:raw:1gs ar1d s;Jsc.'icatlons and b, ~u.:8rv'!'lli ( 'r !'J,sPElction aeti\' ties pe:1orfT'ed ]$ ::a~ )1 an\ rE?'ated a' ;.--,!t'3::-t 'rJ,'lee:'ilg activities As respec:s the coverage providelJ !.-noer this endorss!'!')9'1' SECTION IV COMMERCIAL GENERAL LIABILITY CONDITIONS ar-'l amended as follows The)! ,)Wlno IS adoed to !'le Duties in fr,6 Event ce' C,:; 'cance:JflelsE' Calm or Sut C,ndt O'i. 1;:\, (In addilloral rsured linde' thiS enrl'Y~.('rr'en; ~lS SO:: as ;lra -~1i~;1b!e G 11957.G G-17957-G (Ed. 01/01) (1) G:V9 written notice of an occurrence or an offense to us which may result in a claim 'f "suit" under thiS insurance; (2) -er1der the defense and indemnity 01 any claim or "SUit" to any other insurer which also has insurance for a loss we cover l.;ndsr this Coverage Part and (3) Agree to make available any other /,":surance which the additional insured has for a los$ we cover under this ~ overage Part f. We have no duty 10 defend or indemnify an additional il1sured under this endorsement until we receive written notice of a claim or ':;ui1 from the additional insured, 2, Para9rapr 4.b. of the Other Insurance Condition is deleied and replaced with the following: 4. Other Insurance b. Excess Insurance P~is insurance is excess over any other InsuranC8 naming the additional insured a~ an fnsured whether prImary, excess, ccntlngent or on any other basis unless a written contract or written agrsement srecifically requires that this insurance be either pilmanl or primary and rf' ncontributing Page 2 of 2 c=: ~ E !II!!!!!!!!!' -. E ~'?~~:~:<..,;Y,\ .,-': -.,:I~' POLICY NOMl\ER ')8385'70] '1-;' ,; "i ,:i <~ ~:,;i'M 1 'i '1 >l;;;;'~ :O.'~/,..>(,\,"i' i ':\~: '.:'_'';;,1) ,':.:> 'I' INSURED NAME AND ADDRESS SIC :ONSrRUCTICN '. F C sex S39 :~; ~ POLZCl' CHANGES ENnOR~NT El'FECTTVE 112/2:-.2006 \" '_1>:';: li:'>:(::~" ii;~:~:";~::':';f"':l: ;:<:.::~:~:,; ':.: ";~,;.::':~'l:~; ;:~ :";:~:::~:k:;i::f;';;:; 'K: This Chango Endorsement: changes t:he Policy. Plaa~a rea.d it carefully. This Change Endorsement is a part of your Policy and takas e!fect on the affective date of your Policy, unless another 9ffactivQ date is shown. 't'" f '/A' s, Add j t.Jn" -ed(5 has have' been added: \' ~t: Cj\:::=:~~3 Tit~e::l:.~SIc~r<;\.rrSD Il'JSCRED \a.::ls dnc A,jdr:es::: ;:':J =!:'; 11: r::'lt le :;at'.€ and Addrf~ss r, ')IT, t , .. t _e : ~<am'! a:'1:l Addrpss ~ I~ 155 ~ I~ ~..!~ H-/ G-56015-B (ED 11/91) CITY OF CORPCS CHRISTI DEPARTMENl OF E."iGINEERL"iG SERVICES PO.BOX 9F~ CORPUS CHRISTL 1'\-8469-92-- v' ~.~ WJR..-ERS COMPENSATION AND EMPl ; LIABILITY INSURANCE POLICY we 42 06 01 (Ed 7-84) TEXAS NOTJCE OF MATERIAL CHANGE ENDORSEMENT >l:S ,]i'corse:ner 'fonra'~n Page tht- '3,ent of j ';:;anlJI,Cn nam,.] 'elie" ir, r'( rlSl,i 1", i" ~' . 1ed b\ t~ be~aJSt Texas is shown in Item 3.A. of the ,:F;IJJ.~i'~') the S"r~e:~IJ we wl!1 mall advance notice to the person or r':lice IS "newr ir the Schedule, ne mats"Cl FC;C' =,t Ja < advar' ; > ~ n;,~p"'DE ; j$ ~'--i:L-'rsemen: ,;r r>_j C'E-,';:te jirt: 'tlv ;r-, ~e t ber,er' y" r~e fie' ;lamee: In the Schedule , ,cneC:J;c ~, F1Der Of da'stjva~ce '1 'Ie;: v Nt>? will be'13E:d ::' ~..~:;- !",'.JC EI ThiS endorsement changes Irle polley to...hlch ,liS 3Nached ard IS 6tl&:;11'.'8 on the date Issued unless otMrNise slated, ,'The Inlormation bek;w <; required oni" wr.en ndS endorserrent IS .ssued subsequent 10 preparation ollhe policy.) Endorsement Effective 0- 20 - 2 (iO PolICy Nc \~!:, (I H 3857 () 4 Endorsement No. :::::::~ Oom~::on ,t C,'~~"ti"n,' ~, V (c",,,t",,,,,,,,"y !J;;1t. ufo we 42 06 01 (Ed 7-84; v CNA ='~A Paz, '="!Ica:~o :qlnoi~~ 606e~ PolicyN(Jrn~::j> ' IFrom PoEicyPeriod To Coverage Is Provided By 8 J40y g .'jritedfnsutedAnd Address :Ot,JST?: 1'1 ~) FE END~ _. f .";:;=,,;E; riJSUF.]'~~J<=~~ '~\ BOX ~. CNROE, T~r:. '3 5 :~~?A!";T~l IN.s'~~E.~NCE SERVICES I INC. :1 ~w FREE~AY. ST BOX -174' v '-j(!U3TJN TX 077210 'AlL{ FSFSON OR )r::;A1J:::ZA~;::Ji, T:'.';T;, ".2;: "EQUIFEL T PROVIDE /c ]0 DAY Willer F CANCELL;<.TIJN ~X:EF ;:-\{ i1 rICE OF CAliCELLATION FOR NON-PAYMENT OF PREH [~M) OF If',S peL;'Y 'TN: EP ~, ':PI~7:::'; CONTP';:;:JP .~::;REEM~:NT" ~ THIS ENDORSEMENl S A FAFT ,=F :)UR PJ."ICy.;tJD TAKES EFFECT ON ';'HE EFFECTIVE DATE OF YOUR POLICY UNLESS A;\)'THER EFFECTFE D.r..TE I~~;HJWN BEL()!:J ENDORSEMENT NO. '-'E:O?E'~TI\'E DATE:JFTHIS-END"RSEMENT: 10/20105 C' ,UN rEE.~ IGNEL BY IMt. UJ. v AUTHORIZED REPRESENTATIVE P-39S43 p. (L 18 r. . :.'\1 r :;-r'~ ~.~'~~:;::;;~~;<:~:;::;: ,.,.;' ,'" i,J;:(,A.\ 'i';:. :J.~'l:r:J ;.i~'~;:lj ~': ., ~,~'l~:~~~;~:: >~l.-~ ;,>~;:>~,U..::J.~~~::;~ J~:~!.i:!o~:::,;:.),' ~ ~:;;Z:.,:.~ ;~:;:;:~:f~'}:U:,::~H~:~~i:~~!<;~:~:.t?;i~;~:~~:~.:~jt;~~:;~:};;;~);~;:~~~b~~!; INSURED NAME AND ADDRESS SL: CCNS';'RCCTION L P 'SEE END~ , p . ~-;CX 6 POLICY NUXBER 83S570"S i v COlmOE 'I'X 77305 i;~~wn~: },if;~~:1Sf:!e~~~:~,~~;~~F:i5;t{~1'GJ~~i:r:;~~ ;.Ii;;;f':;~j~3'~J;.tM:"!;:' iMi;W:i:\J'W::~J.,i~'$?~00@~{~~@Wh,{ifg~]@:rJ@~:~,~.:'ii~.t:J~:~i~:J~i~'!;!:Jr.~:;:::)t;:'~!:J~:ll::~~~i}.i:~ POLICY CRAblC;ES ENDOR88ulHT EFFECTIVE 0>28.1006 This Chang a Endorsement changOis cha This change Endors&ment is a part of effQctI~ti data of your POlicy, unless POlicy. Please read It cllrafully. your Policy and t~kQe effect on the another affective date is shewn. v s agreed t,at the 30 JaY~j :JotiCQ :avcr ;f :.h" .' ll,:wi:"l ;-,dl'10 s :ancel~atlo~ has been added F::rrn #: C:;0;:')5 T _tIe: TEXAS CHl\N,:;ES ' }:C;"CrCF ,>]0 CA:KELI..ATION OR M.;rERIAL COVERAGE C:iA1JGE Name and Ad5ress: en OF CORPUS CHRISTI DEPARTMEl\I OF E'IGI"iEERI'IG SERVICES PO.BOX 92;- ('0 R PUS CHRISTI, IX 78469-9277 ~i Fe nr: <Ie: T ":11'" Na~e and Address: ~ :.:r E iiiii Si:5 ii5 I !5 M.l.~ f1/ ./ ~8~ \ '.7 56015-8 (ED 11/9l) ;..: vt! ~i:;'..$i[t:.t~::;{::.;;~J"~~' ~~> . (l -' '.~' '~~'~:~1':~:~:"..!t;::w;~ j~,:: !'::.::~:2:S:J:~::i!;~:~ Lf~::.',~;f-~:~~:~: }~~~{:!1 ~ lj~~<' INSURED NAME AND ADDRESs s:::c C-:~')NSTF1.:C:TION p ~, 3)X , POI,ICY NUMBER r 83857() v y CONROi-:, 'LX '7 '7 3 0 5 'l'~~.';:.EN!ITI@]jm:L.!(;in[T;~;';j2~'{:.T8! .::~(,,~~ :::'ti'm';ii:@i:;x:j:FH~'~:; 'M~,~ir:j;'wuUt!,~:~'::j~Tn'!,:rf'(: ;!<%~j'ctit:';;)i;'s~M'li'~!';~'W!m~t:i!imrii'~;J:~~J~;;!~1i~~:~iH:1'r~!i';:m!;E;:~@; POr...:ICY Cl'lANGES ENDORstMENT EFFECTIVE OZ.2S Z006 ThiS Change Endorsemsnt changs8 the Thi~ Changa En~or9ament is a part of affective date of your Policy, unless POlicy. Please read it carefully. your Pol1c~ and takas effect on the another effective date is shown. v IS P.::'F.E.2::., THAc A .30 CAY t;'~ FOR.'1 ~.c: G145053A HAS (HAVEl EBEN ADDED ~ ~AV~R OF TE2 ~~L~OWIK: , I1 Y OF C0RPl S CHRISTI DEPARTMENl OF ENGL"iEERIN(; SER\lCE PO.BOX 9r"T '"ORPCS CHRISTI, IX "S469 9r" / ~ -=== ~ ....... 115:1 - -=- -= E ~ ~ ~ ~ ~ g}~f1/ / ~e~ G - 56 C 1 5 - B ( E;L ll/91 -