Loading...
HomeMy WebLinkAboutC2006-161 - 4/25/2006 - Approved 2006-161 04/25/06 M2006-13 2 R.S. Black Civil Contractors - SPECIAL PROVISIONS ,SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOP 080 WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRAGE PART 1 -------.---..---...------- Ph 0 it~, : 3 h j / f.~ c; ) - I U 9 4 Col'"pll f., Associ,ite.s, :;:nc. 4444 CO_lna Otjye SLite 105 Cor p U:~ en r i s l L , ':',c. x a s 7 8 4 ~ ] ~]x: JGl Bk]-S179 !~H)! ()\'ed fcn 2id/Construction Trl('c'':" I Jal!:-; and Specifications were t! fid' Hi cli1,::le] the Supe rv ision of ;tv~n Jo~ Logan, PE x ~ Registration #67101 1 26/06 r'e,s i\1l,:rT:~'J :", TE p r, F ~'M<Tr)(F:t JT I J T ' ( . (J R F U ::3 11 F I .< T , T E X /\ S [!EFll.RTf'.1ENTIF r;NGINEER~NC; :;EP.VICES PilO!: 3Gl .?C-]:JC'c' ;.';;,6]8 (~r)(iJ fPRO~ECT NO: 7231 ~- ] ----., S'rL-157 i I -------' [J"'AWI NC t'~~): FAX TRANSMISSION Depm1ment of Engineering Servlces Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus ChrIsti, Texas 7~469-9277 Phone: 880-3527 Fax: 8~O-3 50 1 To: \LL PI AN H( ILDERS Date: March 10, 2006 ) I~ pages.: 27 (including cover sheet) / dr+:, IP', l v~l~ 050 \VATER RECLAMATION PLANT - ELECTRICAL / ALTERNATE POWER FACILITY UPGRADE Project ~o. 7231/7233 Addendum Nil. 4 Angel R Escohar. P.I Director of ErH!ineeriIh! Scnlces . From: Subject: Comments ThIS fax transmission wntams the sIgned. sealed addendum from Colwell & Associates, Jnl'. rhe addendum modities the Special Provisions and Drawings, clarifies the intent of \ arioll~ Bid ltems and prOVides a REVISED Proposal Form. Prospective bidders are hereb) 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 ,'emain unchanged. I ADDENDUM NO.4 I ~ .-- ... - ~ March 10, 2006 TO: PROJECT: ALL PROSPECTIVE BIDDERS 080 WATER RECLAMATION PLANT - ELECTRfCAUAL TERNATE POWER t FACILITY UPGRADE PROJECT NO. 7231/7233 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. P ART A . SPECIAL PROVISIONS 14- PARAGRAPH A-6 TIME OF COMPLETIONIlIQUIDATED DAMAGES DELETE: The working time for completion of the Project will be 365 calendar days. ADD: The working time for completion of the Project will be 395 calendar days. B. PARAGRAPH A-17 FIELD OFFICE DELETE: ADD: The entire section. The Contractor shall arranae and provide for service and supplies. such as paoer, toner. CD's, DVD's. etc. for proper operation and maintenance of machines. It shall be the Contractor's reSDOnsibilit~ to have all furniture and office machines assembled prior to occupancv b City Enalneer or ~ representative. The Contractor shall move the field office on the site prior to commencement of construction activities at the Plant. The field office shall remain until As-Built Drawinas and construction/demolition activities are complete and aporoved by the City and Enaineer. The reauirements concernina mobilization and demobilization are detailed in section A-18 Schedule and Seauence of Construction. ADDENDUM NO. 4 Page 1 of 1 In addition to the field office for the City Enaineer or his representative. the Contractor shall provide and maintain an office for the Superintendent at the Job Site. The Superintendent office shall must be air-conditioned and heated in the office areas. The field office for the City Enaineer or his representative shall be located within the same structure. The Superintendent office must suitable furniture as necessary. The Su erintendent shall maintain files and record drawin s throu_hout the duration of the prolect as defined in the plans an specifications. The most up to date electronic files of schedules and other software produced reports shall be maintained at the Superintendent office. The Contractor shall have within the Superintendent office a co~=:;achine (11X17. black and white). Pentium 4 computer with hiah-s__ email capabilities. CD and DVD burner. color scanner (1200 dpl color). printer (11X17. black and white) and 5 meaa Dlxel diaital camera. This includes service. up-to-date software associated materials. The intent Is for the Contractor to be proficient and eaulpped to communicate via ema" with the City's representative and Enaineer. The Contractor shall arranae and provide for service and supplies. such as paper. toner. CD's. DVD's. etc. for proper operation and maintenance of machines in the Superintendent office as well as the field office. For the office areas. includina the field office and Superintendent office the Contractor shall also supply a sanitary tank for sewer service and shall be responsible for maintainina sanitary tank for prolect duration. It shall be the Contractor's responsibility to have all furniture and office machines assembled prior to occupancy by City Enaineer or his representative. . The Contractor shall move the Superintendent office on the site prior to c mencement of construction activities at the Plant. The Su erintendent o ce shall remain until As-Built Drawinos and construction demolition activities are complete and approved bv the City and Enolneer. The requirements concernina mobilization and demobilization are detailed in section A-18 Schedule and Sequence of Construction. The structure that contains the field office and Superintendent office mav have portions of the structure that serve other functions for the Contractor. These areas or uses shall not limit in any wav the use of the office areas. The Contractor should be aware that: 1. 2. The cost of any buildino. utility or other permits required for extendino utilities and settina UP the portable buildino are the responsibilitv of the Contractor. 3.. No Citv shop facilities at the site are to be used by the Contractor. 4. The City shall have no liability for any of Contractor's property in such a buildino. 5. The size and location of the buildino at the site must be approved in adyance bv the Citv. The Contractor shall be responsible for all required Buildino Department permits and payment of all re~uired fees. There is no separate pay item for the field office or the Superintendent office. ADDENDUM NO. 4 Page 2 of 2 C PARAGRAPH A-47 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS DELETE: The last sentence of the first paragraph: The depth of the exploratory excavations is dependent upon the work to be oerformed and is not reauired to be areater than the deoth necessary for the actual proiect work to be oerformed as lona as all possible interferences have been identified. ADD: The eXDloratory excavations for the fOllowing items will not be completed durina the initial exploratory investigation phase: fence posts: condensate drains: 12.47kV riser poles and anchors: and underGround conduit. The exploratory for these items shall be completed during the construction process. These items will not be reGulred on the Foundation Location Plan submittal. The eXDloratory excavations shall not compromise the Intearity of the proposed or existinG foundations. piers. olplnG. etcetera. Any over-excavation by the contractor shall be at the contractors expense. Each ~Ioratory excavation shall be Photoa~hed and filled with sand after verificalion of deoth and absence of obstru_'ons. The excavated material ~t be used as backfill material. The Contractor is responsible to ~ro~erly dispose of the excavated material. n. DRAWINGS A SHEET E-33. 37 OF 76 1 DELETE: MR 2500/5 Y (@ PM, 2 places). 2. ADD: SinQle Ratio 2500/5 Y (@ PM, 2 places). B. SHEET E-36. 40 OF 76 1. DELETE: MR 2500/5 Y (@ PM, 2 places). 2. ADD: Sinale Ratio 1600/5 Y (@ PM, 2 places). C. SHEET E-39. 43 OF 76 1. DELETE: MR 2500/5 Y (@ PM, 2 places). 2. ADD: Sinale Ratio 1600/5 Y (@ PM, 2 places). ADDENDUM NO. 4 Page 3 of 3 III. PROPOSAL FORM DELETE: The current Proposal Form, in its entirety ADO: The REVISED Proposal Form. in lieu thereof. CLARIFICATION TO REVISED PROPOSAL FORM: BID ITEMS - SECTION 1: · Removal of the light pole shall be included in bid item 1-3. · Bid items 1-6, 1-8, and 1.10 shall include but are not limited to the ECR building complete, transformers, fencing, grounding, cable bus, condensate wells and all associated equipment. · The cables (600 volt and below) should be included in the bid item related to where the cables terminate. · The Riser poles and 12.47kV conduit duct bank at ECR #2/3 shall be included in bid item 1-6. · A bid item has been provided for the exterior cable tray and cable tray/structure grounding. · A bid item has been provided for the 12.47kV cable and terminations. · Associate any remaining miscellaneous Items with the most obvious bid item. · A bid item has been included for the scheduling and coordination effort by the Contractor for work performed by AEP/Retail service provider. This includes but is not limited to meetings, scheduling, coordination, switching, etcetera These items are identified in the plans and specifications, review especially Special Provision A-18 paragraph 8. The City will contract with and make payment to AEPlRetail service provider for the AEP aid to construction. BID ITEMS - SECTION 2: · Bid item 2-11 has been added as a $50,000 allowance for resolution of unforeseen and unanticipated underground obstructions encountered following the approval of the Foundation location Plan submittal by the Contractor. This Is only an allowance and will only be utilized upon the approval of the Engineer. BID ITEMS - SECTION 3: · Bid item 3-25 was a duplicate of bid item 3-24 and has been changed to a no bid item. The remaining bid items have not been renumbered. Please acknowledge receipt of this addendum in the appropriate place in your REVISED PROPOSAL FORM. END OF ADDENDUM No.4 -~-t"O'~)'" C:.".~,....... ..f4':"'-"t, . . ~* I" c;:;rup......... .... .... ,......&O'f'1:.R DO ...... .................N I: N i! 1\ 671rii".....::...1 ~.. ..~" 7t!"f.':qISTt'-~~' .~~ ~~.rIONA[tl\~ ~~).,...... '/o/II~ Attachments: No.1. REVISED Proposal Form. (22-paQes) Steven Don logan, P.E. Senior Electrical Engineer Colwell & Associates, Inc. SDUmcs ADDENDUM NO. 4 Page 4 of 4 f- C) pes l\ L FOR M F ) R 080 WATER RECLAMATION PLANT ELECTRICAL/AL~ERNATE POWER FACILITY UPGRADE PART 1 DEPARTMENT OF ENGINEERING SERVICES CfTY OF CORPUS CHRISTI, TEXAS ~ Proposal Form Page 1 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 1 of 22 PROPOSAL Place: Date: Propc),s31 of a r rporation organized and existing under the laws of the State of OR a Partnership :;1 lndividual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The under.signed hereby proposes to furnish all labor and materials, tools, ~nd necessary equipment, and to perform the work required for: OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 at the locations s~t out by the plans and specifications and in strict accordance wit h th, cor11 rac:t-_ documents for the following prices, to- wit: ~ Proposal Form Page 2 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 2 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 Base Bid - Section 1 I II - - _'__ _. _.u. _ ,-. __._. ITEM QTY 2 , I I LUffi!-' Sum ];: Lump Sum 1 3 1 4 1 S : ! Lump Sum Lump Sum Lum]:: Sum III Description Mobilization, Demobilization, Submittals, Reports, Record [:rawings, Meetings, complete and 1n place per LUMP SUM. Exploratory Excavations per Special Provisions A-47 (initial exploratory, backfill, foundation location plan submittal and final exploratory/excavation to final depth/width) complete and 1n place per LUMP SUM. Demolit ion, (:omplete and in p ace per LUMP SUM. I is' ructUJ al 3teel, I i place. pe ( LUMP i ._L complete and SUM. IV Unit Price IN FIGURES N/A N/A N/A N/A N/A V BID ITEM EX'l'ENSION (QTY X UNIT PRICE) $ $ $ $ $ ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 3 of 22 ~ Proposal Form Page 3 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 Base Bid - Section 1 (cont.) ! ! 1-- .; Lump ECR #2/:, = urnp 1 e t e and In Sum pJ d.ce per Lut-1P SUM. N/A $ 1- Lump BH#2, BH#3, BH#l and BH#5 Sum ( I ncl ude Temporary Work) , I complete and In place per LUMP N/A SUM. $ i I I ! 1- Lump i ECR #4, ::::omplete and In place N/A Sum per LUMP SUM. $ i I i I , 1 ,-, Lump BH #4, c::Jmplcte and in place J.. - '7 N/A Sum per LUMP SUM $ i i 1-1) i EC? LS V, complete and in I Lump N/A Sum plJce pe :~ Lum' SUM. I $ ! I ! 1-1: Lump Li't Station #2, complete and N/A Sum in place per LUMP SUM. $ I i i I 1-1 i Lump ::::i'.il Work, omplete and In I N/A Sum I place LUHF SUM. I per $ ~J i ~ Proposal Form Page 4 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 4 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 Base Bid - Section 1 (cont.) 1-13 Lump Exterior Cable Tray including N/A Sum Cable Tray, support grounding, $ complete and in place per Lump Sum. 1-14 Lump 12.47kV Cable including N/A Sum terminations, complete and in $ place per Lump Sum. 1-15 Lump Scheduling and Coordination Sum wi th AEP and Retail Service Provider including AEP Construction and Switching N/A Activities, completed and in $ I place per Lump Sum. SUB-TOTAL BASE BID - SECTION 1: $ (Bid Item 1-1 through Bid Item 1-15) ~ Proposal Form Page 5 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 5 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 Additional Exploratory Excavations - Section 2 ! I -~ II III IV V ~""-- -- ---.. -~,..- _u._ l-- "-- -- ------- - ~~.__.._---_._,_.- [ BID ITEM EXTENSION I I Unit (QTY X I QTY Price IN UNIT i & ITEM . UNIT Description FIGURES PRICE) 2 , 12 Each Additional Exploratory 1 Excavations for Building Pier, Detail 1, S-02, complete and in place per EACH. $ i 2 2 2 Each jAdditional Exploratory ,Excavations for Transformer Lmndation, Detail .1, S-01, complete and $ in place per EACH. 2- 3 E) Each Addi tional Exploratory Excavations for Cable Tray . Support Foundation, r Drilled Pier, Detail 2, S-02 ( for Type [1 CTS, 2 for Type ! 1. CTS), clmplete and in place pt'r L/l..C!, $ i 2-4 5 Each Addi.tional Exploratory Excavations for Cable Tray Support Foundation, Spread Foot,,~r, Detaij 3 s- , 0; , completE' '1nd in place per i Ej\':H. $ ~ Proposal form Page 6 of .'2 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 6 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 Additional Exploratory Excavations - Section 2 (cont.) 2-9 2-E ,.., ...., L I i 281 6 Ea:h Additional Exploratory Excavations for Cable Tray Bridge foundation, Drilled Pier, Detail 8, 5-05, complete and in place per EACH. $ 1 Each Additional Exploratory Excavations for Utility role/Riser Pole, [ietail 1, E-49, complete and in place per EACH. 1 Each 20 Linear feet ~' I) Linea r feet-, $ Additional Exploratory Excavations for Utility Down Guy Anchor Detail 1, [-49, complete and in place per EACH. $ Additional Exploratory Excavations for Underground C~nduit with 12.47kV cable, I D"tail " _E-')7 on 8-03, E-04, i E 11, E-1! dnd E-22, complete j and 1n place per LINEAR FEET. I $ Additional Exploratory Excavations for Underground C"nduit witt! 600 Volt cable, D~ta1l , E-57 on E-15, cc'mpletE- an,j In place per LTNEAR. FEET. $ ~ Proposal Form Page 7 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 7 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 Additional Exploratory Excavations - Section 2 (cont.) 2- le 1 Each Additional Exploratory Excavations for A/C Condensate I Drain D;=~tail ) E~-49, complete and $ ,~ , i in place per EACH. I 2-11 Lump I Allowance for Unforeseen and Sum Unanticipated Obstructions N/A I below 8' 0" depth. $ 50,000 i I SUB-TOTAL BASE BID - SECTION 2: $ (Bid Item 2-1 through Bid Item 2-11) These per unit values are for additional exploratory excavations that may be required due to conflicts with underground obstructions. If underground obstructions require that the proposed equipment locations be revised, the aclditional exploratory investigations will be paid on a per unit basis. The qaantities are included only for bid evaluation purposes. Actual quantities will ~ deterained by actual field conditions and may be zero. There is no guarantee that any of these items will be used or any payments made to the Contractor for these iteas, unless authorized by the Engineer. The Contractor is responsible to include the initial exploratory excavation, backfill, foundation location plan s1ilbDli.ttal and final exploratory/excavation of each foundation in Item 1-2 of Section 1 ~ Proposal Form Page 8 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 8 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 Additional Equipment Items - Section 3 I II III IV V .-.--- .- f-.- ~__m"...__~_.._. '__ ____ -...-- -----....--------- -----,--- BID ITEM I EXTENSION Unit (QTY X QTY & Price IN UNIT ITEM UNIT : Description FIGURES PRICE) 3- ~ Each Cable Tray ;;upport Type I, ,) Detail 1 , 3--04, Complete with grounding, complete and in place per $ EACH. ! ]- 5 Each I Cable Tray Support Type I I, / Detail 2, ;; - 04, Complete with grounding, complete and in place per $ EACH. 3- ~ 15 Each Caole Tray Support Foundation, I Dr dIed Pier, Detail r, S-02 L, (1 for Type ] CTS, "- for Type i II CTS) , complete and in place $ per EACH. 3-4 5 Eact! CaJ,le Tray Support Foundation, Spread Foot e r , Detail 3, S-02, complete and in place per EACH. I $ I 3-"; I lC iJnClerground C::>nduit Duct Bank Linear with #4/0, U . 47 kV Cable, I feet De tail 3, E - ') 7 on E-03 or E- , ,) 4, complete and in place per I :JINEAR FEET. $ ~ Proposal Form Page 9 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 9 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE P<*ER FACILITY UPGRADE PART 1 Project No. 7231 Additional Equipment Items - Section 3 (cont.) 3- f-) 10 Undergrcund onduit Duct Bank Linear with #2, CLX, 12.47 kV cable, feet Detail , E;-S7 on E;-11, E-17 or E-22, complete and in place pEr LINEAR FEET. $ 3- 10 Underground Conduit Duct Bank Linear with 600 Volt cable, feet De t ail 1 E57 on E-15, ~ , complete and in place per LINEAR FEET $ 3- 10 Cable Tray w.l.th Grounding Linear (Cable Tray and Below Grade) feet MaIn Run, complete and in place per LINEAR FEET. $ 3- ~i 10 Cable Tray wIth Cable Tray Linear Gr:)undin9 Only, complete and feet in place per LINEAR FEET. $ i r 3-10 4 Each Horizontal Cable Tray fitting, 30 45 or: 60, complete and in place pe'- EACH. I $ 3-11 5 Cable BUe;, ;:~ 4 00 Amp , I Linear EeE #2/3, complete and in I feet place pel LINEAR FEET. $ 3-1 5 Cable Bus, 1600 Amp Linear ECF #4 or ECj~ L3#2, complete feet ane In place Der LINEAR FEET. i $ I ~ Proposal Form Page 10 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 10 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY JPGRADE PART 1 Project No. 7231 ~tional Equipment Items - Section 3 (cont.) : 3- 3 20 3 ('" #2, 12 17kV cable, With ,..., Lineal Ground, CLX, complete and in feet place per LINEAR FEET $ i ! 3-14 i 10 3/e #250 t-1CM, 600 Volt Tray , ~, Llnear Cable, With Ground, CLX, ; feet ce,mplete and in place per i LINEAR FEET. $ ! 3-15 1:) 3/ , #2 MCM, 600 Volt Tray Linear Cable, With Cround, CLX, feet complete ane in place per LINEAR FEET. $ I ! 3-16 3/ #500 600 Volt I lU , MCM, Tray I Linear CaDle, With Ground, TC, feet complete and in place per LINEAR FEET, $ i i 3-}I 10 , 3/," , #350 MCM, 600 Volt Tray Linear Cable, WLth !:;round, TC, feet complete and in place per LINEAR FEET. $ 3-18 lC 3/( , #4/0, 600 Volt Tray Linear Cable, With (~round, TC, feet complete and in place per LINEAR FEET. $ 3-1 1 n 31 ( , #2/0, 60!) Volt Tray I .LV Linear Cable, With C;rclund, TC, I feet complete and Ln place per LINEAR FEET $ ~ Proposal Form Page 11 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 11 of 22 J,j OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 Additional Equipment Items - Section 3 (cont.) ! I ~- 0 10 3/= , #2, 60 (i Volt Tray Cable, Llnear With Grcund, TC, complete and feet if place per LINEAR FEET. I $ 3-~> 1 10 3/C, #6, 600Volt Tray Cable, Linear With Ground, TC, complete and feet in place per LINEAR FEET. $ i 3-~) Z 1) I 3/ #8, . , 600 Volt Tray Cable, Linear With Ground, TC, complete and feet in place per LINEAR FEET. $ 3-23 10 3/" , #10, 600 Volt Tray Cable, Linear With Ground, TC, complete and feet in place per LINEAR FEET. $ 3-24 10 3/,' , #12, 600 Volt Tray Cable, , Linear With Ground, TC, complete and feet in place per LINEAR FEET. $ i i I 3-2 ") 0 No Bid $ 0.00 $ 0.00 , I 3-2... 1 (" 7/( #12, 600 Volt Tray Cable, .l.U , Linear TC, complet'? dnd in place per feet LINEAR FEET. $ "'----.-.. .-- ~_._. .-- ---.-.---- ----- ..~.._- ~ Proposal Form Page 12 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 12 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 Additional Equipment Items - Section 3 (cont.) :3 2 i 1 2C, # ) 600 Volt Tray Cable, ~ , Linear TC, complete and In place per feet "INEAR FEET. $ 3 20 10 .'C, #L', 600 Volt Tray Cable, Linear With Ground, TC, complete and feet ,n place per LINEAR FEET. $ 3 2 tj 5 Condensate drain piping and Linear ditch feet - ,~, " complete and ln place I L , $ per LINEAR FEET. -- ---- I 3- 3( 5 Condensat(? drain piping and I I Linear citch feet r - 2" complete and In place ,,: . , $ per LINEAR FEET. 3 31 ~.J Each d Box Power --Cable Enclosure L. Mounted, complete and in place per EACH. $ 3- ~2 -, Each J Box Cantrell-Cable Enclosure ~ Mounted, complete and in place per EACH. $ I I 3-. 3 ') r:ach J Box P,)wer-Wall Mounted, L c.)mplet,:: and in place per E/\CH $ ~ Proposal Form Page 13 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 13 of 22 OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 ~tional Equipment Items - Section 3 (cont.) ! I 3-14 2 Each J Box Control-Wall Mounted, ccmpletE and in place per EAC::H. $ i 3-i5 10 L Pair #16 :3hielded with Llneat overall shield, 600 Volt Tray Feet Cable, TC, complete and in $ place per LINEAR FEET. 3-36 10 Fencing Complete, and in place Linear per LINEAR FEET. Feet $ ! i 3-]7 c, Sidewalk. complete and in ~ Square place per SQUARE YARD. Yards , $ i I I ! I 3-38 I> I Ro~dway, complete and 1n place Square pe SQUARE YARD. Yards I $ i SUB-TOTAL BASE BID - SECTION 3: $ (Bid Item 3-1 through Bid Item 3-38) These per unit va1ues are for additiona1 equipment it_s that may be required to reyis. locations due to conflicts with underground obstructions. If quantities or lellgths change from the original plans due to final foundation locations, these unit prices will be used to increase/decrease the contract amount. The quantity of these adjustments (if required) will be identified and submitted with the Approved Foundation Location Plan (Special Provisions A-47). The quantities are ino1uded only for bid evaluation purposes. Actual quantities will be determined by actual field conditions and may be zero or a credit. There is no guarantee that any of these items will be used or any payments made to the Contractor for these items, unless authorized by the Engineer. ~ Proposal Form Page 14 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 14 of 22 050 WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 BID SUMMARY SUB-TOTAL BASE BID - SECTION 1: $ (Bid Itaa 1-1 through Bid Item 1-15) SUB-TOTAL BASE BID - SECTION 2: $ (Bid Itaa 2-1 through Bid Item 2-11) SUB-TOTAL BASE BID - SECTION 3: $ (Bid Item 3-1 through Bid Item 3-38) 'IO'l'AL BASE BID: $ ~ EWE BID - SECl'IQ{ 1 + &B-'ro.rAL B1\SE BID - a:'1'rCN 2 + ~ B\SE BID - SIOC:TICN 3) (Bid Item 1-1 through Bid Item 1-15 + Bid Item 2-1 ~h Bid Item 2-11 + Bid Item 3-1 through Bid Item 3-38) 2'he value of the work as identified in Section B-4-3 Increased or Decreased Quantities, is the Base Bid - Section 1 amount. Section 2 IIftd Section 3 are included for bid purposes. There is no guarantee 'that any of these items will be used or any payments made to the Contractor for these items, unless authorized by the Engineer. The quantities are approximate. The per unit values will be used to adjust the base bid amount (increase or decrease) based on actual field conditions and final foundation locations as adjusted for underground obstructions. ~ Proposal Form Page 15 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 15 of 22 STATEMENT OF QUALIFICATIONS Thl section clnsideration wi 1 be used f the bid /1.ward. bv the ('wner and Engineer for The Contract or subcon t r ,Etors and supplier shall be qualified and experienced ir the per f rmance f the work as described in the Special Provis lOns, Itf~ms A-30 and A-35. The following statement sha J 1 be fi ll,'d nut in:>rder tc demonstrate compliance with the qualificatJ.ons and experJence requirements. All questions must b" answered and the data given must be clear and comprehensIve. This statement must be submitted with the proposal. If necessary, questions may be answered on separate attached sheets. Dc, not attach general 3dvertising and marketing literature; non- relevant mater als W:. 11 not be considered as part of the proposal. Failure tc complete the Qualifications Statement completely and ac'curately may be used as the sole cause for the proposal to be ems idered nc,n-responsJ 'Ie. Proposals wi th an incomplete Qua ifications statement may not be evaluated and be rejected. COMPANY INFORMATION 1. Name of Firm, Company submitting Proposal Form (Prime Contractor only) : 2. Permanent maln office address and telephone number: 3. When organ i zed: incorporated: If a corporation, where 4. Contracts on hand: (Provide a . -'-_. -. -- .,_.~ showing name and address of Owner, amount of approximate anticipated date of completion.) schedule of these, each contract and the 5. Have you completed al It no, submit details: 'Jontracts awarded to you? Yes No. ~ Proposal Form Page 16 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 16 of 22 6 Have you ever defaulted on a contract? Yes No If yes, where, why. name ~f prClect, name and address of Owner, and name bondarr1'~r : 7, I5 your firm presently engagedi n litigation with respect to any c aim reqard::ng contract performance? Yes No. If yes, submit description and state case number, style of case and court 1n whi:::h pending or in which judgment was entered: 8. Has your firm ever been assessed liquidated damages on project? Yes NCI. If yes, submit details, including and address 0 f the ,)wner of the proj ect. any name 9. Have the prircipals of your firm been engaged in the instrument and electrlca 1 cant racting business under any other name within the past fJ ve (5) years? I f so, please provide the name of such principal (s) clnd thf' name and address of the former business: 10 Provide the lame of the representative of your firm that attended the MANDATORY Pre-Bi d ':onference: 11 Will your firm complete the electrical work associated with this proj ect? Yes No Part _ I f No, complete Company information for Electri,:::al Subcontractor. If Part, please define which parts will be Subcontracted and complete the Electrical ubcontractor section for each Electrical Subcontractor. COMPANY INFORMATION FOR ELEC'l'RICAL SUBCONTRACTOR 12. Name of Firm/Company submitting Proposal Form: ~ Proposal Form Page 17 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 17 of 22 1 . Permanent nain of f ice address and telephone number: 11. When or gani zed: ncorporated If a corporation, where 1 Contracts orl hand: (Provide a schedule of these, showing name and address of Owner, amount of each contract and the approximate anticipated date of completion.) 16. Have you completed a1 L contracts awarded to you? If no, submit detaIls: Yes No. 17. Have you ever defaulted on a contract? Yes No If yes, where, why, name of project, name and address of Owner, and name of bond carr:ler: 18. Is your firm presently engaged in litigation with cLaim regarding contract performance: Yes submit description and state case number, style of ill which pending or in which judgment was entered: respect to any No. If yes, case and court 19. Has your firm ever been assessed liquidated damages on any proj ect? Yes No. I f yes, submit details, including name and address of the owner of the project. ~ Proposal Form Page 18 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 18 of 22 Have the principals of your firm been engaged in the instrument 'lnd elect r i 'al cant ract ing business under any other name wi thin . '1e pas', fi 'e is \ Yh3.IS? If se), please provide the name of such r incipal (s and t he [came and address of the former business: 21. Provide the name of the representative of your firm that attended the MANDATORY Pre-Bid Conference: 2L. Provide the name of tile representative of your firm that attended the MANDATORY Pre-Bid Conference: LIST OF FIRMS SUBCONTRACTING ON THIS PROJECT I n conformance with the Contract Documents, listed below are the names, addresses and phone numbers of the firms subcontracting on this contract and to what extent they will be used if awarded this contract. This list shall not be modified except as requested of and approved by the Owner, in writing. State if no subcontractor f irrns wi Ll bF used. Name and Address of Subcontractor Type of Work '_"'__""H_ .-.-- _ '_'___'u._._~_.__ - ~--_.__._~ ._. ----,- . --'-.-,.-- .----.,.- -.....---- '.-.- ._- --~..__._------ ~ Proposal Form Page 19 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 19 of 22 050 WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 Project No. 7231 The undersigned hereby declares that he has visited the site and has careful y examined the plans, specifications and contract documents relatirJ] to the work covered by his bid or bids, that he agree to do the work, and that no representations made by the City are in an sense a w2rrant~ but are mere estimates for the guidance of the Cont ra(~t r Upon nctification of award of contract, we will within ten (10 ;::alendar davs execute the formal contract and will deliver a Performance Bond' (as required) for the faithful performance of this cant ract and a Payment Bond (as required) to insure payment for all labur dnd materials. The bid bond attached to this proposal, in the amount of 5% of ~he highest amount bid, is to become the property of the CIty of Corpus Christi in the event the contract and bonds are not executed WIthin the time above set forth as liquidated damages for the delay and additional work caused thereby. ~nority/~nority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in wLi ting, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: bonds wi 11 be prepared in not I ess than four signed) sets The contract and all counterpart (original Time of Completion: The undersigned agrees to complete the work within 395 CALENDAR DAYS from the designated by the Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requiremerts pertaining thereto, for the sum or sums abovf>;et fort h number Heceipt of the followinq addenda IS acknowledged (addenda Respectfully submitted: Name: B/: (SEAl IF BIDDER S ,1 Cor-pcrati)n) (S IGNATURE) 1'I.ddress: fP O. Box) (Street) (City) (State) TeLephone: (Zip) NO'.rE: Do not detach bid fL)m other papers Fill in with ink and SUblEit c)mpJete with attached papers (Revised August 2000) ~ Proposal Form Page 20 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 20 of 22 ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS "=.:"'~ City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following Information. Every question must be answered. If the question is not applicable, answer with "NA." FIRM NAME STREET : CITY: ZIP: FIRM is: 1 Corporation 5 Other 2. Partnership 3. Sole Owner 4. Association _ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each .employee" of the City of Corpus Christi having an .ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each .official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm'- N~e m~ 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an .ownership interest. constituting 3% or more of the ownership in the above named "firm." Name Consultant CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not kaowingly withheld disclosure of any information requested; and that supplemental statements will be ptomptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: I Type or Pnntl Title: SIgnature of Certifying Person: Date: ~ Proposal Form Page 21 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 21 of 22 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas. either on a full or part time basis, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated In the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. ~ Proposal Form Page 22 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 22 of 22 FAX TRANSMISSION Department of Engineering Services Major Projects Division ( 'i ty of Corpus Christi P.O. Box 1.)277 ('orpus ('hristi, Texas 78469-9277 Phone: ~80-3527 Fax: ~~O-350 ) To: ALL PLAN HI )LDERS . a J(J'~ Angel R. f:swbar, P.E - wKl DIrector or Engineering Scn ices fOr Subject: OSO WATER RECLAMATION PLANT - ELECTRICAL / ALTERNATE PO\VER FA('ILITV UPGRADE, PART 1 Project No. 7231 Addendum No.3 Date: March 3, 2006 From: Pages: 11 (including cover sheet) Comments: This fax transmission conta1l1s the sIgned, sealed addendum from Colwell Associates, Inc. The addendum modities the Special Provisions and Technical Specifications. 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 docu ments not specifically affected by the Addenda shall remain unchanged. I ADDENDUM NO.3 I ~~. - - March 03, 2006 TO: PROJECT: ALL PROSPECTIVE BIDDERS OSO WASTEWATER TREATMENT PLANT - ELECTRICAUAL TERNATE POWER FACILITY UPGRADE PROJECT NO. 7231/7233 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS A. DELETE: The line "$100.000 Combined Sioole Limit", from the Installation Floater section of page 1. II. PART A - SPECIAL PROVISIONS A. PARAGRAPH A-29 CONTRACTOR'S FIELD ADMINISTRATION STAFF CLARIFICATION: The Contractor may use personnel other than the Superintendent to develop and update the project schedule and other software related items. This may be performed at a location. other than the on-site Contractor office. This does not relieve the Superintendent from the responsibility to be fully knowledgeable of the project schedule and other software related items. The latest version of the electronic files shall be maintained at the job site. Software to open, modify, update, change formaUarrangement, print, etc. shall be maintained at the job site. B. PARAGRAPH A-30 AMENDED "CONSIDERATION OF CONTRACT" REQUIREMENTS. PARAGRAPH 2 CLARIFICATION: The Contractor may list more than product manufacturer if the Contractor has not completed his evaluation. C. SECTION A SPEl~L PROVISIONS ATTACHMENT 1- OSO WATER RECLAMATION PLANT vtSITORlCONTR TOR ON-SITE PERMIT DELETE: The current Soecial Provisions Attachment No.1, in its entirety. ADD: The revised Special Provisions Attachment No.1. in lieu thereof (See Attachment No.1. 4 paQes.) ADDENDUM NO. 3 Page 1 of 5 III. POTENTIAL BIDDERS QUESTIONS. fRFI'S RECEIVED AFTER PRE-BID MEETINGl A. Q1: How many cable trays are in the run between ECR #2/3 and ECR #4? Ai: Refer to the elevation to determine the number of cable trays in each run. In general, there is one cable tray in the main run between each of the following locations: ECR #2/3 to Blower House #3; ECR #2/3 to ECR #4; and ECR #4 to ECR LS#2. See also question and answer #6. R Q2: Which cable trays require barriers? A2: One section of cable tray shall be provided with a barrier to each of the following locations: Blower House #2; Blower House #3; Blower House #4; and Lift Station #2. The barrier shall be for the instrumentation cables from the ECR that serves that building. A barrier will not be required between the 12.47kV CLX cable and the 480 volt tray cable between ECR #213 and Blower Houses #1 and #5. The 12.47kV CLX cable and the 48O-volt tray cable shall be routed on opposite sides of the cable tray. What structure height should be used for items 3-1 and 3-2 on page 7 of the proposal form? C. Q3: A3: O. Q4: A4: E. Q5: AS: The per unit items 3-1 and 3-2 on the proposal form need to accommodate up to the tallest structure of that type from the Structure Schedule. Will the City keep any of the materials shown to be removed by the Contractor? The City will identify prior to removal which items or parts of items that the City will retain. The Contractor will be responsible to relocate these items to one of the buildings at the Oso Water Reclamation Plant as identified by Bob Carle. Will the Contractor be required to simulate the operation of the generator at the final commissioning of the ECR's? Simulation of starting and running of the generators by' actual voltage and current will not be required at the commissioning of the ECR s after they are Installed at the 050 Water Reclamation Planl This will be performed at the factory. Verification of proper operation will be required to prove that the system is fully operational. F Q6: Which cable tray is required and which cable trays are futures on CTS-158 in detail P on sheet E-48? A6: The upper left cable tray is the cable tray that is to be installed at CTS-158. The other three cable trays should be shown as future. The future cable trays are typically Indicated by dashed line types. Refer to the plan drawings E-04, E-05, E- 06, and E-07 and detail H on sheet E-47 for future and installed cable trays. The future cable trays are not shown on the plan drawings E-04, E-05, E-06 and E-07. (See also paragraph V.A of this Addendum). G. Q7: How deep is the wet well at Lift Station #2? A7: The wet well at Lift Station #219 approximately 20'. The Contractor shall provide a minimum of 30' of conductor with the level transmitter. The Contractor has two options associated with the mounting of this transmitter. Provide a junction box in Lift Station #3 to connect the instrumentation cable from the level transmitter to a separate cable from ECR LS#2 (shown on the cable schedule) or provide sufficient cable length with the level transmitter to wire it without splicing. If a single cable is used, it must be shielded, rated for installation In cable tray and installed in the barriered section of the cable tray. Please note that the old model number for the level transmitter has been updated/changed to Model LH10. ADDENDUM NO. 3 Page 2 of 5 H. QS: AS: Q9: A9: J. Q10: A10: K. Q11: A11: What is the division of responsibility between AEP and the Contractor at the riser pole on detail 1 of sheet E-49 (53 of 76)? The Contractor shall provide the four-hole pads on the overhead conductor, termination of the underground cable, connection of the underground cable to the overhead cable, insulators and dead end shoes. AEP will provide the overhead conductor and terminate it at the riser pole. The Contractor shall connect the underground cable to the overhead line. Are the fence foundations as large as shown? Yes. How many strands of barbwire are required on the fence? Three strands. Is the stainless steel Unistrut required at the future cable tray locations? Where cable tray is installed on an undivided support, the Unistrut shall span the width of the support for both cable trays. This will include the future cable tray on that support. This occurs at the top support, on the bridge supports and on the CTS Type II structures. Where cable tray is installed on a support that is divided by a column, provide the Unlstrut for that cable tray only. This occurs on the lower support of a CTS Type I structure. IV. TECHNICAL SPECIFICATIONS A. SECTION 01300 SUBMmALS. PART 1.02 CONSTRUCTION SCHEDULE. PARAGRAPH A: DELETE: In lieu of the progress schedules ADD: In combination with A-18 and the progress schedules B. SECTION 02020 ~CAVATION AND BACKFILL FOR UTILITIES AND SEWERS. PART 3.01 CONSTRUCTIOr4 S HEDULE. PARAGRAPH H.2 DELETE: 12 sacks of standard Type I Portland cement per cubic yard of sand. ADD: 1 1/2 sacks of standard Type I Portland cement per cubic yard of sand. C SECTION 02466 DRILLED PIERS. PART 1.03 QUALITY ASSURANCE. PARAGRAPH C DELETE: t and measur ments ADD: The Contractor shall perform surveys. lavouts and measurements for drilled piers. o SECTION 05120 STRUCTURAL STEEL. PART 1.04 QUALITY ASSURANCE. PARAGRAPH B DELETE: ADD: Paragraphs 1 and 1.a in their entirety. 1. Fabricator shall have a minimum of 5 years experience In fabrication and erection of structural steel for proiects of similar size. scope and difficultv. Fabricator must submit references and proof of experience to the Owner and/or Enaineer upon reauest. ADDENDUM NO. 3 Page 3 of 5 E. SECTION 05120 STRUCTURAL STEEL. PART 2.01 MATERIAL. PARAGRAPH A.1 DELETE: 1. Carbon Steel: ASTM A 36 (ASTM A 36M). ADD: 1. Wide f1anQed shapes: ASTM A992 1fv=50 ksi). 2. All other shaDes. Dlates and bars: ASTM A572 Grade 50. F SECTION 16010 ELECTRICAL GENERAL PROVISIONS. PART 1.0.9 SUMBITTALS. PARAGRAPH A.2 DELETE: Within seven (7) calendar days after award of contract. the Contractor... ADD: The Contractor ... G. SECTION 16133 CABLE TRAYS, PART 2.01 METAL LADDER-TYPE CABLE TRAY. PARAGRAPH F DELETE: Inside depth: Ji inches. ADD: Inside depth: ~ inches. H. SECTION 16133 CABLE TRAYS. PART 2.01 METAL LADDER-TYPE CABLE TRAY. PARAGRAPH J DELETE: Covers: FlanQed. solid ventilated flush cover. ADD: Not ADDlicable. I. SECTION 16134 CABLE BUS. PART 2.01 MANUFACTURER ADD: C. Unibus. J. SECTION 16165 ECR ENCLOSURE. PART 2.12 INTERIOR ELECTRICAL ADD: K. SECTION 16443 MOTOR CONTROL CENTER. PART 1.06 QUALIFICATIONS. PARAGRAPH A DELETE: The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. ADD: The manufacturer of the MCC assembly shall be the manufacturer of the major components within the MCC assembly. L. SECTION 16443 MOTOR CONTROL CENTER. PART 2.01 MANUFACTURERS ADD: C. Powell {OEM) M. SECTION 16905 PLC CONTROL SYSTEM. PART 1.05 QUALIFICATIONS. PARAGRAPH B.2 DELETE: Permanent office within 50 miles of project site. ADD: Not ADDlicable. ADDENDUM NO. 3 Page 4 of 5 V. DRAWINGS A. SHEET E-01. 05 OF 76 B. AIL NOTE 13: Ii ht ADD: C. SHEET 3-48. 52 OF 76. Detail P/E-05/E-48 The upper riaht and two lower cable trays should be shown as dashed at CTS-148 in detail P. These are future cable trays. The upper left cable tray in the detail Is the cable tray to be installed. D. SHEET 3-48. 52 OF 76. Detail P/E-05/E-48 CLARIFICATION: CLARIFICATION: The upper riaht and two lower cable trays should be shown as dashed at CTS-148 In detail P. These are future cable trays. The upper left cable tray in the detail is the cable tray to be Installed. E. SHEET E-49. 53 OF 76 1. DELETE: Notes 1. 2 and 3, In their entirety. These notes do not apply to this drawing. 2. DELETE: Wood Crossarm (M;LID. shown in detaiI1/E-03/E-49 ADD: Wood Crossarm!!m..1.} (There are two crossarms on each riser pole). Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. ADDENDUM NO.4 Is being developed and will Include changes to sections A-17 FIELD OFFICE and A-47 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS. END OF ADDENDUM No.3 <~ ~""""\,. _-"",t OF r:~ -'l _e...,'r:.........!7~ "3l~' 'M ..... ... ~ . . S......:::l:.... ...., tI '~.g'f DON .... ~...:................~ N" ~-o~. 67101 .....~~., Steven Don Logan, P.E. W",;-..", ~ ....ta;l Senior Electrical Engineer "'llf[l'~1ll~ Colwell & Associates. Inc. 3~~~"'W No.1. REVISED Special Provisions Attachment No.1 (5-Daaes) SDUmcs Attachments: ADDENDUM NO. 3 Page 5 of 5 080 WATER RECLAMATION PLANT VISITOR/CONTRACTOR ON-SITE PERMIT As a visitor and/or contractor you will be required to adhere to our operational safety policies at all times while at the Plant. We require that you carefully read and familiarize yourself with the following information A visitor is defined as any person or student on a plant tour, consultant engineers, salespersons, other department city employees, fire fighters conducting training or testing activities, or any other person not employed by the City permanently assigned to the plant. A contractor is defined as any person employed by a construction firm under contractual agreement with the city to perform construction, maintenance, or service work. Emergency response personnel responding to an emergency in the plant are exempt from reading this permit. FACILITY SECURITY > All visitors and/or contractors, upon arrival, must register at the main office. Prior to leaving the Plant, you must be signed out as well. This must be done each time you enter or leave the Plant. The purpose of this is to maintain an accurate roster of all persons in the plant at all times. This list will be turned over to the city police and risk management during an emergency. > Visitors and contractors shall park their vehicles in the designated areas. Contractors shall shuttle their employees from this designated parking area to their work site Late arrivals shall walk to their work site. Only vehicles properly marked with company name shall be allowed in the work site location. Company vehicles shall have prior approval from the Waste Water Treatment Superintendent before being allowed in the work area. City officials (elected and top management) and law enforcement officers are exempted from marking their vehicles. > Please obey all posted traffic and informational signs. Unless otherwise posted, the speed limit within the plant is 10 mph. > Visitors and/or contractors will be escorted at all times while at the Plant unless authorized in writing by the Waste Water Treatment Superintendent. If authorized to proceed unaccompanied, you will strictly limit yourself to only those areas specified in the written authorization > Contractors and visitors shall not operate any valve, pump, motor, or equipment. USE OF PLANT FACILITIES > The plant has a limited quantity of telephones intended for plant use only. Use of plant telephones is prohibited unless permission is given by the Waste Water Page 1 of 5 (Revised FEB/2006) ADDENDUM NO. 3 Attachment No. 1 Page 1 of 5 Treatment Superintendent on a case by case basis. Contractors are required by the contract specifications to provide their own telephones. > The photocopying machine located at the plant is intended for plant use only. Use of the photocopier is prohibited unless permission is given by the Waste Water Treatment Superintendent on a case by case basis. > The restroom facilities located in the plant are intended for plant employee and Visitor use only. Contractors are required by contract specifications to furnish their employees with portable restroom facilities located near their field offices or work areas. Contractors working inside the buildings may use the plant restroom facilities. > Contractors coming inside to meet with plant operations or maintenance personnel shall insure not to track mud inside the building. SMOKING > City ordinance prohibits smoking in public building, city owned buildings, and in city vehicles. Smoking is prohibited in all buildings within the plant and in all waste water treatment areas. > Smoking is permitted inside contractors' vehicles. Cigarette butts shall be properly disposed of in proper receptacles. Cigarette butts shall not be disposed of on the plant grounds. Designated smoking areas may be determined by the Waste Water Treatment Superintendent prior to construction. > The Contractor may request a special area near his work site, but not inside his work area, to be designated as a smoking area for the duration of the his project. The Waste Water Treatment Superintendent will allow smoking in this area as long as the cigarette butts are properly disposed of. FOOD AND BEVERAGES > There are no food vending facilities within the plant. Contractors must either bring in their lunches or travel outside the plant for lunch. Contractors may lunch in their field offices, private vehicles, company vehicles or in a special area designated by the Waste Water Treatment Superintendent. > Trash shall be properly disposed of. Contractors shall be responsible for insuring that their employees are properly disposing of their trash. Contractors shall be responsible for disposing of their field office trash on a daily basis. > Possession of illegal drugs or alcohol are grounds for immediate expulsion from the Plant. Persons expelled from the Plant due to possession of drugs may be refused reentry Into the Plant Page 2 of 5 (Revised FEB/2006) ADDENDUM NO. 3 Attachment No. 1 Page 2 of 5 !SAFETY EQUIPMENT > All visitors and contractors shall wear hard hats when visiting or working at the plant. Hard hats are optional in the offices, lab, control room, and the crew ready room Hard hats will be issued by the plant Superintendent only to visitors of the plant Superintendent. The plant does not provide hard hats to contractors or visitors of contractors. Contractors shall furnish hard hats to their employees and their Visitors > Contractors shall issue hard hats, safety goggles, hearing protection and other safety equipment as required to work in the facility. Construction crews are required to wear safety shoes. Visitors and consultants that are going to be primarily in the office area are not required to wear safety shoes. > The contractor's construction crew shall wear uniforms with the company's name. The contractor has the color option other than blue, white, or orange which are reserved for the plant employees. The uniforms may be long sleeve shirts and jeans or overalls. Contractors that are required to wear orange or green safety vests by their company may do so as long as the vests have company identification on them. CONFINED SPACE ENTRY PERMIT > No one shall enter a confined space without first obtaining a "Confined Space Entry Permit" from either the Maintenance Superintendent or the Safety Coordinator. Persons entering the confined space shall be properly equipped, backed-up and supported by the required number of personnel. > A confined space is defined as any space subject to but not limited to the following conditions. >An area not normally occupied by personnel. >An area with limited access. >An area with limited air circulation. > Contractors shall refer to the Federal Register, 29 CFR Parts 1910.146 for the complete rules and regulations. EMERGENCIES > The Plant has a specific and detailed Emergency Contingency Plan covering fires, explosions, release(s) of hazardous materials to the air or to the ground, injured or ill personnel requiring immediate medical assistance, intrusion of unauthorized persons, any other event(s) not listed which present an imminent hazard to personnel, equipment, facilities, or the environment. Page 3 of 5 (Revised FEB/2006) ADDENDUM NO. 3 Attachment No. 1 Page 3 of 5 > Should you observe any of the above conditions, immediately notify the nearest Plant personnel and follow their instructions regarding safety actions to take. > During an emergency. the plant Superintendent is the "On Scene Incident Commander" until the first uniformed public safety officer, either Police or Fire. arrives > All accidents or injuries must be reported immediately to the plant Superintendent. > In the event the Emergency Contingency Plan is implemented, follow all instructions given to you by OSO Water Reclamation Plant employees since all Plant employees are trained in emergency response. Do not initiate any action on your own. FIREARMS > Firearms are not allowed to be carried into the plant premises either in vehicles or on a person's body. Active duty law enforcement officers are exempt. Concealed weapon permits will not be honored at the plant. IiMERGENCY COORDINATORS > Primary Coordinator - Cliff Seeber, PE., Waste Water Treatment Superintendent > First Alternate - On duty shift supervisor, Plant Supervisor III > Second Alternate - DaVid Garcia, Plant Superintendent > Confined Space Entry Permits - Plant Superintendent or his designee or Safety Coordinator 'tOTE: Contractors who will be engaged in construction activities at this facility for extended periods of time will be required to receive additional training. Visitor/Contractor to retain pages 1 thru 4 for their information. OOIENT A TIONWPD REVISED: February, 2006 OSO WATER RECLAMATION PLANT VISITOR/CONTRACTOR AGREEMENT (Must be returned and dated before entry will be permitted.) Page 4 of 5 (Revised FEB/2006) ADDENDUM NO. 3 Attachment No. 1 Page 4 of 5 I, , have read and understand these Name (Please PRINT in all caps) requirements and agree to abide by them as a condition to my being allowed access to the Plant. I understand that failing to comply with any of these requirements may result in my being asked to leave the Plant. SIGNED: DATE: EMPLOYED BY: (No abbreviations, please PRINT in all caps) EMPLOYER'S PHONE: ADDRESS: CITY' STATE: ZIP CODE: WITNESSED BY: E-MPLOYED BY: Page 5 of 5 (Revised FEB/2006) ADDENDUM NO. 3 Attachment No. 1 Page 5 of 5 .~./ '.' \ Cityof ..,. Corpus :r == ChrIsti ADDENDUM NO. 2 ~ F'>~', t rua r f ,) OU Eo FF()SFSCII\T F l)ERS PROJECT: OSO WATER RECLAMATION PLANT ELECTRICAL / ALTERNATE POWER FACILITY UPGRADE, PART 1 PROJECT NO: 7231 ospe lve lJiiderE are tereD~ notlfled of the following modifications the nt [dC'-:O lment:. I'hese modifications shall become a part of 'lP co t3.ct ,i:':Lme'lt:: - Thie' [rOViSluns f the contract documents not pec 1 f '-j U:i f fE-ct .~d t ftHidencium :~hdll remain unchanged. I. GENERAL PROVISIONS A. PARAGRAPH B-7, PROSECUTION AND PROGRESS ADD: New Paragraph B-7-15, AVAILABILITY OF FUNDS Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or ter.mination of the contract. If the Contractor is ter.minated 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, 1n the appropriate place on your PROPOSAL FORM. { END OF Angel R. Escobar, P. E. Direct0r of Engineering Services ,l\ BE / r s ADDENDUM NO.2 Page 1 of 1 FAX TRANSMISSION Department of Engineering Services MaJor Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: ALL PLAN HOLDERS Date: February 24, 2006 ~ . . i~ ~" I Pages: 4 (including cover sheet) From: Angel R. Escobar, P.E 'T' /\ ~,., Director of Engineerin ervices Subject: Oso Water Reclamation Plant - Electrical! Alternate Power Facility Upgrade Project No. 723117233 Addendum No.1 Comments: This fax transmission contams the signed, sealed addendum from Colwell & ASSOCIates. Inc. The addendum delays the Bid Date (2) two weeks, from March 1, 2006 to March 15,2006 at 2:00 p.m. Time and place of bid opening shall remain unchanged Addendum No.2 will follow in 3-5 days with additional clarifications, responses to Bidder's questions from the MANDA TORY Pre-Bid Meeting, and other information. 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.1 I ~ .-. .. - --- February 24,2006 TO: PROJECT: All PROSPECTIVE BIDDERS OSO WATER RECLAMATION PLANT - ELECTRICAL I ALTERNATE POWER FACILITY UPGRADE PROJECT NO. 723117233 Prospective bidders are hereby notified of the following modifICations to the contract documents. These modifications shall become a part of the contract documents. . The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. PART A - SPECIAL PROVISIONS A. PA~GRAPH A-1: TIME AND PLACE OF RECEIVING PROPOSALS I PRE-BID ME.~_JN~D NOTICE TO BIDDERS 1. Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed two weeks,from March ~1~2006 at 2:00 D.m., to Wedne~dav March 15 2006 at 2'00 .. Time and place of bid opening shall remain unchanged. 2. Addendum No. 2 will follow in 3-5 days with additional clarifications, responses to Bidder's $lions from the MANDATORY Pre-Bid Meetin and other infonnation. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM No.1 Steven Don Logan, P.E. STEVEN.......... Senior Electrical Engineer ......... DON l .. Colwell & Associates, Inc. 1..0\ ..67i.o.!...'....:.....1! '-P-.. ..~" ~f~.~~q'STE9.~~..~ ,",(J'ION"rt\\~ .1);'~'"""'" Attachment: No.1. Mandatorv Pre-Bid Conference Sian-In Sheet SDUmcs ADDENDUM NO. 1 Page 1 of 1 """""" MANDATORY PRE-BID CONFERENCE SIGN-IN SHEET Proiect No. 7231 050 Water Reclamation Plant Electrical/Alternate PowerFacilitv Upgrade. Part 1 - Februa 16 2006 - 10:00 a.m. Utilities Bldq. Conf. Rm. - - :&~<r = ~~l~ nl,:~a~2zation I AR~C>! c\..~~R.f{~_._j R~LAJ5 t) ~ Cc,Jc;.r I . . _~ DAN~~ ~L~~.. __._ " .J PONL!:f_~________~~=:')N 8LEC~r1~~L//C~~;(t I ~ C,.",.. K INcM\<: _ _ I 5,,""'....<.,-\- ~leJi\'L po \NELL /ZL€c.T.-2-LCAL "Syc;--r-e-tv.S . / FA1L 713-9% -4S3~/11$ - 947-448 3t;1 ~ J'~1'" 5"O() f4cr - 8€'1- ~1.1 Zle - -r4$~/(/~)1 Lie-,''a,,&--/{,,7 2- (),4\. j.L I-i(ilU'-Gc' JC r.__ .---J~~!.;.; G' Lc,.7 ,-'. ~ ~. "c/O -599" ez <;<;- 2i (l - b ,3 7. e.':? ) , I 3" 1- ~~2. - 7 8' 7 r !J..th4e( /Je LO~~:~r)4()i_'--4L.A~e:~ SQYlS Fnd d.-illin 3ft//-8S -2.Sfoi "9'< o \ } : If} l r: I '3' / - Y 9'7 - 6)'- , ~ U _ Y~f<> ___ J l1.ltJ GAw-1 Be1 /C/lTel/2Ie- ](, I-:Jl'i'l :07" 7 ~ &~m/~j (V{I/'i#tn/'&t'TI 6'k'h.i: $""'17 ! fEN 5Uf1}-\[2J(~...--4. '~f/( b/0uf l~~ G~'f -+~ ~-(P:.~ ,j;:~:z:~=t:~: (::~ ~ ij r-r-r ( .--~I " \ J \:;f(J~ (Y0 6-D '-..4 7t\ L I' / " II ~ ,u'~~..', ~ . ~ )., <t h I I) 13' re(,l:- o .~ - [)ef" /' ". , Addendum No. 1 Attachment NO.1 Page 1 of 2 Thur MANDATORY PRE-BID CONFERENCE SIGN-IN SHEET Proiect No. 7231 Oso Water Reclamation Plant Electrical/Alternate Power Facility Upgrade, Part 1 - Februa 16 2006 - 10:00 a.m. Utilities Bldq. Conf. Rm. .8 - ____Name ~____ +_:r~anization GAi:. ' Po JGtJ/~'~_.___ _ ILiS !/ILI Pow67t 19 ~~I c;.,ve,s ~ ~"'ce~ .11 / lcY / 1.v /' -....-....-....--.-...--.--- "---..-.---- I~~() 1~-rto,yEv i,./PftlN ~. , (;;/~~j( j jjJc)("d~), ---- jll/C. o v ) ~~"'- ____ C; / ~-c <--e Lo 59 Wvr .._......_"-_._-,_.,-~-_..._._-_....- It ('. I I ----...--- ----t---- ------- ---+- -----t----- - -------f--- --~-'_.__._..._.,-_.._.,- --- -'- _..._.._'--,.__.__..~._.._.._-, .._. ---- _. .- ...... Phone No.; Fax No. 3 01 ~ 213 - 2., .?9 301 ~-z 'rf9 ~ s I 2..0 ~b I _ -e,u; - 3-t500 3&1- 1 U;.- 3St, I .3{P/~ ~PR- Ploc) EJif /.5.' 3~) - ~f.P- P6>OO J'-(- fJ7-7d9 irJ-f/7 Addendum No. 1 Attachment NO.1 Page 2 of 2 ;iE(' ;\L PROVISIONS :;r E 'IFICATTONS l\ N D FnPt'1S OF NTRACTS AND BONDS F R --..------- -'_._._.,~-_... --..-----. ~-_.._._---- 050 WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRAGE PART 1 1_' l"i(~ll '. Associates, Inc. '1.14'J :c rena Drive Suite 105 (' u q) Il.S U 1 j s t j , Texas 7 84 1 1 Ehollt' 36] /8')7-7091 F~x 361/H51-817g Approved for Bid/Construction These Plans and Specifications were Ple~ared under the Supervision of Steven Don Logan, PE Texas Registration #67101 i/26/06 FOR Wi\STEWNrER DEPARTMENT 'ITY U COFt)!JS CHRISTI, TEXAE IJEE ARTMENT UF ENGINEER LNG SERVICES Phone: 361-826-3500 F'Al<: ]6] -821';-]')0] , PROJECT NO: 7231 I r C'RAWING NO: STL-157 I A-I A-2 A-3 A-4 A-5 A-6 A-7 A-8 A-9 A-IO A-II A-12 A-13 A-14 A-IS A-16 A-17 A-18 A-19 A-20 A-21 A-22 A-;8- A-24 ~ A-26 A-27 A-28 A-29 A-3D A-31 A-32 0\-33 A-34 080 WATER RECLAMATION PLANT ELECTRICAlJALTERNATE POWER FACILITY UPGRADE PART I PROJECT NO. 7231 Table of Contents NOTICF TO BIDDER."> (Revised 7/"/00) NOTICE TO CONTRACTORS A (Revised Sept 2000) Insurance ReqUirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) SECTION A - SPECIAL PROVISIONS Worker'." Compensauons Coverage for Building or Construction Projects for Government Entities Tune and Place of Receiving ProposalslPre-Bid Meeting Definitions and Abbreviations Description of Pro jeer Method of A ward Items to be Submitted with Proposal Time of Completion/ljquidated Damages Workers Compensation Insurance Coverage r axed Proposals Acknowledgement ot Addenda Wage Rates (Revised 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal/Salvage of Materials Field Office Schedule and Sequence of Construction Construction Project Layout and Control Testing and Certification Project Signs Minority/Minority Busmess Enterprise Participation Policy (Revised 10/98) IrulpeetioB Reqtflred (Revi3ed 7/5/(0) (Not Used) Surety Bonds 8alc3 T9 Exemption NO LONGER APPLICABLE (6/11198) Supplemental Insurance Requirement~ Responsibility for Damage Claims Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Contract" Requirement" Amended Policy on Extra WOI-k and Cb.mge Orders Amended "Execution of Contract" Requirements Conditions of Work Precedence of Contract Oocument, iH()4S\02f ABU'; OF CONTENTS Page I of6 2/212006 II :03 AM A- \'j City Waste \V ater Facilities: Special Requirements A-16 Other Submittals (Revised 9/18/00) A-n Amended "Arrangement and Charge for Water Furnished by the City" A-\8 Worker's Compensation Coverage for Building or Construction Projects for Govermnent Entities A---J9-- Certificate of Occupeacy &fill Final AceeptaBec (Not Used) A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A--42 OSHA Rules & Regulations A-4J Amended Indernnlfication & Hold Harmless (9/98) A--44 Change Orders (4/26/99) A--45 As Built Dimensions and Drawings (7/5/00) A-44- Dispe3ftl oflligftly ChleriBatea Water (7/5/{)0) (Not Used) A-47 Pre-Construction Exploratory Excavations (7/5/00) A--48 Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Wastewater, Aerated (8/24/05) Submittal Transmittal Form Attachment rosa Water Reclamation Plant Visitor/Contractor On-Site Permit SECTION B - GENERAL PROVISIONS AND REQUIREMENTS FOR MUNICIPAL CONSTRUCTION CONTRACTS B-1 Definitions and Abbreviations B 1- 1 Definition of Terms B-1 2 Abbreviations B-2 ProDosal Requirements and Conditions B-2 - I Proposal Form B 2 2 Quantities in Proposal Form B-2 - 3 Fxamination of Plans, Specifications, and Site of the Work H - 2 4 Forms, Plans and Specifications B-2 ') Addenda B-2 6 Pre-Bid Conference B-2 7 Preparation of Proposal B-2 8 Proposal Guaranty B-2 - 9 F ding of Proposal B - 2- J 0 Withdrawing Proposal B-2 II Cancel/ation of Bid Opening B - 2- I 2 Opening Proposals B-2 - 13 Irregular Proposals R - 2 - 14 Rejection of Proposals B - 2- 15 Disqualification of Bidders B-2 16 Disclosure of Interests B-3 Award and Execution of Contract B-3 - I Consideration of Contract B , 2 A ward of Contract B -- 3 \ Equal Opportunity Employer Provisions B ..3 4 Surety Ronds B 3 '; Execution of Contract B- 3 (J FaIlure to Execute Contract B - 4 Scope of Work R 4 1 B 4 B 4 B 4 4 13 4 :'i B 4 6 Intent of Plans and ')pecifications Subsidiary Work me reased or I kcreased Quantities of Work Alteration of Plans and Specifications Value Engineering rncentive Procedures EXlra Work 03045'.02 TABLE OF CONTENTS Page 2 of6 21212006 )) :03 AM B - 5 Control of Work and Materials Ii .~ 'i .. I A uthority of the City Engineer B - 5 2 Authority and Duty of Engineers or Inspectors 1:1 ~. 5 3 Confonnity with Plans B .- 5 . 4 Existing Structures B - 5 5 Coordination of Plans, Specifications, Proposal and Special Provision B 5 6 Cooperation of Contractor B- 5 7 Construction Staking B.. 5 ~ Source of Supply of Materials B - 5 q Samples and Tests of Materials B - 5 10 "Or Equal" Clause B <; II Storage of Materials B~ 5 12 RemovaJ of Defective and Unauthorized Work B 5 ] 3 Final Inspection B- 5 14 Warranty Inspection B - 6 Le2al Relations and Public Responsibility R 6 - I Laws to be Observed B (,:) Permits and Licenses B (, 1 Patented DeVIces, Materials, and Processes H 6 4 Sanitary PrOVIsions B 6 5 Public Conveniences and Safety B 6 6 Privileges of Contractor in Streets, Alleys and Right-of-Way H 6 7 Railway Crossings B 6 - 8 Traffic Control Devices R 6 9 US(' of E'lCploslves R 6 I () Protection and Restoration of Property B 6 II Responsibility for Damage Claims B 6 12 Contractor's Claim for Damages Ii 6 13 Public Utilities and Other Property to be Changed B 6 14 Temporary Sewer and Drain Connections H 6 15 Arrangement and Charge for Water Furnished by the City B 6 16 Use of Fire Hydrants B 6 17 Use of a Section or Portion of the Work B 6 I 1\ Separate Contracts B 6 19 Contractor's Responsibility for the Work B 6 20 No Waiver of Legal Right B 6 21 Indemnification and Hold Hannless B 6 22 Tax Exemption Provisions 8 - 7 Prosecution and Pro2ress B 7 - I Subletting the Work B 7 - 2 Assignment of Contract B 7 - 3 Prosecution of the Work B 7 4 Limitation of Operations B 7 -- 5 Character of Workmen and Equipment B 7 - 6 Working Hours R 7 7 rime of Commencement and Completion 8 7 8 Extension of Time of Completion B 7 9 Computation of Contract Time for Completion B 7 - 10 Failure to Complete OIl Time B 7 - II Suspension by CoUrt Order B 7 - 12 Temporary Suspension R "1 .~. 13 SlL~pcnsion of Work and I'\nnulment of Contract I3 -; - 14 Termmation ofContracl 03045\021 ABLE OF CONTENTS Page 3 of6 21212006 II :03 AM B - 8 Measurement and Pavrnent B 8 - I Measurement of Quantities B - 8 2 Unit Price B - 8 - 3 Scope of Payment H - 8 - 4 Payment for Extra Work B - 8 - 5 Policy of Extra Work and Change Orders B - 8 - 6 Partial Estimates H 8 7 Withholding Payment B - 8 8 Final Cleanup H - 8- 9 Final Acceptance H 8 I 0 Final Payment B - 8 I J Maintenance Guaranty SECTION C- FEDERAL WAGE RATES AND REQUIREMENTS PART S STANDARD SPECIFICATIONS (NOT USED) PART T TECHNICAL SPECIFICATIONS RESPONSillLE ENGINEER -""'" --':\~ OF T( 'l '~~.......-...r",- 't - S._ -lh. ..J' t. ,....It.. ~ .... "" i~{................... .... * ~ I..!~.E~H ~:.~~~Y~.)~.::'~ jf.-o'., 70059 :'0.::: '~" ,f' ~ .~... ~4 ~"/'GI"T~\I.\.."~~ ~ "({(~~l~~.'\\~ .,f 4-. e; -- ) <-::- Z/Z/oCQ f)JVISJON J Section 01011 Section 01300 11IVISION .2 Section 02010 Section 02020 03045\02 TABLE OF CONTEN 1'5 Steven Don Logan, P.E. (SDL) Texas Registration #67101 Colwell & Associates, mc. -....""'" --.tOFr.~ , ::\,,~,"""..ftf"... '. ~ CO.... * '~J' " ,..' ".." it*: '..'. S....:..... ............ ......:..,~ I...J~~~JL~~~!~....,~ \ 11:. 88492. /81 ~ ~.,~ :;'.!!CENS€ ~~ .."'.."......... ':....--. ~\\;" ..--/ ~ ! V;j',/o(.. Juan D. Garcia, P.E. (IDG) Texas Registration #88492 Goldston Engineering.mc. Joseph M. Sauve, Jr. (JMS) Texas Registration #70059 Gold-;ton Engineering, Inc. GENERAL REQUIREMENTS Equipment Documentation Requirements Submittals SIT~\YORK, Project Signs Excavation and Backfill for Utilities and Sewers Page 4 of6 ENGINEER'S INITIALS SDL SDL SDL lMS 21212006 II :03 AM Section 02022 Section 02040 Section 02080 Section 02100 Section 02120 Section 02140 Section 02210 Section 02280 Section 02300 Section 02320 Section 02466 Section 02602 Section SWPPP DIVISION 3 Section 03000 Section 03050 Section 03100 Section 03200 Section 03300 Section 03400 DIVISION 4 Section 04000 Section 04100 Section 04200 Section 04300 DIVISION_J. Section 05120 Section 05500 Trench Safety for Excavation Street Excavation Removing Abandoned Structures Select Materials Site Clearing And Stripping Site Grading Lime Stabilization Embankment Erosion Control By Sodding Chain Link Fence Drilled Piers Gravity Sanitary Sewers Stormwater Pollution Prevention Plan SOL 1MS 1MS 1MS 1MS 1MS 1MS 1MS 1MS 1MS 100 SOL 1MS CONCRETt Flexible Base Asphalts, Oils And Emulsions Prime Coat Reinforcing Steel Cast-In-Place Concrete Hot Mix Asphaltic Concrete Pavement 1MS 1MS 1MS 1MS JDG 1MS MASONR Y Portland Cement Concrete Concrete Structures Concrete Sidewalks And Driveways Precast Concrete Wheel Stops 1MS 1MS 1MS 1MS M~IALS Structural Steel Metal Fabrications JDG JDG DIVISION 6 ~QOD ANDj'LASTIC None in this Contract DIVIS ION_I THERMAL-AND MOISTURE PROTECTION None in this Contract DIVISION 8 PQORS-Al'-lD WINDOWS None in this Contract DIVISION lj FINISHES None in this Contract DIVISION 1 (} SP~ClALrrIES None in this Contract DIVISION 11 BQUIPMENI None in this Contract DIVISION t2 FURNISlU~Wi None in this Contracl OIVISION 13 SPECJAI,j:ONSTRUCTION None in this Contrac t 03045\02 TABLE OF CONTENTS Page5of6 2/212006 II :03 AM OIVISI01\ 11 None in this Contra, DIVISIO/\d2 Section 15"T 30 [)IVISI(!N_LQ '';ection 160 I () ')ection 16030 ,>ectlOn 16060 Section 160-' 5 Section i6L'1 Section I 61 :: j Section 16J:;0 "ection 1613.l \cction 161 q Section 161)() Section] 6 I 40 Section 16 I 6~, Section ] 626~) Section 1632:: Section 1634:' Section 164 II Section] 64! 2 Section 164 I ; Section 16442 Section 1644 1 Section 1646 i Sedion 165 10 Section 16600 Section 169()S LON\/I;;Yl;....)(; SYSTBIvlS MEClj~~Kt\L \\iall MowJI Tvpe AIr Conditioners SDL ~LE( T~~AL Electrical General Provisions Electrical Power System Coordination t ;rounding Flectricalldentification Medium- Voltage Cable Wire ,md Cable Boxes and Fnclosures Cable Travs ('able Bus Raceways Wiring Dev]cc~" lCR Inclosure Hattery and ('harger Substatloll '( ransformers Medium Voltage Circuit Breaker Switchgear Safety SWltchee; Enclosed ell CUlt Hreakers Automatic Transfer Switches Panelboards Motor (:ontnli t :enter Dry Type Transformers Interior and E\terior Lighting Flectnca1 ACl;eptance Testing PI,t' (',)111[1)1 System SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL SDL ATTACHMENTS A. Geotechnical Report B. Existing Drawmg: C. Nt)T USED D. Structure Schedule E. Conduit and Cabk Schedule, F. Panel Schedules G. SCADA Points LIST OF BRA WINGS NOTICE AGREEMENT PERFORMANCE BOND PROPOSAl, FORJ\1/I))S( '1,OSURE OF INTERESTS PAYM.~NT BONI> ilJ045\02 I '\BI I 01 CONTI:NTS dm Page 6 of (, 2/3/2006 II :44 AM NOTICE TO BIDDERS NOTICE TO BIDDERS ..ed 2' prC;pCSd 3 ~ addressee to tit.;' ity (1 corpus Christ, Texas for: OSO WATER RECLAMATICN PLANT EIECTRICAL/ALTERNA'l'E ~ DCILITY UPGIUIDE, PART 1, PInlEC'r ro. 7231: coha j 'msist :' the installatien "f three (3) electrical control rooms (ECR's) to replace "hE' p, st1nq ",toC1or 12.47k'J t'IS(,] switches and indoor 480 Volt motor control centers ,Me locate: tLroLghout U,t: else Water Reclamation Plant. Two riser poles will be used ro ri['siti(cn Crom blre, ~)Vt'rhea,j to underground conduit for the two incoming feeders. "hE' f,.-"!ers WJ-j 'e ouU'd inte ,/", l2.47kV, main-tie-maln switchgear lineup located in nE' (,' the SCR's 'he 'hr" l SCR locatl<ms wl.ll be connected via cable tray with 2 -17i, , MC tyr" ,abl',. The cabl", tcay system win also be used for 600 volt feeders and or r I :,y new ',;'dnsform"r; ~:ll be installed, two ~t each ECR. Each transfomer {'ec, nilory w,l, Dr C, nn."ted 180 vol' md,ln breakE~r 'Jia cable bus. Each ECR will on 3, a 4fO cealeer lineup with a corresponding MCC section. New feE' ';0 mil ~ on; n ['outed f rom the new Me!:' s to the existing loads and/or spI ,:. th~ e~is ing :u I Comluj t dnd ] llnction boxes will be installed to fat 1 '3te the".., onr'~ctlons [ilirtibution panels will be located in each ECR to provide feE' jp' for exi ;t '1g ,oaw' "d nClnlar manner. The existing 12.47kV feeder cable, fused -'-:Wl' C,,, s, t: dl fcrme, s, ('us Ju. t. nd MCC's shall be removed after the loads have been t ra s I erred tc the nc'w eqUIpment EXlstlnq distribution panels will be converted into ,un t "n tjoYe~ ," removed, ThL' ",,,rk shall include coordination with American Electric Pow. ( (AEP) tu Ue !lst",lJa'lol, new 12c4"lkV over head lines and meters and the removal ."x tIng AS!' "qu pment, Ve;t,l Ie parkIng areas will be provided at each ECR with io,w j ks, ti, r an i handr :leome road z-crout i ng wi 11 be required near one of the Eel< s ,md rcae 'q,ai 1 oveJ rf'qui uo<J excavations, Fencing dnd site work is required around ca, ! the thee" tr ll1StOrIllE'l dr,'d:;, Hot dipped galvanized, structural steel supports wi 1 1( pruvicJ(d H 'he (db ., ! r ,y including three cable tray bridges. Foundations will r,p r vidpd Ie ',e :ridges, cd, ,0 tray suppcrts, transL,mers and buildings. Together ,nei "I) h '1 ippur eniF:cec a !etailed ' the plans specifications and contract JO( ITl' w11 i 200"~, ret r ,,( r('cE-ivE-,J "t "nd n1e'! puh] :ed in( 'p~:1ed 'ne (f [ 1 'fe' (, t ly 'pPH:d ne City Secretary untIl 2:00 p.m., Wednesday, March 01, ~ead, An y h lel recei ved after closing time will be * !" MANDATORY puc-hid neellng 1S ;;dleduIed tor 10:00 a.m., Thursday, February 16,2006 and wi! he eondu'.:teo b) the Ci ty, [he Location of the meeting will be at the Utilities Building Training Room, 2126 Holly Road, Corpus Christi, Texas, (361) 826-1800. A walk through of the 050 Water Reclamation Plant will follow. Only those Contractors (prime and l,,,,t! lea ,cub ':>ntra 'torsi ..,ho at I,'nd the MANDATORY pre-bid conference will be qualified '0 unfTtlt prop,sals .n U.., Itoj,',1 ECR Manufacturers should also have a representative '" h me,'t" fir; ,ler' lot:; ,'I ppl,,, and ot her subcontractors are not required to attend. A t 10 Lone n: he an.c'unt 01 5% the highest, amount bie must accompany each proposal. Fa Ut" te pre'lide t'le bld rOD(] '," 1 constitute a non-responsive proposal which will not be Vi ldered ;:~il irE to f rovlh" required perfomance and payment bonds for contracts ilve 5,00U,1I wll] result in fc,rfeiture of the 5\ bid bond to the City as liquidated darr'"g'c" Ricld.r- p an depo; subject 10 mandatory forfeiture to the City if bidding ,!o. '.m'ntE d e [fc UIIwd! th.' 'ity within t'..w weeks If receipt of bids. F l':::il is , propl)s(il torn C:it i "-:ngirleer l1f)OAi a thel r r etclrr- i r. good mal jpon r':',>' pt 01 'h" q , spec !'icat ions, and contract documents may be procured from the ieposiL of One Hundred and no/100 Dollars ($100.00l as a guarantee of =onditi'll1 ..Jithin two weeks of bid date. Documents can be obtained by an ,,,1d h )[ ($20.00) ",hich is a 'lon-refundable postage/handling 7hc b dder s h,~r,.'by notl fied that the owner has ascertained the wage rates which prevail in h 10,a 1 t, i~, ..nid1 Lh ,; wur ~ is tu be done and that such wage scale is set out in the c <ntrae' ,:,;cumenrs nbta nabL,c dt the office of the City Engineer and the Contractor sha: 1 pay n,)! e:;s han thE We'].? rates shown for each craft or type of "laborer," ttW( k~;';:jn,.1 ,.y O'mp hrlli(~1I lJrrq~()vr~--i 1[1 thi,<:~ prclie(~t T'h, ty Lesen'e:- t:J" r HJht the hi'l '",hich in Lh, 1i'C-' ij the pul Ci! i, _i eeL dny jI ,.' -") opin.! r)rl, all bids, seems most to waive irregularities and to ~dvantageous to the City and in aCi'~'pf 1 h, f' ITY OF <JJRPUS CHRI STI, TEXAS Is fulgel R. ~scobdr, P.E. irectur of ~nglneering Services l\ [wando Chapa !'j t- Y Secretary F,' "d 1:)( ) NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage in the following amounts is required: [___=.~P~~F I~S~~N~~~_ I 3O-Da~ Notice of CanceUation required on all ce I Commercial General Liability including. 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Productsl Completed Operations 6. Hazard 7 _ Contractual Insurance 8. Broad Form Property Damage 9. Independent Contractors 10 Personal Injury AUTOMOBILE LIABILITY-OWNED NON-OW RENTED I WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION L1ABILlTY/ ENVIRONMENTAL IMPAIRMENT COVERAG Not limited to sudden & accidental discharge; long-tern environmental impact for the di contam Inants BUILDERS' RISK INSTAllATION FLOATER j , I l 0""",,- ,"",,- MINIMUM INSURANCE COVERAGE ~---_.__.- rtificates Bodily Injury and Property Damage $2,000,000 COMBINED SINGLE LIMIT NED OR $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH 1\ O. THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT ------- $2,000,000 COMBINED SINGLE LIMIT E 0 REQUIRED to include 00 NOT REQUIRED sposal of - See Section B-6-11 and Supplemental Insurance Requirements 0 REQUIRED 00 NOT REQUIRED $100,000 Combined Single limit See Section B-6-11 and Supplemental Insurance Requirements 00 REQUIRED 0 NOT REQUIRED '~_....-~.........- ~.-.------~--_._-_. Page 1 of 2 · The City of Corpus Christi, Colwell & Associates, Inc., and Goldston Engineering, Inc. must be named as an additional insured on all coverages except worker's compensation liability coverage. · The name of the project must be listed under "description of operations" on each certifICate of Insurance · F'or each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the Insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section 8-6-11 or Special Provisions section of the contract · /\ completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE T{) CONTRACTORS - B ~- NOTICE TO CONTRACTORS B WORE:\. 'S CO:'~F;:'~\SATION COVERAGE ::-OR BUILDING G~ C2NSTRUCTION PROJECTS FOR GCVE:\.NMENT ENTITIES ~~xas law requires that ~ost contraccors. subcc~c=actors, and othe== ?roviding work or serv~ces for a City building c= c~nstruction prc~ec~ ~ust be covere~ by wory.e='s compensation insura~ce. authorized sel: -: ~.surance. 01 c.il appr-c:cved .....orke=. s compensa\::'~:1 coverage agree~e::t. Even if Texas law does ~ot require a contractor, subcontractor or others performing p=oject services (including deliveries to the job site) ~ provide 1 or the 3 forms of worker's compensacion coverage, Lhe C. ':y will require such coverage for all individuals providing work Jr coer'nces on this Project:. at any time. includi:lg during the "1ai:' ::e:::ance guarancy period, ~'iotor carriers which are =equired to ~eg~s~~r with the Texas Depar::~ent of Transportation under Texas Civil Sta\:~~es Article 6675c. and which provide accidental insurance coverase under Texas Civil Statutes Article 6675c, Section 4(j} need not ;::'OV ide J of the 3 forms ::: f worker I s compensation coverage. ~he Contractol agrees c= comply with all applicable provisions of Texas Administrative Code 7itle 28, Section 110.11.0, a copy of whic~ ~s attached and deemeci ::::corporated into the project contract. please ~ote that under section 110.110: certain Language ;.;ust be included in the Contractor IS Contract with the City and the Contractor's contracts with subcontractors ana others providing services for the proj ect: ; the Contractor :s required to submit ~o the City certificates of coverage for its employees and for all subcontractors and others providing services on the proj ect . The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the Contractor is required Lo post the requi.::::-ed notice at l.he job site By siS~lng this Contract, the Contractor certifies that ~~ will timely ::orn::::l- '".'1 th t~hese Notice ':0 Contractors liB" requirements. NOTICE 7~ CONTRACTORS - 8 (Revisea 1/13/98) paqe 1 of 7 8/7118 :-~~e ~ 1...'1 C fitle 23. I~SCP~-\SCE Part II. TEXAS \YORKERS' COl\IPE~SA TIO\'.' COMMISSIO:" Chapter llO. REQFffiED NOTICES OF COvcRAGE Subchapter B. E).1PLOYER :\'OTICES ~ 110.110 Re!Jonint! Requirements for Building or Construction ProjecIS for GDvernmenul EnUties (a) The following words and terms, when used in this ruie, shall have the following meanings, unless the context de~ly inciiCJ.tes ot.herwise T~:ms not defind in this ruie shall have the me:ming de5ned in the Texas Labor Code, i.i so defined. (1) CemnC2.!.e oi' cove:-zge (ce:;:iiicare ,-~. copy or a ce~iiiC3.te cf i=.surance, :!. ceniiicate of authority to seu-insure :ssued by the c:::mmissicIl, c:- a workers' ccmpe:1S2.uon coverage agreement (TWCC-Sl, TWCC-32, TWCC-83, or nVCC-S4), showing surutory workers' compensation insurance coverage for t.he persons or emitys employees (inducing those subject to a coverage agreement) providing semces on a oroject.. for the duration of the project. (2) Building or construc:ion-nas the me~!liI1g defined in the Texas Labor Code, S 406.096( e)( 1). (3) Conrrac:o'--\ person bidding for or awarded a building or construction project by a governmend enntv (4) Coverage-- Workers' compensation inscrwce meeting Ll1e statutcry requirements of the T ex.a.s Labor Code, ~ 401.011(44) (5) Coverage agreeme:1t-A written :lgree~ent on form TWCC-:) 1, form 1WCC-S2, form TWCC-S3, or form TWCC-S4, filed with the Te.us Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas wor Code, Chapter 406, Subchapters F and G, as one ofemployer/employee and establishes who will be respousible for providing workers' compensation coverage for persons providing services on the project. (6) Duration or-the project-Includes the time from the beginning of work on the project until the work on the project h2.S bee:! compiecec 2-'1d acceptd by the govern.'11ental entity. (7) Persons r;roVlding services on L~e proJea ("subcontractor" i...-: ~ ~06.096 of the Act)-With the exceptlon or- Dersons exc::uded under sUDsections (h) and (i) oftms section, includes all persons o~ emnies performmg all Or pm of the services the contractor has undertaken to perform on the proJec-" regardless 0.- -,vhether rn.::.t person conuac:ea directly with the contractor and regardless ofwherher that person has emD!oVee5. TI.is incicdes but is not limited to inde:Jendent contractors, subcontractors. leasing comp2.nies:m~lOr carriers, owner-operators, employees ormy such entity, or employees of mv entity fuIT'.ish.ing persons to perfon:n se:vices on the projec:t. "~ervices" includes but is not limited hltp ,.""..\w ',C: st;c[e ix.:.;)tacl2snIn 10(13/! 10] 10 htmJ <lOT ICE TO CONTRACTORS - - Revi~ed 1/13/981 paqe 2 ot 1 817/98 ::'3 1 Page 2 C:-:.i . Q ~. :: ::::;.: :::..:.iing, 0, Je:..:';e:ing ecumr.:e:1t cr :::::.:~:;~s. cr ::-:::\1ciing labor, :.a,;,lSPC;:~::cn. or othe:- sei'::" :~;::.:~::o a. projec:. 'S~:-vices' d,ces not 1..-.:;:;::: acm-:::e~ u:-.:eiated to the proje:;-_ ~:"':ch J..S fooc':;",. :r:;~ -:endors, ciS:ce suppiy deliveries. 2...-:::: ce:ivery o{ ~o'.2.ole toilets. (8) Prclec:-i"c!udes the crc'.1sion of 3ll services re::'.red ro a ct.:i1drng or construction C;:;::~act for a gove:;::::e::::'.i eflUty (b) Prc\1dir.; or causmg to be provided a cenificz.:e or" coverage ~ursuant to this rule is a represe:-,~::;:::: by the insured :hat all employees or :.he insured who are providing services cn the prOject a.:e cc','ered by workers' compensation cove:-age, that the coverage is based on proper reporting of classification codes and payroU amounrs. and that all coverage agreements b.ve been filed with d:e ap;:rcpriate insurance carrier or, in the C3.Se of a self-insured, with the commission's Division of Self-L'1S'....ra..,ce Reguiatioll.. Providing false or m!sie.zding ceniflcates of coverage, or failing to pro"1oe or r.:aimain required coverage. or failing to re?ort any c~ge that materially aife::+..s the proVlsion of coverage may subject the contractor or other person providing services on the project to admirisLiz::ye ~enalties, c:irn.ina1 penalties, civil pe::aities, or oilier civil actions. (c) A gcver.",-::emal entity &.2.t enters into a buildi.."g or construc-...:on contract On a projec.: shall: (] ) induce ir. tie bid specmcatlons, all the provisior..s of paragrG.;Jn (7) of this subsection, ~sing the language reouired by paragraph (7) of this subsecicn: (2) as part of t.1.e contract., l15ing the language requi;ed by paragr-aph (7) of this subsection, require the contrac:or to perform as required in subsection (d) of this section; (3) obtam ::Ten the contrac:or a certificate of coverage for each person providing services on the project. ;;rior to that pc:-son beg:iruUng work on the project; (4) obt3..L.'1 frem the cont....ac::or a new certificate of coverage showing extension of coverage: (A) before tr:e end of the c.x-ent coverage period, i:t.1.e contrac:ors current cenmcate of coverage shows that the coverage per:od ends during the duration of the proj~ and (B) no iater ti-.an seven days after the expiration oftbe coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for tlu-ee years thereafter, (6) provwc a copy of the ce:--.mcates of coverage to the commission upon request and to iL'1Y person entitle::: : [hem oy laW; ana (7) use the Ia.-:f:'uage contained in the foHowing Figure 1 for bid speciiications and contrac:s. '",imout any addit:onai ;"oros or cnanges. except those required to accoIT'.IDoOate the specific document in which thev are contained or to impose stricter standards of doc~::1e:1tation: T28SI;0110(c)(7) tbl http://wv,'W sasstare.LX us.!taC23lIJJl 101B1l 10 1lOhtrrJ NOTIce TO CONTRACTCRS - 3 Revi~ed 1/13/98) paqe J ot 1 8/7/98 Page j 0[6 ,; comractor sh2i1. . } provide coverage lor its empicye::s ~roviding services on a project, f::- ti:e duration of the projec: ::::sed on propei re~ori:tng of c1assi.::~:::.::on codes and p:!jToil amounts az:c E::g of any coverage :;.greemems; ,'" provide a certificate of coverag: s:1owing workers' corn~ensation cove:-age to the governmental ~:1tity prior to be~g work on 0.e ::::-oject; (3) provide the govemmental emi~.., i=!"iorto the end of me coverage pericd, a new certificate of :overage showing eXlension of coverage, if the coverage period shown on the comractor's current :::rrificate of coverage ends dwing L':e duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage; prior to that person beginning work on the project, so the governmental e:J.[ity will have on file certificates oi coverage showing coverage for all pe:-sons providing services on :.-:e project; and t'B) no later than seven days after ieceipt by the contractor, a new certificate of coverage showing eX1ension of coverage, if the coverage period shown on the current cenmcate of coverage ends during tbe duration of me project; (5) retam all reqwred ce:-tificates of coverage on file for the duration of the project and fof one year thereafter, (6) notify the governmental entity in "Miring by certified mail or personal delivery, within ten days after the contractor knew or should have Y..Down, of any change that materially affects the provision of coverage of any person providing se...,,;ces on the project; '} (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered., and staring how a person may verify current coye....age and report failure to provide coverage. This DOtice does not satisfY other posting requirements u:::posed by the Act or other commission rules. This DOtice must be printed with a title in at least 30 point bold type and text in at least 19 point nomuI type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices sh.aI1 be the fonowing text provided by the commission on the sample notice. without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law reqUires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. T::1s includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other selVlce related to the prolect, regardless of the identity of their employer or stams as an employee. W .CalI the Texas Workers' Compensation Commission at 512-440-3789 to re~eive information on the legal requirement for coverage, to venfy whether your employer has provided the required coverage, or to report an employer') failure to provide coverage. ~np:IJ.,,'\.l,'W sos.staretxusltacJ281IL110fB/lIO. I IOhtml NOTI~ =0 CONTRACTORS - B Rev1sed 1/13/981 Page 4 ot. 1 8n/98 2S T, .,( ,. C 110 Page 4 or 6 (8) cc::::-ac:uaily req~U'e ~~i ~e~scn \Vltn \....hcr:: :: comraC:3 :: =:-o\;cie services c:: 3. ;:,oject to: (A) provide coverage .oa.;;ed on proper re~oni:lg of classification coces 2Ila payroii ~-::ounts and filin{l of any :::;overage agree:::e~:.s for 2i.;. of i:s e:npicyees proviail1; sei'.ices cn the projec:. for the duratio~ of the projecr; (B) prc"ide a certificate 0:- cover2.ge to the cont.-actor prior to that person beg:inni.~g ';;ork on the proJec: (C) induce in all contracts :0 pro"ide services cr. the project :..~e language in subsec-.icn (e)(3) of this secuon. (D) provide the contractc., prior to the end of tile coverage period, a new certificz:e or coverage showing extension of coverage, if the coverage period shown on the current certifiC3.:e of coverage ends during the duration oithe project; (E) obtam from each other person with whom it contracts. ana provide to the con:rac:or. (I) a ce~cate of coverage, prior to the ower ?e:-son begin.'1ing won:: on the projec:; ~d (n) prior to the end of the coverage period, a new cenmcate of coverage showing e:ae::sion of the coverage period, if the coverage period shown on the current ce:1ificate of coverage e:las during the duration of the project; (F) retal1l all required ce:-...wcates of coverage on file for the duration or the project :?--:d for one year there:iller; (G) notify the governmer.ul entity in writing by certified mail or personal delivery, v;ithin ten days after the person knew or should have known, of any change that materially affectS the provision of coverage of any person providing services on the project; and (II) comracmally require ~ch other person with whom it conlIac-oS, 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, sbaU: (1) provide coverage for its employees providing 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::: ents; (2) proVlde a certificate ot coverage as required by its contract to provide services cn the project, prior to beginning work on the project;, (3) have the following language in its contract to provide servlces on the project: "5y signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this comrac: who will provide services on the project wiil be covered by workers' compensation coverage http://\\-..vw.sos.state.tx.usitad281II11 lOIB/l 10.1 lO.html NOTICC TO CONTRAC.ORS - 8 Revised 1/13/981 paqe 5 ct 7 8/1198 rage J or 0 _Q ;a. .-.~.. ; l./ for tr. -;;cration 01 :.~ e DrOlect. :hat the c;:'.e:-al!e will be :.:.sea on proper reporting of classiiication codes ar.a oaYToll 2...-:-.o~n~. and that ail cQveiage agreeme:;.:s -.viii be filed with the appropriate insura::ce ~er or, :.:: theca.se of a self-i..-:.screa, with tce commission's Division of Self-Insurance RelZt1!atiorL Proviciiru! false or misleading i::,r'"on:wion may subject the contraCtor to administrative pe;U:les. c:iminal ~e;alties_ civil penalties. ar other civil ac::ons." (4) proVloe the person for whom it l.S proV1ciing services on the project, priono the end of the coverage period shown on its current ceniE-cate of coverage, a new certificate showing extensioo of coverage, if the coverage period shown or; :he certificate of coverage ends during the duration of the proJe:~ , (5) obtam from eacn ?erson providing se:vices on a projec: under contract to it, and provide as required by its conuc.ct (A) a certificate 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 shown on the current certificate of coverage ends during the duratlon of the projea. (6) ret2in all required cerriiicates of coverage on file for the duration of the project and for one year thereafter, (7) notify the govern::neriul entity in writing by certified mail or personal delivery, of any change that materially affects the proVIsion of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) conuacmaily require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amountS and filing of any coverage agreementS for all of itS e"':l?loy~ providing services 00 the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection:; (D) provide; prior to the end of the coverage period.. a new certificate of coverage showing extension of the coverage period., if the coverage period shown on the current certificate of covera~e ends durir:g L'le duration cr the project; - (E) cotam from eacn other person under c~ntract to it to provide services on the project, and provide as reauired by itS contract (i) a certificate of coverage, pnor to the othe:- person beginning work on the project; and (ill prior to the end of the coverage period, a new certificate of coverage showing extension of the cove:-age period, if the coverage period shoVll1 on the current cenificate of coverage ends during the nnpJi'.vv,/wsos.state tx us/lad28/IlJ 11 Offilll 0.11 O.html NOTICE: TO CONTRACTORS - a Revised 1/13/981 PAge , or 1 &r7/98 ..::S l A . J.llV Page 6 of6 duratIon ci :~e ':ontra~: (F) retam ail required ce,..::::;a:es o( coverage cn iile for the duration of .he project and for one year thereafte:-, (G) notJiY the governmemai e::tiry in writing by ce.--ti.fieci mail or personai delivery, within ten days after the person knew or should have known. of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contra~ally require e.:ich pe.rson with whom it contracts. to perrcrm as required by this subparagrapo and subparagraphs (A)-{G) of this paragraph. with the ce.--ti.ficate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does oot 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 role are declared to be severable (g) This ruie is applicable for building or construction contractS adve.~sed for bid by a governmental entity 00 or after September 1, 1994. This rule is also applicable for those building or constrUctioo cootractS entered into on or after September 1. 1994, which are not required by law to be advertised for bid (h) The coverage requireme.'1t in this rule does not apply to motor carriers who are required pursuant to Texas Civil StaNtes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insunnce coverage pursuant to Texas Civil Statutes. Article 6675c. 94(j). ~ } (i) The coverage requirement in this rule does not apply to sole proprietors. partners, and corporate officers who meet the requirements of the Act. 9 406.097(c), and who are explicitly excluded from coverage in accordance with the Act. 9 406.097(a) (as added by House Bill 1089, 74th Legi~h~lre, 1995. 9 1.20). This subsection applies only to sole proprietors. partners, and corporate executive officers who are excluded from coverage in an insurance pouc:y or certificate of authority to self-insure that is delivered, issued for deliverY, or renewed on or after January 1, 1996. Source: 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 Tex.Reg 8609. Return to Section Index http://vvww.sos.state.tx.usltad281II/1IOIB/110.1 IO.htmJ NOTt w: =0 CONTRACTORS - B Revi3ed 1/13/981 Page 7 or 7 sn/98 SECTION A SPECIAL PROVISIONS SECTION A SPECIAL PROVISIONS A-l_~ime _~nd_Place of Rece:l.'yin_~L~roposals/Pre-Bid Meeting S "'3 .i in'll C ty 2:00 foll req. ;d LF r,:..c. "-'I t,j - 1 :-h. OJ __~'el ,3.1 Y I at p . m., Wednesday, wJnq ~anre! (J: __ ", ! 'd th March 01, * ( 17:1 'I'I :$ r.tnlY' }j ,r St .,t 'i! 1 '.~x. ATTN BID PROPOSAL 1, A MANDATORY p ,~ [;! 2006 ar,d wi] j [" OtIIities Buildinq b6-1800 A walk thos' t j j t pl', 'nf;1 t- mdflU and Nc a' u ~ 'I;'f' 1; Of..i -' eel If,g nd-jcL(~<J L.. Training Room through 0 f the pI une tf1r ;'~l f.., :~i {iLl in ()!lfurrnlt":./ ~'V--lth (JpC.':--;dJ .-vilJ ::)e rece flOOJ ('ity Hall, he official advertisement 'led in the office of the 1~01 Leopard Street, until ;hould be addressed in the ~ 1t(. 2006. [/I'jpCJ'sil.s rTldiled 050 WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE, PART 1 r,pduluj ror 10:00 a.l'!, ThurSday, February 16, (ity ;'he loc.ltion of the meeting will be the 2726, Holly Road, Corpus Christi, Texas. (361) 050 Water Reclamation Plant will follow. Only '.ica] S:bccntractors) who attend the MANDATORY Ipd ';ulyni' propOSClls on the Project. ECR res",: td 1'./,,"1 Ih~ I1Ic",tinq. Vendors, suppliers n.ireo' 'j Ip"!, li,! pcp-bid meeting. d' 1 f '" '.-Ii 1 j ce ('onducted tiy the C~. Definitions and Abbreviations w.i 1 Tr,~ F' ~ Sect 't::' I A-3 Description of Project Thl S ., (EeR' motor Twc, condu main' locat 'I tray ~:i) stem tr anE: ~ be cc' vol l, and c spi ic [aeil provl feede after pane] inclu,lH 12.47 Ileh LC handr repai rhe' t 0('" f' t. r,) i lUl (.. I)" 3ILi 'Nt '.,ILtt ); 'hr'" (j eiectrical control rooms du'cr ..: 1 . ,lsel1 ~", I' ches and indoor 480 Volt .,,j T hcc'!lCJhc.ut th," Js! Water Reclamation Plant. r ans i I J Of: t r rel1l ha rc, overr_ead to underground Th", fpeder', wl]l bt routed into the 12.47kV, Ited :" one >1 . he ECR' s. The (3) three FCR :=t.l LrdY''; In ]';.<l7kV, '''Ie type cable. The cable GOO 1- leeders dnd controls. Six new ]h~l. . Vi. at Cd EU\. Each :ansformer secondary will ma" l "'J.>('or v. ':dbl", bus. Each ECR '",ill contain a 480 Ii neU!"'l th 'Ul responding :vice section. New feeder from t tw new ~"ICC' s to the existing loads and/or :.ndull 11,1 ) :net Lon b....xes will be installed to Ibctl''', pdlle:cwil1 te located in each ECR to 10 c;irnilar manner. The existing 12.47kV "rme t I;u.ss ,juct dId MCC's shall be removed J I" lit- .-I "'1uiprnpn'. Existing distribution r",:-",~," r )Ql1Iov"L This work w-i-H shall ,".:::tLi, ['ow",r ('f\SP) 1"'1 the installation of new and lprn(v-,d of existing AEP equipment. dedI' \,a(;: r:CP l'litf; .'iidewalks, stairs, and 'Il ,nq';i i be:' !f rille,) ll(.ar "I',' 01 the ECR's and road .[,.'lnq '..i 'Iiil,' ,nrk required around each of !,(-'d (1 ur a1 '-'teel supports will !".:a,1(' !iu" 1L, l' I I IY bridges. Foundations Ie:, ','pe, r' I ;llS formers and bui Id ings. j, i ,'. t :'11" LillS, specifications and h. si; , ex (He be SP -ma.i Ii w t i i t I. 1';' t. ',/JC; iT, .omir:,) ! t"Pc!(?r ,~;'d.i t <__t:g':-:d! i fl('Jp :'nf1'":~ct'::'(i ,1 t)I-.. ;:'::-u )rmer.'-' ,', J 'ist c; opcted I 4" 0 '-01 t m.'-1 [1- t . -'-m~ 1 [, br ea kc '1' I I "I '.-ill .. h.: to' 1 :.:.; l i fI ')e pI 'Ii: roget t :OT t- [II:- 1" eE-lh~: ,hJ, 1 ,:1(',':: .... I )0 -j i ~;d vpr H' 1'1 " L ":':JU' i:'l'3 f (] ,) in'_l lm. ~e--:, HtH "nf _t 1 ] L 3. \' -':(.>[1 E'T~pd w t:h ."'i1ler 1 f -;':5 tr:c r ( 1 S wiL ,jd r'c t i t;~ 2::3\. (~l IT: ~ ':'(:',,:'1 1, '- ,I'i -'" t ., [.t . f" fTlt~ t 1: Section A SP (Revlsed 9/IB/CO) Page 1 of 28 A~ 4 Method of Award T'l<' o ~l' w I ,~ a! at ~: Pi the Total Base Bid, ubject to the availability 1'" ri"> r '. he r 1 Ii! (.ct any r all bids, waive irregularities and t d ('cpt ~h,c d w:, eh, iI, ~h: ty's Upi.IllOn, ];; most advantageous to the City alid n 'ne best er st t tre puclic. The City Staff and City Council shall use absolute discretion ~n evaluating the acceptability of the proposer's qualifications, including: information and documentation required by Items A-28, A- 29 and A-30 of.. these Special Provisions are required to be submitted with the "Proposal" and other information as defined by per unit items identified within the contract documents and Statement of Qualifications, provided with the bid forms A'~5_-.!teDls to be Submitted with Proposal T'", -)wi nc it [=m.3 a e r-e~Ell reG be submit' ed wl.th the.' proposal: 1 Bi.d fJi d (i'--1 ;s t (f-? f f 1e:L'- eFoiELc:~_Narncc as Jdentl fied in the Proposal) t.:asni,c eck, ,:,'rt ll.l(.d cheCk, money order, or bank draft from any 'ate "I '<d" 10-,,1 Hank wil I ~lso be d('ci'ptable.) 2 lsclc:u; te 1 (';; t Sf d \ .-?rnent 3 Qualification Statement, f,rJidedwllh hid forms. 4 Information and documentation required by items A-28, A-29, and A-30 of these Special Provisions, A-6 Time of Complet~on/Liquidated Damages Th.' , I n'1 l!Ilf Of ::.:)mplt->: l\)l! :~flaj Omli(~n('l l.-.J J K 'HI tt nc' Erqir ") ~p ft,_)rr [l re. the J i lhin uf F1 (J i ,ct 'HIll bs 365 calendar days. The t.en i] U) Cd] encia r days after rece ipt 0 f t'lgin-:'crinq Ser"lces or designee ("City CLllt TIe' ,r- ,i P t )Ct.,C:Cl Fel "Ie Cedeno, LlY tha, dl,y Hcrt. remaLfIS incomplete aIter the time specified in try i1r car't E' "orr. let l)r: )[ [Ie work or after such time period as extended P\JSildli t ot Ic", 1 pI JV.iS:l.on; i his Contract, $500 per calendar day will be asse,:,el aqc:\.inst th, ')ntractn J lIquidated damages. Said liquidated damages are net In] .,ierils periilty bue .HI cstimat of the damages that the City will SLst" In rom jeLlY Ln :omplet ion u! the work, which damages by their nature are not capab e if precJ::p pr' ')f. Th'c Dile'.'t-or ot F:ngineering Services (City Engineer) may wit.ht-:'l' aod d.'du,:t flOlT' Iron1.' olhcrw.1se due the Contractor the amount of Ijqui ia1 f:'ct damac;t's dL'l- tht I'i 'I A-7 Workers Compensation Insurance Coverage If t ',e wo, ki "'-1 we ,ke t s is net ins UL If. rE'qu 1 e Pre,)t" r ofltr~ct"l.c> ,'or~er': ,urn!'CnsatLc,n IlISIHaflrie coverage for its employees '0 UP [ele( }s termlrl,-jtvd or cdnceled for any reason, and replacement compens It, 011 Ulsuran:[' "Jerage meet i ng the reqlli rements of this Contract effeCT OT ti., pffeccjv~' ,Idte of cdlH.:el1ation of the workers' compensation ("'v'~r;ne to be replaced hen C3ll'i Contractor employee not covered by the wor k,~r ')mf ..en:,:,it 1 r "dnce c'ove; age must rwt perform any work on the Fur U','. n"('re, termi '.at on CVJf:'Y g. f t (, c, r .:-.act calPJl,-Li:: an'.,e.liatlon cf ;:~mr oyc:e~ I,...;() 1 ],-1,/ t t(., including a~ld after: Contractur' s ~'J()rke~'-) f on thE' !''rolect unril eer ::.I in f, . ~ ~ :()Ver,'lqe, nt r,:3.( 'r meetjng "':Ep] oyees, the effective date of compensation insurance the date replacement requirements of this qllidaled damages will be workf." S ( ')mt)r:~;i.( a t ~ 1! 'JI j( Lhe Section A - SP (Revised 9/18/00) Page 2 of 28 d~:S{ s ~)e~ f, OIl r~c r"n 1 r ~ rr' w : I t r~E-; s i J d ~ i1 ()f' ,~t ." iJ >.' ] r . triO ;;', nc1 pc,i j r . t dl (~ ~ [' ! t " )F he.: L!~'lU=- :~) ; f ;. , ), :1' A-8 Faxed Proposals P:q mU3t Sr.'" (~t :-a j, 1 \: "Jf CjJ 'fa s.~ u!.3' J L A-9 Acknowledgment of Addenda J(-:> .1t i~::' The spar rp(~( a kr' a'1vE- A-10 Lcibc 'ra.ti] 'ld l ic:kr wl.cleJ!- 'TO-'-~ d~.~ci "t.~ r'; " 'v . dgt- 1 ('e'"ip f ';"( r J' 'H-~ Wage Rates f. I' r i lc,e addp Ida a' irlO rif tet'fLlf'I"'i'-J t Mlni':_JII l:>r "":211J Ie; Wd',...... :::iCF ; d: TLp hUUI and l.ib( The-! day, pel's' perf show empl .....,iqt s r; t , krn' ra t ( F-'C: f t h; " f" J C in,,".l. rtl' 'H-: ~h> rid: I'~~ ...:- tr t rJ:r t( .} dn ~~,..::. TL(l Engi ,,;r a'i subm Busi pIOp' One ""'"() ckl he. Ii He"II ~ r- c.-' - I ;1 n( ~)nt I'd -.t hI I 1 t 'I NtH' C :1' ,ont.lac t,()[ , qUld3tl~d dctOl rHH1 . r-L, ~~ :~l ' I r ~::> CJ _ tlJ 'hest daily rate elsewhere will accumulate without notice ds~ssed and paid even if the illS ;;1 t L r r"et, the Contractor shall not work "t, hi-- Pro lect !Iless all such individuals by wo ke c, ;oJnpen~" t Ion insurance and unless '-,VE'r'iel h j H.'r, p,c,' Ided to the Contractor and "v-J III !:.( ..," deLed "on~responsive. Proposals he I it 'fni t ted in accordance 'N it h rl\. 'i ,;ifj('cj rl'Y11:rly wcige :If, (-,ne \-vpt v dltCj fo?~ ,l.l_l "-1 init r!'r'rr:l~;f -:.il i-he U !-l (L:H1Idt...jE::: ~ 'dlJ I ~J~ t >~d Er, tl::":' r-1) "IT d'd I ~H ',n" La 1 mi.l ~-; t (;( III mp,har, ~ut :on t );j ',y r f~ ,[ 1 ":"':d t hr . fie nt ai-'j l,j.:i d oj f fH:( ;II .,.,'1 1 mat:. 'i"f~'- )1 t [,-;: to r ~-i i 1 j. ~~ f 01.l:e1-" wor f ! Ene)J [,ee I F It I, I pd. i c j 'I. P ,[ iC! OUd I:f,' v '1('.1 'e-!lFt ]!J iddenda ~-aiiLrE W~ .;lyr)if ',:in~ ;:T1Pd('t O:i n t j n :- ,::, r t~' t- I' tr,t t L U fl ') t lnwest f'C'SP(lIj iL1t:: b ,eceived in the appropriate I he interpreted as non- the proposal, failure> to lon-receipt, could have an icier, ridS :1'.: r [r:! [!\'(j the 'j.,'tlEral prevailing minimum Te;'cL' cL )iJ~ '; Part C. The Contractor .,\,' ies~' 1 h'1f1 t hc. "pe'i.fied wage rates to all .p oyed l,,/ I :cern i TI r h" 'xocut ion of the Contract. 1 tJJrt sj,'-:Li dol lrs ($60.0Q) per calendar "b01Pt,W()lkr:ldn, ,>! i"pchanic employed, if such 'ified t.3e.e, j, r t.L classification of work . j :.tl :-iub( ';,r:t rac :)] ,TUS kel'-'p an accurate record '," ions ,)[ d1 laborer workmen, and mechanics t f the r; Hie! shew) tlg the actua 1 wilges paid II J.e ~, Heavy Construction, -.;<'[1 1"'1 PdiH)ll submittals to the City obLdir 'C-plPc; i such certified payrolls from ,r,q on t [;".> Froj PC' These documents will also be 'week]:r (See sect on for Minority/Minority 'icy li.) add,i t: ional r "qui rernents concerning the : 1 " u bm j t + d I .~ , ~.n The, A-11 ._Cooperation with Public Agencies KC ':e,1 '/". i 00) oF-~,pr eight ir t' N()t i Fer i'l f' ,'<{_>~:--=: .j< (1' 'Joj c t () HJ) It 1) LC1\ . ;-_YT} df '{ ;)r ' t' s an it- ()f t. f;! (~ ':':' ~ ' ~) 4 et (or t_imes hOtlLS (---j -'or> lml .-1' ., i: '.J ot cO( to fa, it. 111',/ lpp j i 1 i r.y' h hi) h", ( n-; n;v" ! Ll. F'ul~j i:~(j F'ri..'Jcit l Uj(:~~.t IrlP C('r)tl-dC~ (Ib 1 e' dCj! nc 'y' wLen wor k T.,'s<; d t } -8 ( lSl:1q li j '1-1; ],1 ell d rjzon Die; t' {) ! ( r'he'flE " I mllst be paid tor all hours ,"ours worked on Sundays Or j Sf-'ctlon B-7-6, Workiny agencies with facilitles ( shall provide a torLy- is anticipated to proceed ()~]44~8377, the Lone Star P,Jert at 1-800-483-62/9. .umbers ar(-~ Listed. Sect ion A Sf' (Pevised 9/18/00) Page 3 of 28 Ly Erglnee[ )je~ct Engl lee t', ~L r( I E'C "~arl IqE'! Eno i net:-' 88C-' ',()C 880-'S()(' Steven I ~n Loqan, ? L C()] :.-/'-' 'I Assc(:id.te.~;, If: In~ 4444 CJl')na Drlve, Sui :_ t-' 1 0 {~ Corpus CnYlsti. TX 7 8 ~ I I 8~) i 34 Fax: 851-8179 j f '--~C' S8C fJ8 i; (i I W .It,'(, JCpi_irl mer 0r D"pJ tnen' 'I; 8 ~ ) BO (880-3140 hours) (880-3140 hours) after W,\ tE~wa C' Ccpa "-m('\i I d ~: 1M i Y after ~1iJ:I eJ: U ~3t.l itut l[j r"l'} !1tP-T1,j[1('" F ()reman ( rrf'flr 1'/ Frank Pus,,(i.l C;'-i Dpp..jr'~,mer't 991 L:<''J Fax: 888-1019 (885-6900 after hours) (880-3140 after hours) St :nl ltJ<]tF.... r::epa tnlt:--l! T 885 b'J()O F' I<.S & R(- rt-:' t ,n LJc'fJrt'!_ mcn' ;1 ":et.s & :)(J1:Ld rJast~"' 3(r\'i:'f?~ [")Pf1 t!l!,'nl "IF 85 i 1 81 R 80].1 (, 85./ (p~oTi ;:> 99- ,1 PH (693-9444 after hOUL'S) (1-800-824-4424 after hours) t. r e'l'! ,( f i " 1, Flaliribp, Opt '1 88) '! ] 11 on let :'3' B 57- 11.; ( :\.C (r"_l::)et (Jf)Lj_, ":Jv: (F Lber Opt i c 'f: iCcCom (Firer 'AF'ROCK (E'lber o~ 'L' .nks Fd.)cr Upt j Jpt ,I) i (' ) (IvlANI e~!-')()OO f:i87-4200 813-]2 .-] f:i 81 -~) 'i 6 i ',17-93", -OCl~8 en 2 - ! OJ 1 4, :):, (Mobile ) 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) ~dt e~r15lU A-12 Maintenance of Services The ,)DUacror sha Ll above a'd bplow ::jrounc obtai'--le;.1 from (~Xistlnq as mL,'h field wc:k as )p' r a a' I.ake a] I ],rel:autions in protecting existing utilities, both The J~awings show as ~uch information as can be reasonably as-bui drawings, base maps, utilit:y records, etc. and from normal ) deemed necessa ry for the construction of this type t th..>] '"t, lon dlld nature of underground utilities, etc. -ind cOl!p!e t~'"~e.ss 0 f_ sUS:l1_1rJ!o~~~ ion is not guaranteed. It ,I," dnd cOffi!=:]ete responsibi I ity to locate such underground lr a.(i;~n,E [hi of'erations '.C) preclude damaging the f the )[1" r .( or eli' counters uti 1i' Y services along the line l :('pOr',l i;ity I'ldintain the services in continuous of Pi J.' Ho"/ev, r is U.>' fea tu' e, ex i st :1(; ::>f ~. 'Hi th rel]al th'::...._.~ccurdcy_ , )0 t r act ( ) r f :~ suftie '"Il' l', fa'. 1 1 t p l,iO I S fir.' "pen ,f-' ~ [n n-" .'c'nt (f (~ontr;( :t shall 1"-0 ,~cnst I let thE' cepai, ",,]sl it. , !.i t L~mdge ":( Hi(i( rqromd ut.llj[.le", '..;hether shown in the drawings, the maKe he flee, :;sary tepa] r,' place the ltilities back in service work is 1 nt81de,j I no i nor-ease in t.he Cont.ract price. All such j (Em '> ('qlJi ement~ ! he company Dr agency that owns the Section A - SP (Revised 9/18/00) Page 4 at 28 Whc~r Iq e' TU ('[1: "r sa L ] cel' C .nl In 1 0' he. .l" rc' 3. satl f. -l, r tt--H::> ["3 {~'lr-pr J1 E'!' nt L0c1 d tr.e interfered with (i.e. broken, cut, .c na.: . d : p',liiq., "tr,PI l:.qu a must be handled by the ["'" "I (; t I" l ';'-'WE-' (,; ,c,r "',I temporary pumping to a ill lpprC\'d' tn,' lty :ngineer. Sewage or other ['''''ped I, or fllmed "Jer .he streets or ground surface and 01 d dm! "",'d,atlufi Ukll may result if sewage or LtI' qr"li nrf.liE is also the Contractor's na,,~ d tV rE'pa )"3. relocatior.s, and adjustments to the :r Iry r:l,! '[ nc 'le~.sE; ~n :.he :"nLract price. Materials mE-' r~ ,P, rw~r sprvic l'nes must be provided by A-13 Area Access and Traffic Control Suft prov la ra T:1e advc ~tfr!i €f:m-5 ; 1 : d t truJ !C1US', I ed to dSc;Ure a safe condition and to 's within the Plant and the public at nlt: dSI, I l'n ,/ ~ " E-' ! ~.. () TIle' t ,J: t l~. (_1 ~ l! t Li":"'qdl 'd ! ITlf d I ,- L. aCi 'CS ~ LJ_.l 1 "ff<+5-fficc,\",' Ht€.~,--BtJt -I"'" 'tnt. H ,., ,-~ e4 '-eIttpt{). &1" Y f-rtfft&s., .' I. ", ';chedu " 1 S opc'rali ns SO as to cause minimum to all areas of the Plant. of the museum and 1 i!l',] ted Ee-i'wt'f~' drivC'.,';]ye in h;]lf '..ide.he, 'l'+t€-. C"h~*i'''Cf~ 'fHtl .~ ".nt-!+ f3~'y Hf ttHf*T& ~hrJ eti' s Uniform B;]rricJding &taft"dh~cH+4-- p ~-a+~. 'e5-' rtfr ",4<'f>(:j by -+.fte.-+:ci+y-,.- .Cop ice of .. this document ore ,:p,'&i . cH'! ,.,. c it-l BC.,cH+..',-,*, (;-11 v'~, 'F'r" E! J c.-Ef1q+fte€+'~-+K:~'ot . The ContrClctor GhaH Sf''AB' "-C (.c '~'Hy..'H"+FfH; ! f-''7lft -t-f.,.. 'City' '!~€- l;ngio:er4-ng Department. AJl pd'(m ',,'J t 1 Ii ,. cnr' ,k f,.d '.~Jb,ddi f'Y; therefore, no direct n,-';, I( r t r l The A-14. Construct~on Equipment Spillage and Tracking I' rn2 ('. equi ffiCite s, p i: ViSl p, J' in~ 'j;j "d' .oa] Ii kL:C~ j ~ J Lnin'.~ ;tr, tn:.l I '..,ry t (. kef'!" qiF if pd \-it ,.t: ree tracked and/or spilled lIPd, HaC] labor aod/or mechanical n,P,'" ro,',lways clear of job-related d[I'( fl'~rp "of' in the Contract price. :!' rn :!' '.1 ....lb. ;' E fHJ.":,. t;. ;:i~ :"J' r-~' it :flU :j at t rhJ I f t"'_tlC '....j natt""'rJrl from washinq into thE' I I ',.<1 'IPd 1 ['" i (Ill! ;<"wer rkday or more frequently, storm sewer system. No allowed to remain on the r 1,:1 1 e .,ot t ;13 t_~() t: 'I f- r- A-IS Excavat10n and Removals 11'1 The f l l- pr',v dj It detr Ai i UfJle A] 1 et thi'r -j va vi t l.- f ~H f r ~d f-~""'f-ffi,,-. 'Hrd.ad'jih't;nt ,", -st-Bewu-+.J<25 and dri';c\lilY::; must be ell ltl d dirl detlned il' dirt that is capable of :O\NLh'J r ::L:~ ,,,:len af-Jpl Led WI Lh seed sod and fertilizer. The t?br" li I( !"', dS!Jlld t, :Crlcrete drld any other material that. pp\ irar Icdlif.ers th, 'Jwtrl (Jf qrcl s.. : l-' Hi I In 'j Tn; t ~ tie Project must be removed 1:: -'r:-i' i I: Ti( l' "j 't' P '(2, dri Ve.,.lays, sidewaJ ks, Ih,c bld liCfT For "Street Excavation"; ;! f r :1( ,t c! r . 'n dE: l[ dry madE ! V[r:'~ II A-16 D~sposal/S~lv~ of Materials Exee' ~. ;,c tel unwar f E-' :n,j >-: r :_j the t fl thi'l' at r:ld t r (.i t,,_: '()nCL~Le, b ,oken euJ verts and other he CuntLdctor and must be removed from r,au] inq s considered subsididry; ,nt ,'act (/l' . -jSphd.l rty j ost mCldii. ..;_~c me~ ni act . r pI '{f!1J SeeLion A St' (Revised 9/I8/DD) Page ") of 28 A'-17 Field Office -"-~- The ., ractor rnu t 'urnlsn the,. 'Lly F:ngiilepr or his lep['esentative with a field effl 'p,l 'h." ,n 'r\ :tio". Sl'_~'. rhe field ffic:e muse :ontain at least 100 square f,::e' w;(?ab '.;:Ja rrll f PI(j offlee m,,,:c be air .::onditioned and heated and m-ust t, fU:T.Ls"".d wi'" an irelin.,d lable hat measures dl least 30" x 60", one (1) !~ci~ILtdbl~rr.'::.a..:."u~ 113.30". x_72.'_~(1L'~es~~_t~_Lhree (3) locking drawers and 30" ;, I~O'~_d~~l< t~),_~_il..L fil~ ~~binet _w.iJc.hJ:'.21J!::.. J..~~egal size drawers, two (2) 75" (:ormneLcidl ~.helv~~__~!l~j i.hree ]} ~__j_g.-~~~k__r.s2)Jj_~__office ch~irs with 20" :ea''l"i 20' x 19" bc,cki field office must be furnished with a ----._---- -- _n____ __~______ ,[,e (with ,~..! )'E :::lei da ansv.;'er_cfl'd _.Q.r\!icEU!...~.' Pentium 4 computer with ~::'..~'J(;:..', "12 f,~ secure 'crlci 1_ (.:.c)~ml:!.!:\i'::ation,_ ~l~. HP OfficeJet V40 or ~cr..ll.J'ci 'fl' FA.X 'na'hi ,e Th,? Curt, ictor sha 1i a~_!:.a~_n.d_~vide--.!.or service and ~lJEI J~. '- scct ae t1per '._ ~.'::'l2.EL:.. pte. [;n l.'..I:oper_C2.Eeratic:>.n. and maintenance of mach~.r:ps._ The :~I\t. r.lctOt'_st'?!..1' 1 s.c:>. supJ:>l,y '__sani tary t"!..~k for sewer service and stJal i lL ...I_e~o-,,-~;itl~ f..?.!:. ~~'2~ai~lll2. saI2~t~r) taf1.k f::()~l'r~jeet duration. It shall be. _.l2.' _H<2:,!I!~ a I 's .!:~pon~LQil ~t y_t,S) [laV( _clJ:l._Ltlr:..ni!ure._ and office machines 9.ssefl1:plEcl_Pr.~()L Ie (}'Cupar19' _bj- 'lti___E~g..!:..~!?r~r..-.l1i~-..!l2.f)IeSentative. There is no ~e.E?r9! E pa'y ~_lcf!\_f~ th'C'_Ji'"Jd c;.ff ice._ 'J'hEC.. .'o..!:!.!rdetor_"hall move the field office on t h~ .J.!~ pI t, _~f1lIT]e~cernent o!.....c:()O::,LLJC_ti ol~t..:i..vities a! the Plant. The f1~_j ffLeE chall remal:..n un!. i] As-Bu i 1 t gEawir1..9_~.~nc.!. construction/demolition acti;~, ~ au" :s>mpl"~_ar~ dE!H()Ved.._~ _.!J:1:::. ('itL dfl..d ...Engineer. The requirements ,<::onc.>'"I', i f1<L m~bij l7at:..l)fl.. -:>nd (.~~.lllOt,i lizat ion r:e..__cletai l~ in section A-18 Schedule ~1!.S!..!3'':gU.~~.lce_ f Cc r~t~c:.!:. '.Q.fi c _ - - m-d-5---H'~H i T'{c;(+--e-y.---tcfl€---G-i-t=y---Eng incc r or hio ~~S€i'lt<:ttl;C. Th(' '-ield ofti" must bE' furnished witl: d telephone (with 24-hour pEr ja answer In':) s'rvi'::e), aile FAX machin,. paid fOf by the Contractor. The Contractor shall have within the Contractor's portable building and available to Citys Representative (during normal business hours) a copy machine (11X17, black and wh1 te), Pen tium 4 computer wi. th high-speed email capabilities, scanner (1200 dpi color), printer (11X17, black and white) and 5 megapixel digital camera. This includes service, up-to'date software, supplies f paper, toner, and associated materials. The intent is for the contractor to be proficient and equipped to communicate via email with the City's representative and Engineer. The Contractor's portable building that contains the field office field office itself) may serve other functions for the contractor. should be aware that: (excluding the The Contractor 1 Water, sewer, and telephone utilities may not be available in the Lmmediate vicinity of the Contractor's trailer. The cost of extending these utilities to the trailer would be the responsibili.ty of the Contractor. 2. The cost of any building, utility, or other permi ts required for extending utilities and setting up the portable building are the responsibility of the Contractor 3 No City shop facilities at the site are to be used by the Contractor. 4 The City shall have no liability for any of Contractor's property in such a building, 5 The size and location of the building at the site must be approved in advance by the City. Then' 1 no s'~parat>'~-, ~ ,jY t-em f-n t t:c fi.elcj 1 t in A-1S Schedule and Sequence of Construction The ( days. Enqineer meetj,q ,'iTl ~acr-c)( hall<-ubml~ 1 i c p Lan must ietai 1 at] e iJ '; ": ~. ''-e--+-J+ ) tn( lty EnqJneer d wurk p,an based only on calendar he c' heduie )f w'.nk and must be submitted to the City seven (7) '."crkin:; days pri(H' to the pre-construction Section A SP (Revised 9/18/00) Page 6 of 28 The 'I .:ni.; It 3.1 t I f the !- 1IO\..Jl.:1q ~vOlK Ltems: 1 t j t 1 nc:<1u l~ .. ~-' j n ,L. r u Jt :' 1+'1 'fie t i [::'jL:ker tcft-fef'.nB+- seven (7) days prior ,q;]n 1 ~ ,'11 'cr,ltrJ:tion Progress Schedule for 2 tem:~~ to; '_.1 je l~:' n 1" Work (I~ f i S t ~)_, r t, mplete 3tag/': '3eque;-'lce H::! ~ hE," of construction ny activity, lou,cally grouped activities. '1;:::'[1' I;' "en.. d (~11 \.")j 3 UDIT!l j,:i , , iflTftl t +-- '1 Jd'CS lequire', for all submittals. 4 Ft-, jhUtl' IPqu red by the City Englneer. 5 ri ,Ifxiat, t,lmlt "f,dated '.,nS',I,",,:' iUll [ogress Schedule to show "t u,~ p~ g't L'S: 0; c'd "J'.' by f-JI'! ccn tage c1gai 115 t ini tial Schedule. The Contractor shall update the schedule at least weekly and utilize the schedule to manage the project. The Engineer may request a copy of this schedule at any time. The project will be published for distribution at lease monthly. 6 Schedule Requirements, The Contractor shall use Microsoft Project or a similar tyPe scheduling software. The schedule shall include but not be limited to the following items. The intent is for the contractor to actually util1ze the schedule to help manage and track the project from inception to completion The project shall be developed completely at the beginning of t'he project, updated ':.hroughout the project and include modifications to reflect changes from the original plan The relationship of related tasks must be identified and l:1.nked within the software. The critical path activities shal~ be shown clearly. The total slack in each activity shall be lndicated The baseline of the project shall be established at the beginning of the project and be shown graphically The baseline of the project may be reset at maJor milestone events, only with approval of the Engineer (all prev~ous baselines shall be retained within the software). Tasks shall be grouped under ~;ummary task items Only the summary task (detailed tasks rolled up wi th} n the summary task) shall be shown unless tasks under the summary are in progress or needed to review critical path activities or other ~mportant links Once all the tasks under a summary task have been completed t.he summary task should be rolled up. Percent complete of each task and summary task shall be 1dentified. The most relevant method of projecting percent complete shall be used: man-hours; duration; cost; quantity; or other quantifiable attribute of the task. The schedule of values used for the monthly pay estimates and the project schedule shall be related. Each ltem in the schedule of values shall have at least one related task within t he schedule Every work related task in the schedule shall have a cost associated to 1 t in the schedule of values. The schedule may be used to project the pay estimate, this is not a requirement The pay estimate may be a separate spreadsheet~r form 7. Schedule of Values: The Contractor shall use Microsoft Excel or a similar type spreadsheet or the scheduling software mentioned above to complete the schedule of values The schedule of values shall place a definable cost on each aspect of the project Every work item should in some way reflect a cost and quantity identified on the schedule of values. Quantities per item, linear feet, pel circuit, per splice, per week, per month, etcetera should be used and lump sum items should be avoided. Activities of work involving speCIal equipment should be broken out separately. The schedule of values may require modification during the project to reflect items that were not separated out in enough detail when the schedule of values was first created. The Contract will create and modify the schedule of values to include addi tional detaIl as required by the City or Engineer. The Contractor will update the schedule based on items complete or in progress and submit to the Seclion A SP (Revised 9/18/00) Page 7 of 28 Engineer for review and approval. The City or Engineer will make the final determination of percent complete of any items in the schedule of values. The addition of tasks to the schedule of values during the project will change the amount of the original items. Progress payments will be calculated based on the f~nal approved schedule of values. 8 Sequence of Construction. The Contractor shall comply with the following constraints to develop the sequence of construction for the project schedule. Where changes to this schedule benefit all parties involved, changes to the schedule will be considered The schedule and changes to it must meet with approval with the City and the Engineer The requirements imposed within this sequence will provl.de a minimum level of requirements for the Contractor's project schedule. a Approved Contract: This includes completion of all contract forms and issuance of the letter to proceed from the City. Approved Material Submittals: This includes but is not limited to the submission and approval of all materials associated with the project. This work may begin following the letter to proceed from the City. The field office is not required at this time. Approved Exploratory Excavations: This includes but is not limited to approval by the City and Engineer of the exploratory work associated with the actual foundation locations. This work may begin following the letter to proceed from the City. The field office is not required at this time. d Approved Foundation Location Plan: This includes but is not limited to the development of the final foundation location plan based on actual foundation selection and location adjustments dictated by the exploratory excavations. The Contractor shall complete exploratory excavations for below grade work prior to finalizing this plan. If requested, CAD files will be provided to the Contractor. This will be handled ).n the same manner as a material submittal. This submittal shall include but is not limited to: horizontal and vertical locations of each foundation, base plate, cable tray, below grade conduit, fence, and paving; type and quantity of cable tray support/foundations identified by location; exploratory investigations and documentation of each; soil conditions as compared to the soil boring data; per unit pricing adjustments based on increase or decrease of lengths/quantities; and a written summary describing the findings, changes and net change of cost from the base bid of the contract based on contract per unit pricing. e Load Transfer Cross Reference (LTCR): The Contractor shall develop a LTCR using a database or spreadsheet. The LTCR shall include the following information the existing load Plant name; existing load starter or breaker designation; existing MCC or distribution panel designation; existing transformer designation; schedule desi.gnation; the new/existing/revised load Plant name; new load starter or breaker designation; new MCC or distribution panel designation; new transformer designation; and folder number. The existing information portion of the LTCR shall be developed prior to mobilization at the job site The LTCR will be used to determine switching requirements, identify loads that wJ.ll be affected during outages and other load related tasks. The new portion of the LTCR wi.ll be developed following mobilization and completed prior to commissioning. The folder number wJ.ll relate each load to a folder that will contain existing condition documentation, cutsheets, and/or other information specific to the load. In some cases the information can be entered in the database or spread sheet, in others an actual folder with Section A - SP (Revised 9/18/00) Page 8 of 28 sketches, photos, and other documentation will be required. The schedule designation will relate the LTCR to the schedule. The Contractor shall work in conjunction with the Plant to develop the LTCR and ensure that the designations match the actual field conditions. The Contractor shall be proficient in sorting and printing the LTCR as necessary The Contractor shall update and correct the LTCR as necessary throughout the project. Addi tional requirements for the LTCR are identified in the Load Transfer Sequence Schedule and Transfer of Existing Loads sections later in this document f Mobilization at the Job Site. The Contractor will not mobilize the field office to the job site until the City and Engineer have approved the material submittals, LTCR, and the approved foundation location plan Work associated with the exploratory excavations is the only Job site work that the Contractor is permitted to execute at the Oso Water Reclamation Plant prior to mobilization at the job site. Materials may not be delivered to the job site until after mobil~zation After mobilization the Contractor may engage in Construc:.ion throughout the Plant This is a major milestone of the proje"t oJ Weekly Meetings The contractor shall conduct a weekly meeting to present upcoming work. update previous progress, review and discuss problems coordinate activities with operations, review upcoming outages and switching requirements and other activities as are necessary to complete the work. and minimize disruption of operation of the Plan' tl Temporary Power to Blower Houses #3, #1 and #5 and De-Energizing a Portion of the l2.47kV Overhead Line: The Contractor shall provide a temporary electrical service from Blower House #2 to Blower House #3. The existing service entrance conductors connecting Blower Houses #3, #1 and #5 shall be used to back feed Blower Houses #1 and #5 from Blower House #3 The temporary feeder cables (CLX) will be reused to feed the three blowers in Blower House #3. Once the overhead line is disconnected at the South Switchgear riser pole and on the secondary side of the transformer bank, grounds shall be applied. The portion of the ;}verhead line extending past the riser pole shall be de- energ1zed prior to completing any work under the overhead line. The Contractor shall coordinate with operations to schedule an outage on one of the blowers in Blower House #2. The starter for the selected blowe~ w ill be used as the source breaker for the temporary power. The details are included in the drawings. A clearance on the South feeder will be .cequi red to disconnect the jumpers at the riser pole (to be done by AEP) AEP Clearances on South (West) Feeder: wi th the Ci ty , Engineer and AEP for required on this 12 47kV feeder. South OUtage #1: The first outage will be to remove the jumpers to the portion of the 12. 47kV overhead line that extends into the plant from the south fused cutout riser pole. It will include work by AEP to remove the jumpers The temporary power to Blower Houses #3. # 1 and #5 must be in place and ready to connect during this outage. This requires the switching of Plant loads to the north fused cutouts and the shutdown of Blower House #3, #1 and #5 (there are no critical loads in Blower House #1 and #5). The outage is J. imi ted to four hours for one day This must be scheduled two weeks in advance with the City and Engineer. The Contractor will schedule several outages that will be Section A S? (~pvised 9/18/00) Page 9 of 28 South Outage #2: The second outage will be to connect the l2.47kV riser pole and AEP equipment to the south feeder. It will include coordination with work that will be completed by AEP. The Contractor is responsible to schedule outage activities to coincide wi th the AEP work. The Contractor is responsible to schedule Contractor and AEP acti vi ties with the Ci ty. This requires the switching of Plant loads to the north fused cutouts. The outage is limited to four hours for one day. This outage must be scheduled two weeks in advance with the City and Engineer. South Outage #3: The third outage will be to disconnect the portion of the south feeder identified as demolition work. It ",ill include coordination with demolition activities that will be completed by AEP The Contractor is responsible to schedule outage activ~ties to coincide with the AEP work. The Contractor is responsible to schedule Contractor and AEP activities with the City. This outage will require switching source feeders at the 12 47kV switchgear, but will not require an outage on any Plant equipment. The outage will be defined by AEP. This outage must be scheduled two weeks in advance with the City and Engineer. This is the last scheduled outage on the south feeder. AEP Clearances on North (East) Feeder: This includes but is not limited to the following: North Outage #1: The first outage will be to connect the 12. 47kV riser pole and AEP equipment to the north feeder. This includes the new l2.47kV distribution line extension by AEP. It will include coordination with work that will be completed by AEP. The Contractor is responsible to schedule outage activities to coincide wi th the AEP work The Contractor is responsible to schedule Contractor and AEP activities with the City. This requires the swi tching of Plant loads to the south fused cutouts. The outage will be defined by AEP. This outage must be scheduled two weeks in advance with the City and Engineer. North Outage #2: The second outage will be to disconnect the portion of the north feeder identified as demolition work. It will ~nclude coordination with demolition act!ivities that will be completed by AEP. The Contractor is responsible to schedule outage activi ties to coincide with the AEP work. The ""'Contractor is responsible to schedule Contractor and AEP activities with the City. This outage should not require any switching or any Plant equipment. The outage will be defined by AEP. This outage must be scheduled two weeks in advance with the City and Engineer. This is the last scheduled outage on the north feeder. k Temporary Power to ECR's: This includes providing a 480 volt feeder to each ECR from the Blower House or Lift Station MCC. The installation of the breaker in the MCC or panel should be scheduled with one of the outages required above. If a dedicated outage is required it should be limited to one hour per ECR, this is one hour for each MCC/panel that requires an outage to complete the temporary connection. Each outage must be scheduled two weeks in advance with the City and Engineer Load Transfer Sequence Schedule (LTSS): The Contractor shall develop a detailed LTSS. This schedule will detail the outages required to transfer the existing loads to the new MCC's and distribution panels. This LTSS will be part of the project schedule and can be tracked as a separate project, subproject, or tasks under a summary task within the project software. The initial project schedule shall have an anticipated duration for the load transfer portion of the project. The LTSS portion of the schedule will be developed during the construction activities leading up to the commissioning of the ECR' s. Section A SP (Revised 9/18/00) Page IJ of 28 Field investigation and correspondence with Plant Operations will be required to develop the LTSS The Contractor shall coordinate with Plant operations to understand how the individual load outages will impact the Plant The existing condition documentation, specifics and any requirements associated with each load outage need to be documented by the Contractor and included in the LTCR file (see previous). Each load shall be identified on the LTCR and easily cross referenced W1 th the corresponding task on the LTSS. As a minimum, each outage will be represented on the LTSS as a task with constraints. The LTSS shall be developed 1n such a way as to be able to sort and prlnt the outages by load, sequence or other criteria. Plant operations that constra1n the outages shall be developed within the schedule and tracked. Only one device outage may be scheduled at a t.1.me Some loads w111 require more than one outage to complete the transfer The i~ransfers will require that every device in the Plant exper1ence at least one outage The LTSS must be developed, reviewed, and approved pr ior to the commissioning of the ECR' s. Addi tional requirements for the LTSS are identified in the Transfer of Existing Loads section later in this document. The loads associated with the temporary power to Blower House #3 shall be the first loads to be transferred to the ,:ommissioned ECR' s . Commissioning of the ECR' s : Prior to commissioning of the ECR'S the following tasks must be completed (exterior of Blower House 12, #3, #4 and Llft Station #2) foundations; paving sidewalks; fencing; site work; cable tray supports and bridges " cable tray; 12.4 7kV feeders; :j'rounding: temporary power. ECR's installed and field tested; work associated Wlth South Outage #4; work associated with North Outage #1; and approval of the LTSS. In summary, the project is complete except for the ~ransferring of loads and the demolition work. Commissioning ",il1 lncLude energizlng the following equipment: 12. 47kV incoming feeders; 1247kV switchgear; 12.47kv distribution feeders; transformers, 480 volt breakers and MeC's; and the electrical systems In each gCR, The temporary power to each ECR will be disconnected. The 12. 47kV switchgear 480 volt breaker, and starter controls shall be fully function tested for automatic and manual operation. The ~ontrols for each 480 volt starter will be function tested. Commissioning W) 11 be complete after acceptance by the City and Engi neer of the operation tests This is a major milestone of the project. Transfer of Exist~nq Loads: Following acceptance of the commissioning of the ECR's, the existing loads shall be transferred to the new MCC's and distribution panels. Only one device outage JDaY be scheduled at a time. The outages as scheduled in the approved LTSS will begin. The Contractor shall update the LTSS as necessary to keep the Plant ~nformed on the progress of the work. The Plant will make an effort t;o work with the Contractor to delay or accelerate the schedule as actual work conditions dictate. The Contractor shall be prepared to rearrange the schedule to accommodate Plant operational requirements CiS Qecessary Based on the loads scheduled to be transferred, a contingent plan needs to be in place that identifies other loads that can be worked on in the event Plant operations dictates that certain outages cannot occur according to the schedule. The load transfers shal1~ontinue until all transfers have been completed. Demol1 tion: There 1.5 some demolition work that will be required be completed prior to and during the transfer of existing loads. The removal of the MCC's and/or the equipment that provides power to the MCC's shall not begin until the loads for both the A and B MCC have been transferred to the ECR Existing loads including alarms, conl:ro is. feeder~, dnd associat.ed equipment must be disconnected from Section A - SP (Pevised 9/18/00) Page 11 ot 28 both adjoining MCC's prior to the commencement of demolition activities. Once the existing loads have been disconnected, transferred to the ECR, and de-energized, the 12. 47kV fused switches feeding the two transformers shall be locked open. The transformer secondary shall be grounded and demolition of the bus duct and down stream equipment may begin. This will occur for each of the three ECR locations. After each of the six 12. 47kV fused switches has been locked opened, the North Feeder Outage #2 and South Feeder Outage #5 mus t be completed. Once the two AEP, 12.4 7kV feeders have been de- energized and disconnected the contractor is free to complete the remaining demolition activities Demob~lization from Job Site: The Contractor shall remain mobilized at the Plant until the demolition work is complete (implies that all project related work is complete), the As-Built Drawings have been accepted by the City and Engineer and that the major punch list items have been resolved. The field office, amenities and either the superintendent or the foreman must remain on site, in the field office (normal business hours) until these three requirements have been satisfied and approved by the City and Engineer. A'l9 Construction Project Layout and Control The J[dwLnqs rTla'/ depl t but me'dS'! r~-'m(;>nt_s, b~nch marks, a pr f tt, 3 ;1allre I () t ,L:>~es sa ry irlPS, etc. Include: lines, slopes, grades, sections, that are normally required to construct b,lse Majo prov ",nt (" I s j~) J 0'1 t h(' ard _~ i. Y wo (2) benc~ mark~ required r C',lOSU 1 tall' proj ecl Engineer. for' project layout, will be The ce,nt Old ract,)f sh,d i )J ")f t r+ ,J)l k: fu fllSr} dJ lines, -> opes and measurements necessary for 11, L.ll 'lg l"'ll" ru:t ,n, ( ,., :v_'u~ssary t.o disturb or destroy a control point or bench rLH"k, the ':olltr ClOl Sf all'-p;)vide the City or Consultant Project Engineer 48 hour:' tice '3 Ulat a]terrJ;'~e (entrol points can be p3tablished by the City or Cons\ It 'nt Pl.C ,eet E: 'Jincer (1.'3 nc'cessary, at no cost lo the Contractor. Control po ln' ; bench marK: damaged ,'I:; resul t of the Contractor' s negligence will be rcstr,rE'j [,/ Lh' ,'j, ',r ",no 'I i lnt Pruj eet Engineer at the expense of the C':Jntru" r llcihdtc-vet r~:as :1, 11<' : ;sarv t,J jeviate from proposed line and grade to prop' ,,] exe,'ul thE' wOLK, ,I,c ntractor shall obtain approval of the City or COllSLLt"i,t ProjE::t Er lineer !'liuL to ck~vL,tion, If, in the opinion of the City or Consu ltlIlt Pr01 't En'rineer, the ,equired deviation would necessitate a revision to the dla,';tfllJo, the ::onrractor shall provide supporting measurements as required for the ;r or C,)rJ''''Iltan' Projec'~ Enqineer La revise the drawings. The L )n t r- a~_:t () r tld propose,], for l'r, puq paving process. ~]SO, Contrac Jr tlJrnL3h a medS1J 1 'IQ (J: tJ-I':--' cc:mp ie n r reference all valves and manholes, both existing ose of 3djuotillg valves and manholes at the completion of the C:i t Y ur '~onsul tant Project r~ngj neer may require that aximum of tw~ (2) personnel for the purpose of assisting ,teet wo'k, and the the the ~e contractor shall accurately survey the location and elevation of the structures installed via this project. The locations shall be clearly identified on the As- Built drawings and schedules. Qualified individuals shall complete the final field measurement ~_Registered survey is not required. 'lhe-C_~ractor ..-sftall PfGYide-. --t1\e-. - following certification fer deCWllea~atioa ;md '9'eri-€~4-eft--* ,. compliance wi th--t;hc Contract Doeumeats, plans and specifieatioRs. Sa-iii- compliance - certifieation-shaH--he- pro.Jided and prepared by a Third Party iftdepcndeat Registered Profcssional-~d Survey (R.P.L.S.) licensed in the state of ~ ---Tet.ai-ned- and paid by t=he'~on-t.ra~---1'fte.. Third Party R.P.L.S. shall be Section A- SP (Revised 9/18/00) Page 12 of 28 approved by ~- -G-i-t;y prior-t=&aflY ~-- Any discrepancies shall be notcd by the !l'hHd~~<H'- and-~t~y~iunee to any rClJUla tory penBi ts . FeHoWl.nq is ~~__-.~ of deeumcntation rClJUircd: --Strcets: ----Al-l cerll returns at point *----t:anqcRcy/poi-n-t.-~irc_ferencc · ----b-1H:baad gutter- flow liRC ----helsh sides.-~ otrceten--a- 200' intcr."al; · --&toree-t. crown!) on a-200-'. intE:rva1---aBd--*-~in~tions. -Wastewater: · --Al-l- rim! iIr...efi-- clc'.'ations "* manholes i -Al~~nterseeti~~ines in manhe~ ... --CasH*]- elevations (top of ~--and---~l-ew----l--i-Het--+'l'XGG'l!-and RR pCnBits) . -~.:- ...~-t,ep-~-va-lves &ex-; ....----Val vos ".aul ts---r-im; ---~asinq clevations ~ep*-- pipe- and flow---Hnc) (TXDOT and RR pcnaito}-.. Stexmwatcr: · Mlrim/hr.-crt elevation5 a-t;-fIlanhe-l-es; ....- ~ intersectinq lifte.s--ift-.Blafthe.le5-t- ....---c~ clc'.ati-ens-- {top of ~---itftd.-~linet-f'1'XlX)!I!.. 3.Rd RR peZ'Dlits) . A-20 Testing an~ Certification All sele the " r i'~:>(; U ;'?d u: ler n bl t hE y "ng , : t;C' C ;~n t" , h,j - ~Je C'1E--d .:' ce h , ve ()eer' :j rei " :t ei t ~\rrl Tlusl [)I de- ;'y" re--.)gnized testing laboratory 'ost ; j,e' labcrator y testing will be borne by "r test tal sr that test must be done over' after .akt~;; and the ,)S, uf retP;ting will be borne by the Iw f ,'.ment , ,t;" "e,ni. cact" curt Cnnt Thp d' t ")'J 1 , I 'I '! c:ab F' 'f' tiCdticHl." to the City Engineer. A-21 Project~ The !ira,:t_,~t nu furListl ~-H'''f-f.h~tW-+-P-Ej-S t '1" inst l,'d betcn n,~ rUe" 1(,[ pp r i 'i ;)C--7)L. t-(-j to 1 ar,'1 11 (Istd one projE'ct ign as indicated -3tior,s f.'''ttClchncnt. -f..V.t The signs " and '.-/111 be ltldlnta",ed throughout the ,d i Of, "" c; i Cjn Ie ;, _lll be determined eft-~ must be Project in the bt~ ("1 i 'hi fFd r r c-HJ nei A-22 Minority/Minority Business Enterprise Participation Policy(Revised 10/98) 1 f.co I' j" the puli, of U:. ( ')f CorpJ:; :hriooti t~hdt maximum opportunity is ,--HOP( It; it e~_':, W(~'-lf:~n Jrld Minority" BusiIless Fnterprises to participate I'~ f '1Tii' CE, or' j ,ts a'''dt ded by thEe ,t.y of Corpus Christi in SippCrt Seral f':mPlcly,[[f'rT OppOttllfllty goals and objectives of the -~ 1irmatn, .r, t.i on PCCl' "; 'ement f the ity dated October, 1989, and any "',,'ndmerr, t'>'rp"J Tn 1(" o.(Jance w,th :iU( poll.ey the City has established Is, " Lj'ec hen'in ()'T' for lIIirwtlty lnd female participation by trade " t [-11 r (.. 311:; ''';'' f." 'prisp 2 ".f inIt (,r, L LITH' :on rac.r()::t 1.S<,0,'1 at 1.. or C1 '[I ,'[}('r- nt i'l' pf~r fllurC' ;\' I irm, partnership, corporation, !,,'[pin pre-vided which has been awarded ) 1;)1 t ! iC ;L J t or \i!_.. InRd L II ;'~:' f j rm, i ,actnership, corporation, ',i'U' n ider,' 1 fied as providing work, Secticn A - SF (Revised 9/18/00) PagelJof?8 H~ nc f~', J d;:: "lIre: ; ~ f- "1} r ( f'1-i nc. r 10L( 1 SCI 'l(:C'~;, 3;JPP j r-( ,)r ~lqc; ng unciE: r ,'5, equipment, ;T\aterials or any combination of "act WIT:, pr'ime contractor on a City contract. I' r:~'erprise: !\ n~ IT: IE' minorit y iSl nCS~3 USlness enlerprise that is owned and pcrson (s) !"linority persons include )ther persons of Hispanic origin, and Asians or Pacific Islanders. For IIC also considered as minorities. vely cwn. operate and/or actively t r 'ITl ;>UC:fl an enterprise in the manner ct ~ .?d by ~)np !,-)/ N, 'Xl can.r.me J -jrlS, ann .sk:.,-1~1 Natives, "cion, \....OHH ;d l rjj Sf "'1 il' "5 I ~ ~~ L t e r~- co 1 l ~_j.C":." P;:';j ';'-'1 r' /me~' .'. d r ,. ) t 'iw' 'd propr l(-.., it r;u.3: ! ship t) be t" c'Nned by jeemed a minority business minority person. prp: J ='C (l.Hilg businE'ss as a partnership, at of t he assets or irterest in the partnership [-:(. '.'cll'it-'d by one or more minority person (s) i,' (J-'r:rprise 01 t h", dcing business dS a corporation, at is,iOU; or 1 nterest in the corporate :>nc- or me,re minority person (s) . 'l! Hi ':;-3.:,' [)(; nwr-",-','l Oi rc I I Cod I'ht. plj;nd~ f-'l +-?I: ~ rp r 1 ~:j(" r"(' t: r, dj 'f:'I or lndirect, to '.-:ith d mlr,Jr.ily person(s) manage a business ;h, i'e " P,ym'O[ I, H~ )r 1 I , PC) ~ ;;( , ., , ell )rp 1 s~; hp )% rr: "r C I. he p,-j ':, r:lEn t;3, "3ut ,:ont rar: uy hE' hu,' F'] up' )(;Lor, or stockholders, of the Ci:;F' mav be, mus be entitled to receive 'otal profits, bonuses, dividends, interest 'omm oJons, \un,'ultlll<,J fees, rents, procurement, and ~'i ([" 'iltS, ,1Iid ony other monetary distri bution paid rl (:::.; ~ n t err r 1 :~ C' 'ep Ie ri n ; , ,jl under '11 i, ',rr y [J;lsiness r:nterprise. '" Femal Ie "Jwn, lnd -)r;~ ro lr1ne ~ BusJr'eS~i_jirlterprise: A sele proprietorship that is owned led by a "oman, a p,H'Innrship at least 51.0% of whose assets csh j! I" t.r i" .' arc owned by one or more women, or a at least % of whose assets or interests in the corporate )wl)cd h( r more""'w,en. rp'l'a lO 'ih-'lrc re t , ~ lit , r ~ , 0 r t an--1 I , Wf. nal . bl' j(' rlt Section A - SP {Revised 9/18/001 Page '4 of 28 <)d I , 't" 12 "rl I ~:: St j :i't ' r'pC s ~>(-rll Jf ,--' _i\'. lpatJOll n" minorit I per,'pr:taqe ten':1S fOt 'r:.~tru(t '::-:fi '",.;c'rK fcr ~S and Minority Business the Contractor's aggregate he Contract award are as MQnor1ty Part1cipation (Percent) H.e ~-D(1 <--J j~)r t ~'c ~ d 'irt!'i!~-iti It--'' :1r ier:< [}i l. l l ,cr-, r,)u\~li(_! f r:i j n i: ] ~ 10, il! mr ,e, i~rp et. 11;r J tJ:~ I r.1 [ t.ed t)y H\ ',C), n t (' I" .t It., t( pdl Jl t '" r, 1'1\' T atE' t- ,~m-'l p pc. 'I t: ,dl "".r to i!,j r't ~ ;-a',. !';/ p I, Minority Business Enterprise Participation (Percent) 45% 5% ble 3 i DerfcJrncd r, , 1. S () I ic ] lenqth 'mployee,c the the: lionsL uction work (regardless of I n the COLtract, including approved 1'11y employment must be substantially rhe Contral I and in each trade. The r om Contractor to Contractor or from Pll rpose () meeting the Contractor' s tl' 'roled. of p," I d r'rlg ir::ei-' r ,hall f i ndJ bred "dmm of MBE participation, be submitted by the In'Juj ces, '1 'ake I. 'dp..1-'. L Y plY""l I submittals to the City '(,L I Lnd~cate the percent of minority and trade, Hh eh has been utilized on the Project. ,)r f; f11l payment on rile Project, the Contractor vpra 1 par' i cipation in thesp areas y Engineer may wi thhold monthly or i or fa i L lire to submit bi-weekly suLail' overall participation Lng, rhp "he i. Cont.r.~( T()l mf' toast! i A-~ :I~t.~~cl{U!-:redJ.i3.'Vci'~~1 ~Q) (NOT USED) 'ffl€ o+++-f''iH+n+-7i-h,rlc-l a5-frttH-- rf" ilp~'a-t-e--'building in:Jpcctiono by the Building ~"7' +-eft 1+i1f~'TM7"'~J t-fV' 'h:d'-i''''''r--.nterI,Ll1-5---e-f:.,-worlf--fer ',ihieh Ll permit io requi-re6 af'ttl- h, -Cl-S"'if' f i-r'r+m--t"'l"F(:t-H~t d~ tht OO+lding i,.' completed and reLldy for eeeUtHi ,p.'y'-7 +~,*-Erteb .l"--i!tU5tc....~+t-d'!i the Ce .l'1' i f i eLl te -ef--Geeup-ai'tey, Hhcn LlpplicLlble. g'"et .~, h-+-'7-.,.j "".ft€ GeHeCO-LH P-H7'J'-i-s4-etts----rs- hcrcby-.ameftded in thLlt the ContrLlctOF I!Hl* 9ctv-a-, 1 {..,.,-c; If1+! .ffi~-l+""d-fc4--By-f.h<, G-i-t-,y-!-s--BttH4ing Inopection Deportment, ttttt}.. 1+' B-th'~f ,i+,'-'H~ -+i.e+"t+"rr-"."at'-eFf-wcl:;tc\"utCl? meter f.ees--Llnd tLlp feeD aD fE'-Eftt '"" ,cj. in-- ;1. ++ , A-24 Surety Bonds Pd. I'a F'{, j fell v. ue :.:. tE:- ,- j E ! j ~; ~ f' J t Ie :q J[ )"i:f'd7 u U: .) 1 ; : d nayme',1 I i'l r f (t! ,-t :; j pt\ }lC11 '/ Gpncra] Provis ons is changed to read as ':-_::JI the I', t \j t romlny :3,jrety Company who is any bonds ',.;h'J hds an interest in any :'111 bc!,c.1.s ff'L-;t be sued by an approved 10 b'~.'; lilC.';2 n the tate of Texas. If 'j re j :on ~mount in ce:<cess of ten percent capl',d and c,urplus, the Surety Company 1 is[" "'\1\ t 1Le City Attorney that the the It Lon d t I bond amount that ',11 ~,t IfrlF illY' 'arJi tal and surplus Section A - SP (Revised 9/18/001 Page 15 of 28 ''''''; [1 r p i n.-::: 1 r r. r ( Teta~/ )1 t : auth'~r 1 I. ','d do bllS i 'jess i [) t.he State of Texas. The C)Ort" '" 1 r: !( d by dflY re nsurer may not exceed ten t T"U]S!JI "5 c:a,:llal and surplls, For purposes of he 'nl' ,un1 t d' lowed Cilpl tal and surplus will be thi' e'tat Poard of Insurance as of t.he date of the tut',ry ,'J c" (lal st.Hement ,f the Surety Company or i zed at "elm. ',Led ;--'USlnE'SS i, the State of Texas, dE J9r"t, ':,,(]em ,,,he ]$ d resident of Nueces County, h. ',ct rtlI12' b. '"cuted by the Contrdi'tor and the Surety, ezces j 00, noe 'he b(~nd must be executed by a !la' .c, it]cd by h. United St'ites Secretary of the t, II "surd' drty lldhllity in excess of .1"'" reo-, Itat '~r1 j fied c, the United States r icd J r 1 Ii tt',o' me."ts all t.he above requirements. rCl7'31.1e'l Le list.ed u, the Federal Register as ItE:,.O: 'i_' I it l' 1'1 'hr. date :.he b"nd was issued," V t ''-In t cellt '::.>1e ( l s St~ or. . h~ "J(J v it, e:l 1 f t a rUl IL3. ...;. sl 11." r>~! .iU r rlC) ~_-~ :.~ r ~ t '{ '_ihal ~. a:: r ilCh .,.pt I ,,:t :; ') et :>:r-pany a:-. 1 r. / r '~1 u 0, )C)) 'r IfI Tt',~ 1 n:.:- U 1 ~): ) :- f:. di '''] A-26-Sales Tax Exeaption (NOT USED) Seet+BF- 8--6-H,- ~ EKemptH.Jft- +)f"W~----+5- deleted In itG entirety Jnd the ~.M+f't{f---8:If'St--~...e-<j Ht ttPH t,.h~4~ 6e-H-t-hH"~+-.tOf- }ffiF'''H,w'eft~5--L.t--f:e<d f-H'Bfw--F+Y 1'.iJrded -by--the City of CorpuG ChriGti €le-~ 'F1G] ify -lfH'- ell ffipt IHF-S- e+ -S,t~C), EJcc:.::;e, Jnd U::;e TJJceG unleGo the Contr;:lctor clectc;f) operJtc+o---t+fi-fl+cr----a- '~Fa-t-€.f4-contrJct Trs----€lcl--i-Red by Section 3.291 of Chapter ~i----'l'+r>t-A;-iflH.-fH st r Jt laD- .f7{~P+-f-l€--.-(4-,P_tifrl-i-e-. Fi-fttlnCe ot----t-he-TeJ{JG Z\dminiotr<:1ti ve Code, 9-f-B'f.eh- -e-F-fte-r--++rJ:.-.'-5- t-E--..t~+-a+l'fft" --a-s---ffld-y-he- promulgi'Jt.cd by thc Comptroller of P-\th!---++, -'f"€HH-fft--S -+f- 'ff :-, ,J-S--, H -th.~ ..">ffi-i:--ae-1:~c-+4-8-"t-5--+-f"f7!*'fFl-1{' -tIflt!-e+-.rt---5-€'~tcd contract, hc ohJll: ~ .-8f+; d-H-+ ''-ho-L r~JJry ,-,il.es-+-a}<--f>e-ffft-i+s -f~Jt e Ccmptroller. ,&-, -+4feffi:--r+y---Ht----8w -apf'TBfH~--a-t~- 's-paee-c+m the "Statcment. of rQJterio.lG o.nd Othcr G-P-i!~" tIl ".feK' ~3-T++- t-€-Tm--~*'ti-\- oF---fflateriJ~:J phY:Jicall) inoorpor;lteEi cH' , A-LWL-fi l~~ 3--;- -P--f--I;-..v-i-d-e- -~...;-'::-,a f-:>"'-1 i"-H-i--f::.---i-+~:".+t-e~-;'--+-6-~!..-:t-f~f-'~ 4-. -Pj :. v ide - +-Be B' :r--'W+-l-l. 'f"O!+'-""5---B-t- -ffid-E-e-+-.i.d+--- io-. 01 ce" to :JubDtcmtio te the p tftt*7s-a+-- v ~,-lei' F---~" --ffla-E€-F-+rl-+',,; . -'H Bte-';efl-E~J::tGr ,-~. --H-e-t- €-tect -'cO operote under <:1 :Jcp,:Hoted. oontroct, he H1uot poy ~+i --&a:l:e&,---E7t-eis-e-, --a-R4 U:J2 TJ1Cl::: opplicoblc to this----P-Foject.. ~:ffir-ae-t-e-F:7- d-Fe ----e-c-Hfifl-+e.-- -fe, .",.] es t ::llC c)[eHlFtionG 1 [ the ::;ubcontrnctor olDo ~+€" '.Iith ;.M'- c:+te-v-t~--r+~H€'ff~~- --'f-Re-. ~rt-Fi'let'-EH'-- mUDt ioouc u rcoCllc ee-r--t--, H.-.~r-t--ete- tfi-e --s;_~-~,-- -dft4-----E+te-- ,~t--Faf;_t_e_r,.-----i.-R turn, iooucs J rc::;ale ~ f-ie'l-t-€- --f:.'7--Ft-+5- -sttt'P+-ip+ . A-26 Supplemental Insurance Requirements Fe.! CenL pc d( i ;lsur.-=:!lC~ )verage pI U'l_l ded J n thf '_ntra, 'or shall dill dr' ignei L': tne I02urer ;~~ trig: dCz rdance en(iorsement wi:h Section 8--6-11 of the to the applicable insurance ,( Ie tllf .'V' .r, t )f ancell j J >l .1 ITId tc I ] ii 1 chancre tha reduces or restricts the cHance if! or.led by th i:, coverage part, each Insurer covenants to mail v' J or WI i . en W' ice i::.[ canCE: llation ('1 maleri iJls..hClnge to: Section A - SP (Revised 9/18/00) Page 16 o[ 28 The c,_~ d"" W,tf C;nl Engi work empl F r C 'nt Pl '1 J and t; he tll ~i \t-J ': )fl i r~!:-' ! t f N'llE' : '\(-1 ~ re 3 i t, t. 11\11 r T.. t t1 '-'orp'1S Lng Scr )ntrdC! 'hristl Vlces Uepactment !\drnirl i st r.3.lo:: Ifi 92 'IHisi I, TeXd" 78469-- )77 Number of days advance notice' 30 11. t-' r r 1 T eel j he ; J t? I-:~ d t'~' t 1 ~- e r t ti.l Jtc Jl J\'(: '1 'ri' ; ,] SJ<H'~U 'j-' LL. iI Goldston Engineering, T~H' f' 6 ., ...( C' if -, ,a t L" Colwell & ~ t:~n t, j (:,1 1 t,elI 10 PS . : t f1 iJ '~ i"ln~ i.e!lli ~ J ;" (:~ I Associates ~- \,7 rl ; :1m~: ! ;Dr ,I', ! r,; Hi Associates, \!. tnt ,1[', j Ii rrr t:':' .'~: ::: '1 r i i)' it> d 1 c fi Ine Ine ,'mp 1m Hl >111 ~ r \^,<,t, ",('f l lL and r: (~ i i l:'el th,,, r!Jq 1 neer th,~ signed endorsements, or tn c thirty 0) calendar days after the _Ii t ,-: ign I he Contract documents. se::~ cr C! i t ;_ t:: r ~ :H~ ddl "1(' -,ty ,-;ngineer requests that the I,lie -.:untcdctU[ shall provide the City l'ifYlng trkt the Contractor provides tal alJ employees of the Contractor If"{: t-~ Jlq ,_ments, ~ ,-lrarll c.verag.::: ! tLe t 1 ~IC' t ti _.1 iPI- are led ",:<'.;;rdance WI th Section 8-6-11 of the -lln an cr:dorsement t" the applicable insurance Lng lLdl the CUy, eol.wel.l. & Associates, Inc., additional insureds wider the insurance policy. )fie; 1 I ~,(j'fi Wor k~- t ' s Compensation coverage. In" "mr LOYf' .- .,1 '()ve r ,~j'fC' -be,:, npn in k'j,bt d 3ccordance with Section B- an endorsement to Lhis t r::;l' t (. ',:r J~ I y, harmless a[jd defend the City, and Goldston Engineering, Inc., their S, ,l[j(j "deh of t_hem against and hold it I'y dul -l]: la'"sui ts, claims, demands, ~es, u j I]!n ng :U',.l!:t \:osts and attorneys I "I}' ill J ',) dllY pFII,on, or any death at in jl r dny damaJe to any property, be J] e,y'd t,:) :lave ,risen out of or in r," I I,: I '()flLI ct. The foregoing ~:il! uy, :ieatL, or damage is caused Ih, ault of 'fIe City, Colwell & Engineering, Inc., their agents, n(1{'mn j f j ~:o.d he r~under. n , ' r Goldston f-;pr :-;('fi P'::lra &-27 Responsibility for Damage Claims r'! aflPT: &-28 '_:i(:{l fO rm I - . j .. ~ 1(" l' an installation floater insurance coverage for the tc ;ildinCluoing the date the City finally accepts Installation floater insurance coverage must be an "All "t '" P"\ 1. --,):,,1:5 n cessary to procure such insurance coverage, i nc:luding any deductible. The City ,[ lU''-! H'y' F"J\lcipr' providing such insurance r ) ~ 1 It--. '-, J Isi pr c ',., ur: ra':: Jrk ,nstallatlon floater rn j s r t it ~ mf- drl j (H'! r f-?'! i':1 Se(::-1 1 I c' f he General Provisions is Considerations for Contract Award and Execution r rldl rc'(~ u Tn i_~ 1 IV\! t";(' obli dl 1'''fi_ 1 t Er _llIii 't~ r ~'.i: F' j bidd{'I is -1'.'llrd, dblc to pcrform its the City Engineer may r- he crnl :1 (. 11_' t r ] , !'t- t i 'j: r\ n(; Section A SP (Revised 9/18/001 Page ]7 of 28 2 iE'S have bee: Was the b1dder In attendance at the Mandatory Pre-Bid Meeting; Wf, tho .ll r.ri :)1 ma t (: r 1, L S f r c -'e U .'if If' 't:d ~lC Jir-:C1 t- >? iat ')f p,. lIT' in Ie I j.j,: 3 w' {,th., I I, r! ) 'J t OCi pl icd fhI' m;j c' ~ 1 ,u 0:-' ':'er.11 fie \-/( ,lI' e irnc he ::1 I';. t l'- Lcjrr " '~ ~:i - ,. A bj.idcI m2Y al Of statement, pref'd'" requ, ';1. s: qr:cc al d part ,pee f ii rc:~r;ir-~(J Idter 'fa ,ated l) y ii" lJ r n "1 ~_~-:(-^ t A-29 Contractor's Field ~nistration Staff tiled dqalnst bidder for either failure to pay IJpplied aga J IlsL dny of its projects begun within The hidder shall specify the name and address the amount of the llen, the basis for the lien r E' lease )) Lhe ] 1 en, [f any such lien has not S' a f 'df' the '1 aim has not been paid; and t ;'f,(llng U'P,ild t- .:~lat(' In'}' bidde, :~;al the d ) 2j ms acainst bidder for services c>t its projects begun within the 'ipec:.if j the name and address of rr],. ba,s i's for the claim, and an : 1 U L t~-t'( l I ri . '3uppl Y'Ol:SLl ucL Lon 1 eferences and ninety 1 q:n dilY'; pnor to the City bidder's owner, president or other and ]Jahl 11 ics. a financial Engineer's authorized The 'ont.ract:o: super, nt "'ndcnt:, Enqinpf7J :3ha,l "mplo'y' lor HId fOe ,'mcr, wh' Thf -7~]'l"j ,j Jp ~_r Eo! 10'," r 1 ,hi , i l this ProJect, 'y" :areful anc as its ccmpetent lield administration staff, and acceptable to the City ::Iqineer makes this detemination may include the J. n.. SLDE-rl er,den mus' IdV, ,d ] ("ilSt five (5) years recent experience in field 'ndLJgpmerrt d.ne (J"erslgh' of ) ject!i ot ] similar S.lze and complexity to this p)'ee!, This experience must lilclude, but flot necessarily limited to: procurement of major material items; receiving and setting of major material items; placement of foundations: electrical systems 480 volt and 12.47kV (direct or subcontracted); schedu 1 l.ng manpowe r and material s; development of and maintaining a project schedule; development of an updating a schedule of values; corresponding by email (written, drawings, sketches and photos); i2"Pty; :oc'Lii 'at >n of SlbCCnTl,lctors; ,md familia.city with the submittal process; " 0'... 'ld "lie L,te .'ag(' fa t r"1u, ,',?ment. S ell"l C i ~ y l :or.t. ract close-out procedures. ~'ht.. <3upe r 1 n r ,,'ncien l >311<:: e formed. L." P) "i"'lt, .),n trlc ob ),ite, at. 311 times that work is being "r::; ('men, fe! +tttl~~, :,hal h.l\;'O it least five (5) years recent experience in similar ".fC! kine UCllrlg large electrical projects involving oil filled transformers; MCC's, 480 volt and 12 47kV electrical systems; and be subordinate to the .; r":i r t (nd~ !,t ~''(!l {,-mer (J.nr'.(lt let as ';UP(~ 1 nl ~!I!(11'.I1L wi tr-i(llll f)r-ior written approval from the City. Docurner,tuti.on lOIi,','rr Ino the;;e :equl.~'\;:nenL'3 wIl] -:=onlrac:tu's tiel:J administration s:.aff, and dny theret. lllUSt l,e '''Pf.>rov''d by (he Engineer ~1ssuml:'g ,'"sponseLI] if.' on the PrcJh r be reviewed by the City Engineer. The ::ubsequent substitutions or replacements j n wri Ling prior to such superintendent 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 'btair,.d, th" 6ward may De ,(",,",o'<i Purthel. udl written approval is also necessary :;rl:r ~) cLdn'.Je f\ ti, d idmir,j'Ot ,j'..'[j sCdft dur~n'1 tl-,e tet,n ot this Cont.ract, If the :ont ra f Jbt :In 1'1:' ,:1' I - "en appn:iVa 1 of the C i Ly Engineer concerning any ~ub;c~~t...l It -)nE, l~()Ltcf:::n,~nt.( IrE 1 iJc!d adrnjni.::;t atlon :;taff for this Project during the ',enc, () 1,iC' )') Y :>U j fd' :.r; ::stitlJtf':; has.i,S annul the Contract pursuant to :ect ic Section A - SP (Revised 9/18/00} Page 18 of 28 A-3D Amended "Consideration of Contract" Requirements Uno, Sect w ~ tl pro! subw 2 3 6 ~, I. 8. ,er D s -'- ~, .5crlt-:-1.1u "lip"'," ,.t tt -'j t'tc-r-rn Wi ( le me: '. ~--> ~ , L ~ sui Lfl.,'v ""ont ho..:. r e,~.'--:t" f', .rl' ual '~por P[ r, Eljt;.l. r lmt~ ~ t C I P! i J [ , I t-ll f.-t .~i i <> ( CdE 'at "1\ r, ,'I~' 'hJ:i-:-?e (3.1 ipl>lrl. lnq ..,-. r-; [, ~ 1 ru::.' 1 \ - fl il" t-l--.> ',.J ["I':'" !i0d..l1c -(i _OWl flq Sf edu, P JUI "h, ,1::".! ......1 I. 1(' ;.~ ill 'n t J-;I' ! ,r, r, , :? lC! fH-:-' 1:. kif! h.-' q ;!('f- ,_l1 f Lh, I ' ~ c' 1 :,} a II me- ~' lr;, 2. - t , 1 ' r,c 'II' 1 {~, : t i rr"'-' _~n ,1 I ~H !pr'-T / j , I! '~ITlt r t {il i remc" t-ract, : OWlt>j owest IOWJr,q ." f liCCI! Ii peel t I ," (.~ Mtc" cJll~:'ll Construction t,.,J lewi :',g text: Contracts" ;,.' ,t \ t 1 Ip,:t ,oj ~ hE-' ,I,,, pubj "Fening and reading of Idders (based )n the Base Bid only) "t t'ma t i ('n : the must r tosses n; tt a ci tederal t:f t k ,cb HhF H)star:t 1 he . r meet: to :t ''If' 'roject; :mate5' the cost for each major 'Of l t ,.J i ] 1 llr::' 1 r acl ( r hi sh__1 fIe) ;Jde bu t is not limited to the monthly for rHyments the Project t r4Bt: t l r ms h':~ llpt'nn \ ;:In ti.at jelL, h,' t fod will participate in the f rhe work and dollar amount DIther Lhrough appropriate [ ;; 19ned affidavits from the liT' ~cet the guidelines contained will ne ~equired if the Contractor clearly show that MBE above, the bidder must ,f the City Engineer, tha~ ;Jeen made to meet said ",' it [,qll 'Hrnents is not reasonably aqencies ;p,_-,n'~es J" rl( \ ~- I .'.-, :equ i r~:rl(:nt ',11 i fa't tOl, , n t d ,= t , inE-'p. :.r , L, I "'1 '[I t, (' Prol ect . This list may 1',<1 In[ ~omp 'nents of the work if the Ii,., OJ which subcontractor Hill d , riqhi .'['prove at "I.' ;'he C:()r'!~ ] tU[ hal j sub "llt rcL:toc; pri " :-nq jl'~'~' doe'~ -!C:t apr' rOVE' aJ jt l("!j r'd f.... t Ii J t r,(::. h. UL' >n tc f ; Ir r'r,li' 'J pi or t, ,- I, 'r n::- eH ! , r lr l' fl in ~:; r 001':-' ,L; > 1,0.,'; r "< lh, ~lj 1 dCl 'j .\ subcontractors that will brain written approval by to beginning work on the proposed subcontractors, ) ! ! tlT f J durill'': tt!~: t.o "pp r l.Clpdl Trent sly ,stea dnd approved is soughL to tpt'm of j ',e Contract., then the City 'Je rlr:y cllhstitute or replacement ] r t hH P i eet. Such approval wil] he subcontractor will result in an t' ;l~J:n ,,[ trc 'on tractor to comply with :1' '.ih: 'h arc lu1 the Contract pursuant j , F: . I -.-is i " r;'~ij\i Lp (Hi 1 nal c 'let i, 'r ',t Ii " t In(J ff"lciti ~ships between the major must be submitted to the ,] [ie,:, ~'~3cl erill l:~ 'f :'[ "f' . rl ~ ':;PPC ,1 i A-29 the roviSlons A-?8 llid Execution and and '\',...' ,j SecLion A SP (Revised 9/18/00) Page }9 of 28 9 Lln~entd+- cl requl~":'d lpeciil Pt, '.) ,,-:] on .1\,- IS K, if applicable. 1 W "h. t ] it , ,d( iay' llowing b'" ,;peninq, submit itityin<f '!;)'~ ot entl.tj dnd star.::, i.e., :Jr, .r "art ;Jc', "hip, ,wi namp (.'3) and Title (s) !It )nt on lv.hel! f f ';aid G'lLily. inlet ter form, Texas (or other of individual (s) OJITIa"- 1",)1 ltei -:Cfoorat he, r L l~::-" f') 11 A listing of existing and previous contracts of a silllilar nature, with a notation of which are current contracts; references (name and phone number) for all contracts of a similar nature completed with the past three years. A-31 Amended POlicy-?n Extra Work and Change Orders Dnde ""~,enE::'r61 !.J;:-o,.:is ()n~~ cine RC>;iiJi ri?mpnt~ 8 101 L;Y.2n EXt:Li W rkl!1d C:han)", ,order" with th, f"llcw 'lCl ~"1uni( ipal Construction Contracts" B- the present text is deleted and replaced ;ltract:J L di 'kn k tn ",h i ch "'ledges tha : he Cltv tdS no obllqdtion to pay for any extra a change :'rder hdS ul been signed by the Director of Lces or hJS jesignee. fhe Contractor also acknowledges that (W,jy,uth" ;"e> chdnq(' rders whi cr do not exceed $25,000.00. ~kr,uwledge~ ':tlat dny chdnge orders in an amount in excess of i 1 se be dppJ ....ved by thE 'L tv Counc 1 1 . f- ;"finee,C=-ilC :;er City :;:.19 ne. l"Jf-" ,:)ntr j ~tO[- ,one.J' mL'3t A-32 Amended "Execution of Contract" Requirements Under "c;enera] Pro'Jis I ems dnc: Reqcll n~mcnt .'l for Muni cipal Construction Contracts" B- 3.. 5 ,,'xE<'ution cJ Cunt .,et add t[". to] 10winq The dward th, ( 'y Enqlneer :C' yrwtuc",,; 01 t d'l'horized'Jesl Iv:Jlng ! or bl pt-: r f_) tT!) U!l C1P 1nE.,-_J :OLjt r2ct C:onLr ect !lIii be rc,;c i rldod at any time prior to the date the lell \lC: ,'ontract to the ConLractor which bears the "e City t1anci(JE,r, City Sh~reLory, drid City Attorney, or their lnees. 11 tactor hd:' rw cause of action of any kind, 'cad. 0(:0"11 relet, aqaulst the City, nor is the City obligated tit,. (:( ntr d unt 1 t:;,- date the '~i Ly Engineer delivers the L(J the t](~l-'Lor. A-33 Conditions of Work Each b: .older compiet 1,m oblirpt j ')f\ at tell'i . he mu~ familiaLl;" hlfll.',,>lf fully with the cunditions relating to the ur t lIe Prject. Fili lure to do so wi] 1 no' excuse a bidder of his te. carT'; 0' t the frovL3lons of thIS Contri1ct. Contractor is reminded to Mandatory Pre-Bid Meeting referred to in Special Provision A-I. A-34 Precedence of Contract Documents In C1S<' .::>t conflict tnc ConI fact documents, first precedence will be given to addellda issued dur 1 nq the bi ddinS phase cf the Project, ,;econd precedence will be glVe!' t the Spec1dl ! t'ovIsions, lard precedence will be given to the construction plan: and schedules, fourth pecedence will be given to the technical spec1fications, fifth precedence will be given to the Standard Specifications and the '?nc.:al Frc"iscon wll L bep\,tfl Idi>t precedence. )n the event of a conflict betwe'-"r allY 1 r '\II'1a Speci f J cat ions wi th any other referenced SFCeC Jt):l3, ,;Ii'h .,s lh' TfX Li Department of Publi' Transportation Standard SPPC''- itl ens r Hi..hways, :;tl,:~I" and Bridqes, IEEE, ANSI, ASTM specifications, et,: t.y~ preced;,~n'e ill bc OJl"'e: to addenda, Special Provisions and Supplemental SP,1C, Pnivisi (; apI--I, able!,. const ru'( en pLlllS, referenced specifications, technical specifications, :;1 rd,lr j ;f",cif', 'it nfl';, dnd (;pneral Provisions, in that orde Secticn A SP (Revised 9/18/00) Page 20 of 28 A-3?_Ci ty Waste Water Facilities: Special Requirements .t.T! +s-i t--E\-~-"~~~.r-'.--{J.-rt en-Eft~...t--""'}ft - -. ~ N~ ++ fH - F-f'''l9lH-;I'j-Wtrf-h-_t-i - --any- ,2+t-y '.JCj t.cr --f-ac i Ii ty, the ---GBntrClctor, hi::; - ;+I*'.)H ~F~~t:e-rS ,,--aflf:!--~2aeft- - t' E -f'-he-i-r--C:TIP I 0 } e c t-r--ittB-S-t---fta V€-- on the i r per son Ll ~ -'riM -=-e-~-t--Y-.Lft;~-- --t""-fl.e i!' --- t'!'-T-ftF--- a-l0-_-e-/tth-H-t€("- '"~ t--a 'l iG i tor ,ICon t rClctor S.:lfe ty -;-~"lht".~Hn- P+-~-,"'t- €€ft;ol-tH'-+_-<+i---b-y t-h-c -€i+.y-w-e-t-eT-Dep.::trtment Per::;onnel. ;", '5-' i +7" .~-.",~ r_ t-ecE &ct-t-+,+'1 '~'1eFl--E-at..-'l-Bfi -P-f'-f*j+dtt-W+-t! Be- offered by .:luthorizcd i4-v --I'.ah-!-- Det..~mPf,t t*+~;'''''lftt;.J,-- fu-+--- j,-ft-{),;e-- pe.,..--5-B-fts------w-ft&-- ~ ---5-\i€fr--a ...,-H~, ,n-" hi")- . f€-5-'l.f+c "--" 1"'" ,-~. H~m -ij-n-y"",f'+'-- w-t tfH.-A -3-H y----&iE-'y'----wa-t:-e-r- f::lci lit) . ~ '+to..1 ",...p Fmat..'" 'fA- M~---lc Operat~on E..! _ Ci ty-Owned Equipment The Contractor shall not start, operate, or stop any pump, motor, valve, equipment. switch, breaker. control, or any other item related to the 050 Water Reclamation Plant ~y ~-~acility at any time_ All such items must be "f""d C1 b',' an pc,], ethe, 'i.l'h<.r; L,~:j ","intenance employee of the "y W, t '-..oJ..-j c~ Der:,;:tj"tr:f'nt P~eet4en ~f Water Quality fto" ~~-t..;-..-y '!He!;-C- de1-+ve+ -Wit"..-t --0+- dF"A~--qtta+-i+-y to its customers <:It--a-l-.l. ; Hfle",-, -'f'h'~---~~H-;-;-fu' H f'f~4---f..~--++-y---e-' -HIe \'::ltcr in thc job :Jit:--e -,ffl'-<-;fuc-}j- {"€+t?f'-e+ftrt-j._" i C5-- ,,4~~. ---wi-F-fi-- 1~_~ -t-i-~ yWn-8:~F --Dep:lrtlRcnt to protect-ffle. . \ti-i.l l-+-t v -""", l-U '-e '-~-p-, 4- -. -COft-fonni-t=y -w-i-Nt--~NSF -8-tandard 61 f, ,t-~tr-.}4 (of h -.t;Hj---'~!"ffie"'4 -+o;ed Htt-fte-~Fet"a.L_F_;- --~3o~;cmb4-y-, tranaportCltion, I A'. f'.-rtH-"",, _b-'f+, -d-ntl-~'r:-"e<'t, '+H--e-f t-~ -e--r-d-ft-y--e-l:-fter i telR::;, I/hi ch could come 'nfe€- '*'"Rf'=.lt. -wi '--fl~p()t-af4-e -"Hlo-eF-,---itttst.--i'oR-+-Orffi- ~-Americon ~btio-FI-al Et3nd.:lrd:J 'boot,-- H-.l~'LHdj i-{}j'-.rl- -..;,t-frl F-a-t-l-e;t Fffit-!Vh-Hl-B-A --fANS+/-N&Fi--- Stondar-e-- 61 aD dC:Jcrffle4 1=---l4~-' - ';'-f:Htfj7--f-d~-~ f:-! ,+-t i ~'f Sueh---ma-toeE:i-al-s-- ~ -all- S&l-ventsi clcaneFS-;----lubrieants, gaskets ,thread eompounds-, ~1~, (>>, --hydFau-l-i-e- ~pmen-~ ----'l'hese-- items IIl\ist Rot be used unless -they- eonkBo to l\NSr/NSF -Standard- 6-1.- -and unless sueh items arc 'i-nspeetcd-on the -s-i.t-e-by- atrtbe~-G-i-t:-y-per9onnel -illllBediatc1y prior to use. . ..', ---, B-f", t rry. '8- 'E-- ~; ++Sl-fN8--' -r;; dFHiH 4- b-; w-H J,-- I .,......" hi f'- w-a-t--'"i:'-c -0 F'7"ihh' HttL_--btt<t~ -witR- e6pi-e-s--of '"rittcn proof of -'tpn-ff''!c -hTF--n+! lTh',t-E--t-t&l-s- "hI ~L could CBffie into 2ontoct 5 Handl1ng .and Disposal of Trash fl.! l ~ ldsl in :enc ratE- JI :HtISt be (' I 1 u' 1 ni <.~ J Ii J; 'ITl( 1'!~;, Cant ~-acr ,ned :It j] i OWf :1 . ::'~l'-' uJ hi me >; rrt_- trdl"; employees, agents, or the \,'.}tcr f::lcility oitc, sha 11 keep work areas :beo;-' ; d'. '< ill t n ciail~~ 6. Contractor's On-Site Prepar~tion 1:,):lt 't.;T '; r:)~ ::=;(;)ne [,Ifill" t!JLe, 'I'l(-li t!' and individual employee [[.ust \-JCdf iJolcred unltorm overalls other than Each employee uniform must provide company name identification. t sh,j tpl c-pt>'_-.nE'" )1 C~);J" d( tor personnel, telephones are not available for Contractor use Plant Sec::ion A - SF (Revised 9/18/00) Page 2; of 28 c Wud.ny h,urs Wl t)", 1:00 A.t-1. to 4:30 P.M., Monday thru Friday. Outside of working hours, the Contractor must respond within two hours to correct, problems resulting from Contractors work. The Contractor must be aware that the operation of the plant is 24 hours a day, seven days a week. The Contractor shall take an active roll in making sure that the systems placed in service during working hours will work. The Contractor must obtain approval from the Ci ty and Engineer to perform work outside these working hours under normal conditions. ',,:l'nt -1C or mus- t n )t 11 c:; ,::. any ( l t t CI'C je =::.""', sa . l t , Y : i I l t fa i lity u'strooms. Contractor must f\ >u ,1:, ,ct(,';'2hl. "Co must Lc packe,L! u+ in designated areas as determined by the Plant, 5ci-h:'~i -rt" Ges4-Ej~ed b:f City W.:lter Dep.J,rtment s4~~ fo, 1 '.unT dCI " t \'ehi,~les 'lust be clearly labeled with company lldDle Nt prlITi1T.p'---_employee ~~~:.s:les" dr'e ,dlowed at the 080 Water Reclamation Plant '\11 personllP 1 must be in company vehicles. During worklng h"urs, :)nt rd "or employees must not leave the designated 'cnsl :'u,'~j ,n dlea n.-.1 wander tt'7ough any ;mildings other than for nqL rei '^ '.rk ))1 is ,J '("ct.ei hy 'itv Waste\'Jater Department personnel j, ri 'IJ 'me qer; "n, :+ , {Wtt-I ,re t'H [ . 9tlTH-t.f~ j c '1 ,~ -- H'ABA (S U PI;]'V.I SBRY~l.Tl~~__Q0.T~ -'''CQU I S I 'HBN+ A<+y--~ {+,---+Re- eemf>>+E.ef'-t.a-s-ea. -ffleRict or lng Clnd cont_rol Dj/3tem mUGt be prformcd -H1H-y ~'~h.H-+{icd tech+l-i-ed.f-~-"lfI&'- Gupenri:;ory perGonnel, -as- drl-e:Ft:tffie4--&Y~~'~~.l"J+fi-eat-i'oft5 - i thru 9 ~. ThiG '"orlc includeD, pu+- +&~ +H+t-+~+- t-o, "1,tfri.f+ea.t,i-eT\-s,.-, Cldditic"fifry-- chClngeD, oelectionc, .f-ci~~, i.Hl,"tt1+-Hlff" - ',"",'f:n-eet:-ift<'t7, rrogrClHlfRi'*f". cUJJtomizing, debugging, e" i i-hf-a fc+ng,,,, B-:F phV'cHHJ' +ft - +-i*"EU:-!:. i Bf+--Ttll, ha rd'.larc and! or co ftl/arc opeci fied EHre-qU L r ), cl--By-+ ~'-5fH ~f -4. pc,{ Hm-s~ 'I'+tt;~':+,>Ht-Fd<'t-Br-fiZ1ll cr-.fH-s 'Jubeontrde4'ctlL "'B-Em-'-pFDpoJJing to perform the SCl\M W++T~Ho-'-Be- a.e.l~,~tf+w.rt F3-te-+l"te --,f.B-l 1 O'.il fig: d ~-~~-&1'I&-GJ:- 'subcoRtract~4~s r(~gularly cCffiFutcr b i-see.--ffieIt+tO-LiH3..a-R€l cant rol :;yctem buoineco, :1 pp 1 i 2 d 4ce- -~ HHtf't i-cif'it-;, ,,0. t e raOO--wa 0 te.u t e r ~~-y-. engo.ged in-Hte prefero.bly 0.0 b l'fte-Contracter firm--e-E- subcontractor firm ho.:J performed \;or]( on ::;yotemo )f compo.r-af~C€, -EJ'F'f"- o.nd comp]e)tity o.o--F-eqtH-Fcd in thio Contract on +t --1 ('c;-sJ,-f.l'~'"f'F-i'7~-F'+" ~&c' e. ----'l'fle--.Goatractor firm.-n" subcoatractor firm ho.c been o.ct,~y engilgcd in lpe- tv'f'(L-()' 1TBJC*.--SB-eeH--i-+"fl.-*e-fe++t--lOf'd-t -'H",.}",~ 5 yc:uo. d --'l'fie- Coatr;:letor 44En. &1"-.. oubcsatractor firm employe 0. P-re4'e,ss'H'H'h, 1 Eng.'J<ee-ri .+~~~"' SYUtCHIU -Engineer, or an fTflgincer H;r-- ~~"'--&f'-- rte-rfBfll\,-.-tfte--- ..'ark required ~f-i-eat-'€>fT& ' negi:Jtered Electrio;:}l by thi:J o. 'l'fle- .{:~~----'f~ElI-' ~E- s11bcoRtFac~-fi-Ba-~yo perGonnel on thi:J ~~ wfu'-~"'i-ct€t~p.fi-,+f~-€ompl :::ted il m.::lnULlcturer' 0 trilining couroe ~+t' .-;.~~.HtIH~' af"fr ~emett+~-~-- ope:::i fi€---€omputer:J, nTUS' 0, .::lnd stlE40"":xflc'----f>,opo:1:::d t-e+- the Contra-e-t ,-eF-will successfully complete ~ trainiag prior ~ -beinq- . certified, as a qualified LC.,I"E!l III Techniciaa for thcOSO Water Rccl"-,,tioa Plant (refer to Section 1.07C of Tcchnica~ Speeification l3308-f~r -tbe--FeqUi-rcmcnts for- qualification as a-I,eve.l, ll~ 'l'eehn-ician}_ t. The Coatractor-4-i-nn--QE-subcont:raetor, firBI R'l~J~ permanent, --fu-l-l.-y +'"tft'>'!-cHt.i-e'j\+i-t'"i'-B '<+~-fite++ity_-'l~ 40++-'ffiilec of the Projeot Section A - SP (Revised 9/18/00j Page 72 of 28 ,- ......b.- -t-1:".----ffi,:- .t-ftl--t ' r, I . ~...:-...' f I H FJ<1 f F;- ea+~fa-t--e,---an4-fH"B+~---Ehe ..;ystem::;-----5fge€-i~ The- ~~r -.f:iorm e>>- subeontractorli-En--5-h-a-H tur:-li::;h equipment '.lh-i-efl "+t' pJ'>4Hct--"'-f .-,++' ffiafitl-fae~ >o8---+fl-e-m::;J[imum fH'-a-CEicLll C}ctent. W'~-tfl-i-;c --+-b f'tB1' !H-.+,t,-t-en4-, dl+--c,*!uipment o-JC--,') given type ,;ill be the nl-~0t-e-+ -Et-A-" f:q.r-H llfr~+-:=,t 'jrE'-7--,- t,ll'++.f"~ -'+-:f-ffh_1f'!-e1-,'. +"c- I f-t'c----G-f;G-Wd-'j+-eWdt..-'-f--Tf6:t-tment PlLlnt lIill be u3ed Hi -, Hf1' I ,< >-j -B-F------ri+--~~ft-l'-+-a-e+B-F-- pro g r ~m::; the n e ',l '.10 r k -fB.-r- , ,'~ '1tt':-~ -J-, J PH- 1 --f ,-~ -t2--r "~1"-- -t-.-; :L+_ ,.~t--r-,"'!:-HJ "''' H! !'++~--a-+-i--fi+-J-ee--6~f'fogr.:lffilRing blccks requii'-e6 ',-- l'''f'W 8, fri'o''!-=.c'F'tffi-J-nEf----as--~-d~---F-e'l-tl-:i-redi-----w --aOO--thc:Je t'.;o :Jystcm:J ,j'e--€7~-5-E-Ht.;t ':'rljL ~-~---y-c;l_-Pfft-; At-b+ehrd l::; o.n eJ[o.mple of the H-t++-H+" J-----p Kt<j+-dfflPH P<:f- ;'d t, (lk-&- --Whr-e'fl t h€-----E'--i4.-y---~ res to be fill e din----a-R€i 'j-,_.ftf -, ,i*" --'--+\'-';1 E~~jee-r-----w-i-t-fl---B-ll- eh:mgeo RIJde dtlFing the progr;Jlfl1fIing H-l'Tt-S~""7""--- -'I'-h,~-tE-a-e-l=:+e4--";"j-ft+:."':~--"Tttt_~~.--d-FHiH~5_fl:ot intended to :Jho\.~ .:111 ,'.4 ~~f*F-e'ltt-ii"'-~~+- .,.}tt"f'~ ---+-f:t,-. ;+'t-A-.t-.---f:-ii-~---w-i:-+_+--proyidc 9-D~____p_rogr.J.RJninq: ~ ~'I-; -:y t-5'(: ~ . 8 L\::n( "-';.l'!,'l he( 1.11j '~me~ L( at OSO Water Recl.amation Plant shall be (tt '11,' nc:, d :'d Kr\(,.- LydI( ~lan(j- digging due to the number of s' rei ,'de 19l "Ull, ;; r J 1 ()llS, "i,) trenching ma::hines shall be allowed on '.- f J'e' The Contractor shal.l obtain a copy of prior project drawings (at ~ts own expense), for the 050 Plant from the City. These drawings represent the existing underground facilities of the Plant. This set of exist1.ng drawings shall be kept by the contractor for the duration of the project Each excavation shall be documented including location, area excavated, depth, and what if anything was exposed, An attempt shall be made to identify the purpose function and service of each exposed item. At l.east one photo shall be made of each excavation showing any critical dimensions and include lano marks, The locations of each excavation shall be noted on an area plan As-Built Drawings and include references to photographs. These requirements shall apply to excavations including expl.oratory excavations. A-36 Other Subm1ttals 1 ~L t. iW"; ."9 :-3ui'mi t t <J J .on1 ,j t ;hd 1 fot lW the procedure outlined ,w "'-iI.'PI CE;' s.i r I ~;f T' iv nq ;uhmittal )u :lnr t, Cor~t fCi' t ()? E:'nc :._n~- ~r j r hall S.lL-rnl t number required iqnatcrl '0presentdtive by the City to the II l b ~:;;s u.t ni I (Hi' ld'1it -J'-',n tJ "lueit.] , h.... "'-iLJiJPd C()Fies, the Contt'actor shall :dn~3pJrcnc:y r or all shop drawings. l':m "t rIdl <1'1 ". a FUt t d oJ( w;rn it' lrnt,- , r ! ~) rr:'iS ")J i l r.-l ,: t ItfLT.lt i Jilljl' at r [" ,>f"j this 'Ia]] use the Submittal Section; and sequentially must have the original rontraetor must identify pertinent Drawing sheet -I number, as appropriate, 'Il r ! t c1 ~:o t' , t r, Clumtcr( ut "i r'] r' [orm Ri' a 1 pr,dl'~' r;tr a,'! submittal ':, j f fIX, ~;uppJ ier ;-i i'-I: -~:;ect l. i!!lm. r specl t r c_\; , 'ntrr:::( mIl ~_, t dPf' Y Contractor , s stamp, l'l , " df leh -ert ifies that review, ;1 , cd, r 1 C1 dimensions, adjacent ! I lt~ i,.... II!' :di ni t r t rm.,jl_ 1 on, is ill 1 In accordance "'IF 'jf'- F )f! ~ r, : . documents Section A SP (Revised 9/18/00) Page 23 of 2B 3chedull!':j; :,~ e, t "nd >~ 1 bIT "' S 1 ~~on' ra<.t if: J \if must "chedu] e the the C:tj Engineer 1"0 Ltems, submi t tal s to feJr approval, expedite the and coordinate ,1ar .',110, pr:::,du( t s ;t" 1[:0;, co Dnt cac-c 1 must mar k eaC;l copy models, "P' [C'lns, and c,ther data. jat" t "r \,j inf L11dtL~n urllque to to identify applicable Supplement manufacturers' this Project. fa at lor >-Hl! ract :3: I.'ont ra( t (1 t iOC:lrncn t.S and >nus:: Ldentify any proposed variations from the system limitations which may be the ~ompleted work. ic::~. : i IT't'n' t] 'Ct~.;.:, any Proch>::t Jr ,j] perf rm-ince CJt ,pa:'e R'<lui~emelts: 'cr~' C2(~t( and ErJqirl(~'?r :ontractor rmIst provide adequate review stamps on all submittal forms. space for kc~,ubmlttdls; c( ,y ('ity :',ngineer U (-lIT! i ~, t- a 1 t rdel:n must and learly leVlse and resubmit submittals as required i dent i fy all changes made since previous '1, " r 1 ,:JU t .::m ' d~ r<Jet must L t nbute copies of suppl ie s and instruct pport, t~llU Contractor, any reviewed submittals subcontractors and inability to comply ::;uLc. 'ltra." ,'I,d uffer, r.',' te f'f''''lpt \,,' i t h rJ ':J v sir i l~) 'ci~L"':'3: The :lOl.L act ~,r IT] mdn l:'(l~.tlJrer.f :-:;ta!}'-1i.ifli ( 1 €C't nrl submlt sdmple~ of finishes from the full range (:101'5, textures, and patterns for City Engineer's st dlJ.'.!,f'eFalr R~pur_t When ~pec 1 f j ed ubmit three ( j te t~~st data 'therw', Ee the in the fE-chnica] Specifiedt ions Section, Contractor must copie 0" all shop test: data, and repair report, and all on- within thE specified time to the City Engineer for approval_ '_~L a t_e~ Pgu if?m...:.nt w ~!.1 _,!y~~~e-"pp!,~'~~ for use on the proj ect. A-37 Amended "Arrangement and Charge for Water Furnished by the City" lInd€ B 6, !. ;ener -3.1 Pr-ivl :, "rr ,lf~JP=-m'''Et _ ar' lons <11 (1 fic .]\i cements lor' Municipal Construction Contracts," Chd!:'l.': L>rl'ia.!<..:.r _FlJrnis~ec!.bYJ:h~ C~, add the following: i'he (onl rate must comply with the City of Corpus Christi's Water IS,e) vat m ar D:o\lcht (cfitingency FICIn as amended (the "Plan"). Th.is 'ludes ;mplefr.enting viate conservation measures established for changing ndt'i:)n, Th" City F:ng ncpr will provide a copy of the Plan t,o Contractor th,' Plc'::,ms l:UC:l,lor mee' :19. The C(mtractor will keep a copy of the Plan th~' Fr ]e(t to thr__)ugh(;)11 construction." A-38 Worker's Compensation Coverage for Buildinq or Construction Projects for Government Entities The r e'lldn-'mpnt' t 'Not] C'P t () :ont ractors tit is 'opp'ia j FL"fl R'" are incorporated by reference in ~. Ccr~ifie~tc of Oceupaney and Final Acceptance (NOT USED) 'l'he- +-5-&ti-iHK"€- -Bf '+I €<c,~-'t-en+--e-- '+f ,') ccup,] n c y -{-Br- ~~t G doc) not COR c ti t ute ~, 'd'P'~dft€€. +Ac-t+t~i-ffiF'FBIfeffi""f'+"; undcr-+:;ene-r;:J] Provici on !3 8~ Section A - SP (Revised 9/18/001 Page 74 of 28 He,u A-40 Amendment to Section B-8-6. Partial Estimates '-'-"'"---...-. tor Mu III Old] ,nSI r I.ct i on Contracts Section B- e hilt "PFrc" imate estimates from which "Lude the net invoice value of t f he, Project worksite unless the d,nlmenl:;, satisfactory to the City 'Ias Lef'n paid [or the materials C"-~rli ['1 8 r, "id rar' p.JY"f', dC' t 11'- if C{Hif ><3 tOOl c r< a: em~-- ~ IT. a. t .- dll" .rld.'( .'~- 1 i'l ,'l hab],. nIite, d'<i (-,e ~n-'w !h;~' tr IJ.~~ Er!g 'It-:"-'], ,-j! de! . "1 J ~ j; A-41 ,_5)zon~,~dv~sor'y f" II' dL m; >.:: dVl pi::'! j C7 jiJj -I bl '--'n :: j"d, C(.'nt ! -,'::I. t ()! il 'or: a rt ;::tfi( frHe+' ",,"lO'hH,' i I' -~"'F*'~'(~ +"tf' €Bfl-t~-'--t~{'rF -w-:--~J-4 !:*e{}lr~1d-,t-f-~ 'It A-42 OSHA Rules & Regulation~ Ir, r';lt:: j'o, ~;e ,r,,] r It i wI: i "'if .Fi In Of:' : pr 1\' 11 ,"d '."',,' de 1 \'..... 'lee r \.'\1' t ') ] i d rd '[IS fTln;1 n,' r'c conducted on days for which an "'pt lepadS, Th" City Engineer will notify 'ie ContLlttO) ~an perf I'm other work. If a delay drl-'y'--Wi1lftet- be €BURt-€-€l-----dC a \lark day .:md the i:e~pR~'-H!~f'j in the propoQ:1l. I'{ , untrac:t{)r (::3) to r mir.q -:1 r'(j d adhere to all Ci i-related applicable OSHA pro j ects and or ,;en(,,' r. 21 t deHu!l ,l jt 1 In -)n:= A-43 Amended Indemnification & Hold Harmless UndE 6---21 fo I} 3U~~ ~t t:u '?d l:jU FE':.i.; t 1 d Ha 1 !'1 1 L"?U t .rJ1'!O !j lia i h" i their r , ,,,I, f I,., their Engineering, Ine (if" Engineer~ng, Tnc 1 "','j 'Pj' } j 1 "~ r C', r d.! Ie r l r .,.pi , "1 i() L lf~C; )[jLt-' ilmct ':~ P r ~ , 1 . i I Ii at '1', .)[1 hAJl h, Ii r'~ Engineering, Inc , theil 31,j shail 11 denruly t p Engineering, Inc theit ot '1(1:1':a J0':: 1 t, ur I, SS . "IP it Colwell Inc 1 thelr f i ':i,j 1 "n', .1, r- d fJr' A-44 Change Orders pmenT,' ~1urli('ipal i~'l pI cd :onstruction Contracts" B- :n its entirety and the I;t ~--~, real. t ~', itv, Colwell & Associates, Inc., and Goldston lals, H~p]oyees, aLt.urneys, and agents harmless )', Colwell & Associates, Inc., and Goldston 1a13, p,,,~,j,jyees, aLlol'neys, and agents from ilTlY ',bil_t .,i.ll levet f"JID an act or omission of ! cun, td r;lJppl~er, materialman, or their Ol ,~r,t Jr, or dny h'ork done under the pwith [,'t ne tract ()rt or ar:y subcontractor, off; ,de .>mp]oypp" agents, or consultants. \:ity, Colwell & Associates, Inc., and Goldston lals, emploiees, attorneys, and agents harmless I, Colwell & Associates, Inc., and Goldston lals, emp!; yee,s, att;c,rneys, and agents from any liab~llt 'i ,,'hat soever from a negligent act or & Associates, Inc., and Goldston Engineering, 'ees, ir r,)] ney.S, and ilgents that directly or an .emp ,..yc,,' (,1 he contractor, or any ria 1 rr,i Shou, chanJe ['")er,s) [" {"'lUltH.! by rh,' "nqlneer, Contractor shall furnish the engin 'e, d ()[1lp!,.t.e br'akdowr: dS III pti'-es 'hat'ged for work of the change order (man-':lCl'lIS dLd (lUilL; Llte:" of'11aterials and equipment, miscellaneous expen-'e, vErh'ad aLd fdUf1L, .) Rrpakdowfl information shall also be furn 'h, n .H1Y ,bcu[[rrc<L 'lsed (l Fcr:otm the work. This breakdown infor,!'d 1 Hi l., Ibm! b-.. !I,rOlet .3 haSiS [ r the price of the change ordel Section A - SP (Revised 9/18/00) Page 2' of 28 A-45 ~!i'-8uil t Dimenslons and Drawl.ngs (7/5/001- .3 f -, 3hc,1 :oed" "pproprldte iflu keep J>;urc,'f reccrds 7 l' dai:y measurements t ! ocation (horizontal of facili ties and vertical) tracto: '1St 11 :::te(~ 2 I:, en :cnp 1 Ji, "~cO 'dt~ons d l, vie ~ ~)n ,)f ed(:~ f'-'iC ~ t= intsr markelj a~ w(';rk s >wi: l ty, the ContracroI shall furnish ",ith [eci pencil, to show as-built 1'7ted, As a mi nimum, the final Owner with one dimensions and drawings shall :1'. ) a aT'" v+-:-- JLmens 1 >[1' "jue !." "ub~.titutions/field changes. i't"tI; ;P lr equlpm~'nt .j dirnenc.;} ()r,'i due to substitutions. "Ncw.,cplab' datafl all inst.alled,quipment. '1 ill .L" i::.s, addi t.i"rls, ,old changes to scope of '.vork. P\t Y r r'. ~ ha nqe;o:::: rna( 1(:; 3 The As-Built documentation shall include the following: a Marked up full size print of the plans and detail drawings. b Photographs taken throughout the project arranged by area and subject. c Documentatl.on of the existing electrical system. d Documentatlon of the underground obstructions exposed during excavation, probing or other exploratory activities. e Complete structure, cable and panel schedules f Other information related to the project. ~--I}i.spesal--of Hi~hly Chlariaatea Water ----++~ (NOT USED) !ffie-,,"&H-Hcaet+Tf- tcfldH .-!:le-':F€-5pefiB-iB+e-+e-r---tfte. -B-ispooo.l 0 f \:::\ tcr used for tcating, Elis-i-flfc.-'Lion,--c,,*i-t-'iile--+l-B-sftiftEj--Ht- o.n o.pprovce! mo.nncr-,-Conti:lIllino.nta in the I.-atcr, ~2lit-a-HY--fl-i.!++- H"",,,'lo ')f chlor in-e-,-w4cH-ee-tt&e&--ffrF-Eli,~ j n[cction, ;lnd mo.y cltcccd ~-pe-rm.f:-s-s-i.f*---l'+-!fri4~-'El4-s-ch.:!rgc into- ',/ctlo.ndo or eTW-if'onmcntally Dcnaitivc ~,~.1'ftes-e .-a+e'f'€'q+l-at.eEl-- by numcroua o.gcncica :Juch--a-&---TNRE&; Ern, cte. It I:ill ee---+fl.e-.--€Bftl,,-hlclor' G f€~siliiL ty to comply .w-i-Hl-.-the-----rcquircmcnt:::; of all rcgulat,lry ::\gen(,~, the d+'5-f,os.a+--&f---a-H-\I:::lter uace! in the projcct. The mcthod::; *~~sfittU---b<c'---5tlBmcif+ed--++r--+fte City for :::lppro\f:::ll. Therc aho.ll be no sepafa+e~.-f.&E--4i-5f,e-sili---e-f --mqITty-- chlorinated ..'o.tcr. Contr.:lctor :Jh;lll not uae ~'--L'++-~5frfl-itB-Fv-~"we-r---trtfr-E-effi-+-;>-F"-4i-sfte~--a+--B f con t::\mi fl.l tcd ',10. ter . A-41..l'.~e-Construction Exploratory Excavations (7/5/00) Pi 0' dnJ 'onstr 'CLiO:', wh"t.!e'c'L on the proJect, Contractor shall uti~ize whatever means the contractor is competent to use to identify and/or encu';o.te o.nd expo>" ill ex L~ UJ' possible interferences (piping, electrical conduits, structures, etc) The contractor is advised to expect many underground obstructions. It is the contractor's responsibility to verify that each foundation and underground conduit may be placed prior to construction. The contractor may probe, hydro-excavate, hand excavate, utilize radar, locating devices or underground scanning equipment. Obstructions ~ineG of the project that infringe within twelve inches (12") H-ve~---t5-4- of the proposed work shall be identified and the Contractor shall survey the exact vertical and horizontal location of each potential interference. The depth of the exploratory excavations is dependent upon the work to be performed and is not required to be greater than the depth necessary for the actual project work to be performed as long as all possible interferences have been identified Section A - SP (Revised 9/18/00) Page ) 6 0 f 28 When obstructions require that significant changes be made in structure locations, the c::ontractor shall notlfy the Engineer (em' d to; ,,[lei 1 tn." p"p"re "' Approved Foundation Location Plan (see A-18) T~~- ~ scparatcpeF-t:4~* for the project and submit it to the Engineer for a;prC'J"l This plan will have relocated foundations clearly identified. -'t-ne~','iJ"Ht€r--+~ ~~ *--ehe--poSs-HH-e- i-ntoerfcrcnces eucavatea and surveyed, il5 wel-l - 0.9 the-a~imate-'--$~ ~of-, di-s-t=ance, t<> the preposed work, and e-ole-va-tiGft-S ~-the -t;ep * €-Jt-i~-pos-sible int-efiereRces The Contractor shall perform no construction work on any portion of the project until all exploratory excavat~ons rclo.tialj to -~~-porti-on of the project have been made in their entirety The f~nal location and type (if applicable) for each installation must be determined and verified prior to commencement of construction. The contractor shall complete and submit an Approved Foundation Location Plan (see A-IS) the results thereof reported to the Engineer and until Contractor receives Engineer's approval of the plan The lnitial exploratory excavat~ons are included in the contractor base bid. Where underground obstructions require the change in structure locations, additional exploratory excavations will be paid on a per unit basis per the contract. sfia++ ee-p,li:i fo! '*1--., suboidio.ry-has1S aAd-shal-l--i-ne-lude----any--rcpairs (asphalt, concrete, ~,l associo.ted with~~ions--o- lct, Gr -;haJ] provide all his own survey ~!C-r l()r" ')'~:':':'~~'a .jt(-, -<,p-1,t J x'''dv;',tiorl A-48 Overhead Electrlcal Wires 00) CCint a t:'=>I Slld~ of ,-,r,5trucl w ['::,:; jmF J. Y '^,', I II "=Iu pm",:, 3Si ng d;-~d 11 t .t-'rh -i 1 HT\ , , "(11 t r , id use prCl\ enSl~ ,j ,,,: :;. ,1 r t r ,; ~ I :jel f :e, pl r.-(dt. :nr 1 1 st j,S, 'eql, i ,emen t:; wi th regard to proximity 0ctrlCdl wires There are many 'on",trl,l'tic)! route, Contractor shall ('ne'lln' thill_ adequate safety is 3.nd ')1" Idl: LI, "I E'qllipment and with regard to 1verhf' ,j I 'd 1 "l r e:; or faci] i ties occurs. t'l ',)'lPf eve; 0 id_Jc t'-,'[t tu 'j] ,; >'E 1:imc.1 H::' C;" n t s 'h~, :I[ L:i , ,ji ~iii ,~. k wittl AEP ]ri(l .,J 11 '" , to'!Ii AEP of his construction w 1,:' d S't,mE si1a J regi:: 'rl" rOl t, Jt ,il >r :-3 l~ -/ r 'I c t <.-, ;~, r C()(;:;l ; u;t I (_Hi P 'l.n~:;, ;JflsilJi 11_\, t(J pr~vi,::::tt- '.-.[ n :.! l;j I 'i ~ -1 ~ r t' "tule others are not. It for adequate safety with r t, id A-49,.!Unended "Maintenance Guaran ty~' (G Un dE B-8- c.len, Maintt--n2L --:p. \J j un: -., r) i fo; (., f~J Gu,irant_.~:f j<1d t r.emeIlt [(IT fol ('W'ILj >'l\1n Cl.pa Construction Contracts, " '~:,e II -3., ')1 it of .' I ,Ii t 'c r f'U>' ,::1 {~,-cpa.rate, 'Itlstl Ne ther );_H~rat(. r-cdu' thc> Jr' f ,': ,YF. t:1 nt.rac ddd it j onal remedy available to t tle CJ,jarantee nor expiration of ", Lease, or relinquish any oerus Christi for any claims or thel ~ndividual or entit.y." r'c'nct jr-- '-1L, rr1 t .~,,;.::o 'er I 'jht :.::;r. "();"I,ed (~1 or ..:?s ! a ! if> -I i 1 fl) A-50 Wastewater, Aerated (8/24/05) Contractor shall comply with all OSHA safety requirements with regard to proximity of workers near water, wastewater or aerated water/wastewater. There are many water containment structures at the Plant. Many of these basins aerate the water as part of the treatment process Aeration of the water reduces buoyancy _ The 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 one contacts or enters the water of any of these basins. Some basins are shown ~n the ~onstruction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to wastewater whether shewn in the plans or not Section A SF (Revised ~/18/00) Page 27 of 28 SUBMITTAL TRANSMITTAL FORM PROJECT OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE, PROJECT NO. 7231 OWNER: i TY OF CURPUS HR I ST= ENGINEER :OLWF:I I .I\SSOCL\TE iNC. CONTRACTOR. SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL - .__._-_..._--~-- -- _.__.~ Section II - SP (Revised 9/18/00) Page 28 of 28 ATTACHMENT I 050 WATER RECLAMATION PLANT VISITOR/CONTRACTOR ON-SITE PERMIT 050 WATER RECLAMATION PLANT VISITOR/CONTRACTOR ON-SITE PERMIT As a visitor and/or contractor you will be required to adhere to our operational safety policies at all times while at the Plant. We require that you carefully read and familiarize yourself with the following infonnation. A visitor is defined as any person or student on a plant tour, consultant engineers, salespersons, other department city employees, fire fighters conducting training or testing activities, or any other person not employed by the City permanently assigned to the plant A contractor is defined as any person employed by a construction firm under contractual agreement with the city to perform construction, maintenance, or service work. Emergency response personnel responding to an emergency in the plant are exempt from reading this pennit. FACILITY SECURITY > All visitors and/or contractors, upon arrival, must register at the main office. Prior to leaving the Plant, you must be signed out as well. This must be done each time you enter or leave the Plant. The purpose of this is to maintain an accurate roster of all persons in the plant at all times. This list will be turned over to the city police and risk management during an emergency. > Visitors and contractors shall park their vehicles in the designated areas. Contractors shall shuttle their employees from this designated parking area to their work site. Late arrivals shall walk to their work site. Only vehicles properly marked with company name shall be allowed in the work site location. Company vehicles shall have prior approval from the Waste Water Treatment Superintendent before being allowed in the work area. City officials (elected and top management) and law enforcement officers are exempted from marking their vehicles. > Please obey all posted traffic and infonnational signs. Unless otherwise posted, the speed limit within the plant is 10 mph. > Visitors and/or contractors will be escorted at all times while at the Plant unless authorized in writing by the Waste Water Treatment Superintendent. If authorized to proceed unaccompanied, you will strictly limit yourself to only those areas speCified in the written authorization. > Contractors and visitors shall not operate any valve, pump, motor, or equipment. USE OF PLANT FACILITIES > The plant has a limited quantity of telephones intended for plant use only. Use of plant telephones is prohibited unless pennission is given by the Waste Water Page 1 of 5 (Revised 6/15/00) SAFETY EQUIPMENT > All visitors and contractors shall wear hard hats when visiting or working at the plant. Hard hats are optional in the offices, lab, control room, and the crew ready room. Hard hats will be issued by the plant Superintendent onlv to visitors of the plant Superintendent. The plant does not provide hard hats to contractors or visitors of contractors. Contractors shall furnish hard hats to their employees and their visitors. > Contractors shall issue hard hats, safety goggles, hearing protection and other safety equipment as required to work in the facility. Construction crews are required to wear safety shoes. Visitors and consultants that are going to be primarily in the office area are not required to wear safety shoes. > The contractor's construction crew shall wear uniforms with the company's name. The contractor has the color option other than blue, white, or orange which are reserved for the plant employees. The uniforms may be long sleeve shirts and Jeans or overalls. Contractors that are required to wear orange or green safety vests by their company may do so as long as the vests have company identification on them. CONFINED SPACE ENTRY PERMIT > No one shall enter a confined space without first obtaining a "Confined Space Entry Permit" from either the Maintenance Superintendent or the Safety Coordinator. Persons entering the confined space shall be properly equipped, backed-up, and supported by the required number of personnel. > A confined space is defined as any space subject to but not limited to the following conditions >An area not normally occupied by personnel. >An area with limited access. >An area with limited air circulation. > Contractors shall refer to the Federal Register, 29 CFR Parts 1910.146 for the complete rules and regulations. EMERGENCIES > The Plant has a specific and detailed Emergency Contingency Plan covering fires, explosions, release(s) of hazardous materials to the air or to the ground, injured or ill personnel requiring immediate medical assistance, intrusion of unauthorized persons, any other event(s) not listed which present an imminent hazard to personnel, equipment. facilities, or the environment. Page 3 of 5 (Revised 6/15/00) OSO WATER RECLAMATION PLANT VISITOR/CONTRACTOR AGREEMENT (Must be returned and Dated before entry will be pennitted.) I, , have read and understand these Name (Please PRINT in all caps) requirements and agree to abide by them as a condition to my being allowed access to the Plant. I understand that failing to comply with any of these requirements may result in my being asked to leave the Plant. SIGNED: DATE: EMPLOYED BY: (No abbreviations, please PRINT in all caps) EMPLOYER'S PHONE: ADDRESS: CITY: STATE: ZIP CODE: WITNESSED BY: EMPLOYED BY: Page 5 of 5 (Revised 6/15/00) I I I I ! I I SECTION C FEDERAL WAGE RATES AND REQUIREMENTS I I I I I I I I II I I I , I I I I Page 1 of2 General Decislon Numb"r TX030039 06/13/2003 TX39 Superseded General Decision No. TX020039 State TEXAS Construction Type: HEAVY County (les) NUECES 3AN PATRIe IO HEAVY CONSTRUCTION PRO,JECTS (Including Sewer and Water Line Construction and Drainage Projects) Modification Number o PublicatIon Date 06/]3/2003 COUNTY (les) : NUECES SAN PATRICIC SUTX2052A 12/01/]987 CARPENTERS (Excluding Ferm Setting) Rates Fringes $ 9.05 CONCRETE FINISHER 7.56 ELECTRICIAN 13.37 2.58 LABORERS Common Utility 5.64 7.68 POWER EQUIPMENT OPERATORS: Backhoe Motor Grader 9.21 8.72 WELDERS ReceIve rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 fa) (1) (ii)) In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1 ) Has there been an initial decision tn the matter? This can be: . an existing published wage determination * a survey underlying a wage determination http://www. wdoLgov /wdol/scafi lesldavisbaconfrX39.dvb 1/10nOOf\ * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional Classification and rate) ru 1 i ng On survey related matters initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and l.) should be followed With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) Write to: Wage and Hour Administrator U.S Department of Labor 200 Constitution Avenue, N. W Washington, D C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue 3.) 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). Write to: Administrative Review Board u. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) AI] decisions by the Administrative Review Board are final. END OF GENERAL DECISION o hUp:/ /WWW.wdol.gov/wdol/scafiles/davisbaconffX3 9.dvb - Page 20f2 1 n.()/')(\Oh ~GREEMENT THE STATE OF TEXAS ~ COUNTY OF NUECES ~ "f- D,{lF' E ETJT s .. '1 ~ .s 25TH d3Y of APRIL, 2006, by and weer e CITY OF CORPUS CHRISTI ~ :1E. .~ mt y of Nueces, State of 'c;<as, 1 j 'h a ,;t r eo C i tf Manager, termed in the ~ ntrac c Jm,.cr. ~, ":l " , 1 " 1n(] R.S.Black Civil Contractors, Inc./Machinery & Materials, Inc. A Joint Venture termed in the Contract ,.lIrer a ~ ~~ t frms, performable In Nueces lot, Xc: Tr c; c e r j! . '1f 1 'Imer! t $5,118,719.00 by City and other )ciigat ....::; Ei:" ~l ~tn tractor wi 11 construct and mplet r' 'n~ "'~~ntE 1-J t ies 1S follows: OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 PROJECT NO. 7231 (TOTAL BASE BID SECTIONS 1,2& 3: $5,118,719.00) ordi J ,.. r-t E' ,.::; t a 'h( d I ans 'l[j(] SDeei fi cations in a good and . d()rkman 1 <e TTurr' e Cl' r e " lees a d undit ions set out in their 'j tache I r>t () lea J ,C:JPFJ ',nq t~eir expense such materials, r,' vice at ) t .::311 _d ;( as led b the attached Contract c'umen ~ c \: r e'e l thE 1- 11'1:::' ')b. The Contract Documents ude s ePTTlE'lr, e J P sa 1 dnd instructions, plans and UE'C:ifi 'JC ""\,"1 me! ria t s, blueprints, and other j r awing:- - {C. "" f 'tma ? (3 \'rr c'. j, t nds, addenda, and related ocument; 1 f '^' 1 h ~~ , .te th nt ract For this project and are Ina Oe a F:1: t e '''''e:- 1 Agreement Page 1';2 080 WATER RECL.f\MMIION Pl:.ANT mLECTRICAL/ALTERNATE PONER FACI]~ITY OPG!w:)E PART 1 Project No. 7231 BasQ Bid - Section 1 I'l'lDt ] J 1 1- r Llunp Sum Gump oS J rr: Lump Sum Jump Sum Lllmp Sum It III ~._~_~ IV QTY DGscription Unit prico IN FlGUIU'ilS N/A N/A N/A N/A N/A JL, V BID ITEM ~Jm9J:ON (QTY X UNIT PRICE) $ qD,OCD.. 00 . $ jCf-LCXJO.. , $ /4tJ/OCO.. $ S~ It;; / COO.. (!) $ -13q~ODO..- ADDENDUM NO. 4 ATTACHMENT NO. 1 !?ag~ 3 of 22 I M-Jbil.:.zatiYl, DemobIlization, Submitt~ls, ~eports, Record I - l' 1 I DrawJngs, t eettngs, r:omp ete . and In place per LUMP SOM. j i I Exploratory Excavations per ! Special Provisions A-47 I . (initial axploratory, backfill; foundation location plan submittal and final ~loratory/Q%cavation to final depth/width) complete ~and in place per LUMP SUM. , I Demoliti,m, complete and in place pe= LUMP SUM. E'olmdations, .:;otnple.te and in place per tUMP SUM Structural Steel, complete ar:d in place per i.IJMP SUlII!. ~ ~r.OpOSAl Form Page :j of 22 - ','~' l 090 WA1'ER. RECLAMATION Pl:.AN'l' ELEC'l'RICAL/AL'1'E.RNATE POWER FAC!J:'ITY UPs.~.1!: PART 1 Project No. 7231 Sa.a ~id - Seotion 1 (cont.) I ! 1 '\ Lump , ECR #2/,; , :omplete and Lrl SJIT1 pjace pel -iut.1P SUM. N/A $ fi 3/0/000.. ~ i 1- 7 Lump 81-' # 2 , BH#3, RHU and BHB Sum (1nclude Tempurary Work) , ccmplete and place LUMP I N/A .In per I I $ 2.00 Lf2fJO ~ W SOM. --~~-- I I 1- T , urnp ECR # 4, 'complete and in place N/A Sum pR r- LTJMP SUM. $ c;/D/OOo..C,P -...l.~___ I i I 1- l Lump I BH #:4, comple':e and in Dlace N/A Sum pe- LUMP SUM $ q 0 1 (X)[).. CD , 1-11.' ],uxrp Een LS #2, ccmplete and in N/A Sum , plio ce per LUMP SUM. s 5/S/t:aJ~al> J ! , ]-11. Lump Lift Stat ior #>, complete and N/A I Sum c.n place 1)er LUNP SUM. $ 47/000... a:; . 1-L I Lump (Lv,1 Work, ~)fnplete and in N/A Sum r La :e per ;" OM P SUM. $ Z-O! , 0tXJ" D~ ---------_.._~ , i ~ ?~opQsal li'o= Page ~ of n ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 4 of 22 _1Il OSO WATBR RECLAMATION PI.ANT ELECTllICAL/ALTEIUIA"rE POWER FACII,!TY O'PGRADEl PART 1 Projeot No. 7231 Base Bid - Section 1 (oant.) I ! 1-13 I Lump Exterior Cable Tray includinq N/A j Sum Cable Tray, support grounding, $ -z. to /fX)!J. ( V complete and in place per Lump , Sum. I 1-14 Lump 12.47kV Cablo including N/A Sum termina tions , oomplete and in $ '2 g3 / f!)OO., b placQ per Lump Sum. . i ! 1-15 Lump Sehedulinq and Coordination SUJl1 wi th ASP and :Retail SGrvica Provider including AEP Construotion and Switohing N/A 5600...00 Activities, completed and in $ place pear Lump Sum. i SUB-TOTAL BASE BID - SEC'l'ION :L: $ (Bid Item 1-1 through Bid Itm~ 1-15) 4/1/D I DDD, CV , , ~ I" ropoa a1 F'O,,"n Page S of 2(' ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 5 of 22 090 WATER UCLMm.'l'ION 1?1:aANT ELEC!R!CAL/ALTERNA'l'! 1'ODR FAC!l:'ITY UP~K PART 1 Projeot No. 7231 ~tionAl Exploratory Excavations - Section 2 f I ! I l' II III tv V ---..-........... ."--' ---i-'~_._-~ I BID ITEM I i EX"tENSION / Unit (QTY X- I QTY & Priee IN WIT ITEM I UNIT I Deseription ll'IGO:tUl.:S PlUCE) U F:ach Additional Exploratory Exoavat.ions for Building Pier, i D@ls j - f 5-12, complete and . j TI place per F:ACH, -:-too~ 00 $ R, 1a.J~ 00 ::> ., ! 2 F.al'h I Additional Exploratory ,Exeavations ~or Transformer , Fcundation jIDi=!tail 4, S OJ, complete and iIl place per EACH. , 15 Ei'lch I Addit.ional Exploratory Exoav.t.ions for Cable Tray Support foundation, Drilled Pier, Detail I, S-02 (1 for Type II CTS, 2 for Type i 11 CTS), complete and in place J per EACH. i ?-ooofO $ 4 DQofJO i I I 2 i ) ~C(),oo $ IO;500..a 2~4 I i 5 Each I i Add:i. tional Exploratory Excavations for Cable Tray ,Support Foundation, II Spreao ~oOLf~r, Detail 3/ S- 02, comp.l.€>te 'lnd ~n place per i F~ACH I {700.OL0 $ 8slXJ~ 00 : ~ Propo~".\ rarm "age 6 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 ,P.age 6 of :22 ~ i .,"ji It OSO WATER R1!:CLAMA!ION PIMT ELEC'l'RICAL/AL'l'ERNA'l'E POn1\ Ji'ACIIII'ry OPG1W)B P~T 1 Project No. 7231 Additional SXpio~atory Exc&vatiorts - S9ction 2 (con~.) 2 - ~, r (-; Eacrl Additional ExploratoJ:j" Exaavations for Cable Tray Bridge Foundation, Drilled PiRI, Detail 8t 3-05, comph~te ant In place per EJ',CH_ /1)00 J 00 $ 6roo.. 00 .1 Each Mdi t.:i.onal Exploratory Exoavation9 lor Utility Pole/Ris~r p()le, I Detai I 1 [-49, complete and Lr: pjace per EACH. :) 1 Each , 2- )C l.inear feet 1C,0" 00 $ 1&0./)9 I'~tional Exploratory Excavations for Utility Down Guy Anchen DetaiJ 1. E-4), complete and in place per' EACH. 1(.;0.00 $ I Go" 00 ~tiortal Exploratory Excavations for Underground :or,duit with 12 _ 47kV cable, 1etail 3, E-"/ on E-03, E-04, - 1 1, E-~] cind E-22, complete ana in place per LINEAR FEET. /s.OO $ 300.00 , ( / () Add! ti.onal Exploratory Linear F.xcavations for Underground f,)(~'f"' Condui twit!: 600 Volt cable, Detail 3. E-Sl on E-15, (omplete and j" place per I,INE:AR "'EET" Is",OO $ 300. 00 ~ Propo8!l-1 Form "sge -, )f i~ ADDENDUM NO. ~ ATTACHMENT NO. 1 Page 7 of 22 - - 090 WATER. RECLAMATION PI.AN'1 ELECTRlCAL/AL'l'ERNA'l'E POWEl rACI!.I'1'Y UPGRADE PART 1 Proj~et No 7231 Add1tion~~ Exploratory Exoavations - Section 2 (cont.) 2- LC F,aci} Addi t.1ona.1. l1:xploratory Ex~avationa for Ale Condensate Drain D"?tai I - 4 q, complete clnd ili e.!; t:ACH. /I DO. 00 $ ~L I Op/~O 2-11 Lump Sum A110wanee for unforeseen and Unanticipated Ob~~ructions below e' 0" dGpth. N/A ; I ~l ., 50,000 SUB-TOTAL BASE BID - SECTION 2: $ (Bid Item 2-1 through Bid I~n 2-11) 'ZCf ~4W. Q:> / 'l.'hO$O plIr unit vallWlJ arQ for addiUona.1 AXplorator:r ~vatioiU that ~ bGt roqui.rCld duo to conf'liot.8 wi th undQ~grOW'ld obatrtlotion.. If undorground obl"ltru.otion. roqW.r11I thtt. thG pr:'opoll~ oquipzumt locations be l::8Vi8od. th. additionaJ. oxploratory .inV$stig-ations will 1,. pa.id on a pgr unit basi... ThG qu.a.nti tiG$ ara inc.l.u.dod Only ~or bid .Vll.luation PUrpolWtl. Actual. qwmtitie. will ~ ~terminad by act:u3l. field conditions and -.ay bo ~oro. Thoro i.s no guarant_ that I'!ny of those item. will bQ usod or ;my payments martA to the Contraotor for t..b9S8 i t~. unles8 .authorizQd by the Engin~r. ThCll Contraotor ill rABpOnsibl. to iDoJ.~ th41 .ini. tit'll 9:1l:plorAto:(y Q:Jl:12VAtion I bac:ltfill, foundation location plan tJubaU. ttal 3nd final oxplo.ratory/oxcn.vation ot: oaoh founda.tion in Itma 1-2 of I'klK1 ti.o n 1 ~ ~ropo'''l rorm P~g'" 8 .of n ADDENDUM NO. 4 ATTACHMEI'TT NO. 1 !'age 8 of 22 - OSO WA'1'BR :RECI.:A!mTION PI.AN'l' ELECTRICAL/ALTEJmATJ: POWER FACII,I'rY UPGRADE PART 1 Projeot No 7231 Mdi tional Equipment ItflJmsr - Section 3 ! ! +______ III II ITEM QTY & UNIT Description i : r: f-:ac:) i Cable Tray ;,upport Type I, I D"ta' " ~)4 i i.., ..l.......! I "1 I.. , ; C'Jmp etE wi.th grounding, i e'lmpletE- and in pLace per i EACH. ,1) 5 Each I C(~blf~ TJ rlY Snpport Ty~e T:r, ! D" t ail -:, ,3- 4, i Compl ete w L th grounding, r comp] etE and in pI ace per --t EACH - 3- J 11: t:ach I Cable TrdY Support Foundation, I Drilled ri~r, Detail 2, 302 (~. for TypE~ I CTS, ;; for Type Ii CTS), complete and in place er EACH. .3 5 Ead Cable Tray Support Foundation, Spread Footer, Detail 3, $-02, . complete and n place per , EACH. 1. r 11 ,i UndergrOJDC '.;onduit Duct Bank Linear with #4/!, 12.47kV Cable, fer~.t De.t._ail 3, f-j on E-03 Or E 04. complete ~nd in place per L1N'EAE FRET ~ Prop03al form P,lcr~ g of /~ IV Unit Price IN i'I~S '2 c,co. aJ d1 txJ'y,Cf) V BID ITEM EXTENSION (QTY X UNIT PRICE) 4f.XJD. 1I0 "'2..D;a::o.OO .-? 1. 'i.("f.2.0 $ I/' c: Q:;J ::;...1...Jb0\;;7 .. I-C/ ....~ . 2. 'Z. s;ofV $ ~ 3 ,.1.2). , 2..100.,.00 $ LD~SOO", / 1 3D.. 00 $ / 300.. 00 ADDENDUM NO. 4 ATTACHMENT NO. 1 Pag~ 9 of 22 080 WATER RECLAMATION PIJts!r.ll ELECTlUCAL/AL'l'ERNAT! POWER FACIIlITY UPGRADE PART 1 Project No. 7231 Additional Equipmen~~t~, - Section 3 (eont.) 3- 10 Or:dergrcund ('nnduit Duct Bank T.ineQr with #2, CLX, 12.47kV cable, feet Df'tail , F:- ~:l on E-ll, E-17 -- , I ,..' or E-22, complete and in plac'~ Jo 50. [f) C:,SlJO. 00 p€r LINEAR rEET. $ J I j 1 ]0 Underground Conduit Duct Hank Llnear with 60C Vo It cable., feet Detai..L ''1 ESi on E-15, ,.. 1 ccmplete and 10 place per 00 1600. ()O LJNEAR FEET. /00. $ -.-...,- 3 ~ 10 Cable Tray wi Lh Grounding ; Linear ( Cab 1 e Tray and Below Grade) I ! f'eet Main Run, complete and in #..00 4-40. DO place per 1,1 NE:AR FEET. ~- $ I ! 3- c:. I 10 Cable Tray with Cable i Tray i L i.nea.r Gcuundirq only, complete and ft"?et ir place per TTNEAR FEET. 38. 00 $ '3 io..OO i 3-10 4 E'-~ch Hor-i zontd 1 cable Tray Fitting, 30, 45 or 60, complete and in p14ce per EACH. {)O 2- JD .00 $ '84-IJ . j I 'i~ ! ~ Cable BU~J, 2400 Amp Li Iwa r I ECP, #2/3, complete and tn feet pl'~ce pe LINEA.R FEET. l5"oo~ {)() $ "'J SCO. aJ ! i ~~ 1 'J CaLle Bus, ]hUO Amp Linear fi:CP #4 or E>~F 1.,8#2, complete feel 'mrl in p] C1 c':' per LINEAR FEET. I /S'OOI 00 $ ,$00... ()O I --.--. -L ~ ADDE:NDUM NO. 4 ATTACHMENT NO. 1 Fi';lge 10 of 22 Propo~...,,1 ro nn Filge l'J of ,'2 OSO WATER RBCLAHA~ION PlANT ELECTlUCAL/AL'l'ERNA'l'E POWJrn. FACII,ITY UPGRADE PART 1 Project No. 7231 ~t.ional Equi~nt Items - Seot.ion 3 (cont.l. o 3 C, ~2 MeM, 600 Volt Tray Linear I Cable, With Ground, CLX, feet complete and in place per I I L NEAR FEET t-----L I 10 3i C, #500 MeM, 600 Volt Tray i Lined Cable, with Ground, TC, . feet cumplete and in place per LINEAR FEET. 3 - '. . ' () linea r fee~ 1--- I 3- L ,; (I Linear f,~et I 3- (:' I 10-" 3-1 r~ I I '7 i 10 j LtneC'll' feei 3-l8 1:) Linear fe~t j I 'l-- :) 1.:1 L irl',~ cl ] teet ~, l 13C, ~2, 1 17kV cable, With Ground, CLX, complete and in place per I,TNRAR FEET. L I. 00 _.._----_.~~ i ! $ 41-0.. CXJ I I 3 C, *250~MC~, 600 V~lt TTay i Cable, Wl~n ~round, cLX, I complete and in place per L NEAP FEET I L <1",00 $2- ~o.,_OO /z~oo $ /Z-O,(X) 5/.00 $ 3 /V... Ot7 : 3/ C, #350 MG1, 600 volt Tray , Cable, With Ground, TC, 'II complete and 1 n place per 11NEAR FSE1'. 2- 4,00 $ 7. 4D~ CP Ii 3/C, #4/0, 600 Volt T:;ay Cable, Wit!': Ground, T'T complete and in place peL I LINEAR FEET , : 3/ =, #2/J, 600 Volt ;.'ray I Caole, With Ground, rc, compleLe and in place per ! LI'1EAP FEST I~#OO $ /~O~~ _,," /1. 00 $ I/o, 00 ~ I?ropo~~l t:'OrI'n Page II ('f 27: ADDENDUM NO. 4 ATTACHMENT NO. 1 P"'ge 11 of 22 080 WATER :AECLAHATION PIAN'l' ELP.lCTRICAL/AL'rD1tAT! POWn rACtIlITY UPGRADE PART 1 Project No. 7231 Additional E~i~n~ teems - Section 3 (oont.) 3- I) )- l- ~< -; :l ? J 'i "', - "- -~I 3-2h I --.----- ---~------ 11) L1 (ll'!aT fe(~t 3/":, #2, 600 Volt Tray Cable, Wi ',h Ground, rc, complete and ir place per LINEAR FEET. ~. SO __ 4J 00 _ 5# o~_ Z- .00 -~~-"'-'----"-'-.__._- SD /" $ 0.00 3,,'VO I / co $._~-- $ 1-0 ..00 $ 30..00_ $LO.. 00 $ IS,D?~ $ 0.00 $ '30.. OO~ ADDENDUM NO. 4 ATTACHMENT NO, 1 psge 12 of 22 ---' 1') .3/-::, 116, 600\101 t Tray Cable, LUl'~ar Wi 'h (.;rolHld, re, complete and t(?'~t iTI place per LINEAR FEET. --t- , ; I) 31 1 #8, 600 'Jolt Tray Cable, L.inear I Wi t.h (;round, re, complete and f.rDHt UI place per LINEAR FEET. 1l! Lin"-'aT ff'?ct I ! 3 / ' , # 1 0 I 60 i) 'v 01 t T ray Cab I e I Wih Gnnmd, 're, complete and in place per LINEAR FEET. --1-- - 10 I 3~1', #12, 600 'Jolt Tray Cable, Linear I v-h '.h (.jround, Te, complete and fcet I in pI ace per LINEAR !<EET. ~ i o I No Bid -.1 iO i.ineal (,;,,01 7/( #i::2, 6(1C Volt, TIav Cable, TC, completf~ ilnd in p ace per LINEAr< F'Et':T J_~ ~ DrD1='o~~l rom "BQf' 17 "f ?? ........o<J.I~ oSO WATER. RECL>>U\'l'ION PI.AN'1 ELECTRICAL/ALTERNATE POWER FACIIIITY UPGRADE PART 1 Project No 1231 ,Additional Equipm9nt Items - Section 3 (eont-.) I 11'')' J!l" 6l'i'''ltT "bl L I r,l,~n I ~:F c;:"~le~. a~~ ;" ~~~~a pe~ , ", , t -t~ "8AP, ,'"g, .!b Ct~_ $ 40.; c~~ Lin0ar feet 2C, #12,600 vult Tray :.:able, Wi '.h C';cound" complete and in place pe r- [. LNEAR FEET. j,-~L~.__ $ / s. eX) '1 l r i CO'1densaLe j ] i n pi.ping and ! !.,ineal , d1 ch fpet 1 2" r:omplete and i.n place /0" 00 SO. 00 I ' I $ --t per. L.! NEI,R fEET. -- II - I COildeIlsa1 drain plping and .' (~ L 111(;<3 r' ditch fcpt ') 2" complete and in place It"~ OCJ fo~ DO /, " , $ ~ per: LINEAR FSET. ~--- -' , .'- ? J.<f\ch ,T Rox F'ower-Cable F:nclo.sure I Mounted, complete and in place I pe F..:AC'H /roro.. co $ '3 7...txJ- 00 ~ 1--:; I ;2 82Ch ! J Box Cortp)l-Cable Enclosure Motmted, complete and ] n plaCE! per EACH ,=i I I ~ Ltoo.OO $'3 ZOO ~ CO '::J _ :'.1 J Box Power-Wa l Mounted, :of'1plete anr i1 place pE~r ':AC'H. I , i J /~w.. 00 $ '3 Z/x}_ ro J. ~ propOMl Fom page :1 ....,F 2:: ADDENDUM NO. 4 ATTACHMENT NO, 1 PJOlgt;) 13 of 22 -''''''''--- ~, oso WA'l'ER RECLNim.TIOH Pl.>>rr ELECTRICAL/ALTERNATE POWBll FACI1.I'l'Y UPGRADE PART 1 Project No. 7231 AdditionAl Equipment Items - Section 3 (oont.t I r j ;4 ,..... tach u Box Ccnt.col-WalJ. t1ounted, I c()mplete a:ld in olace per I ElICH. from, 00 $ 3Uv.. Q:) ! ; i - I J- r'. Ie 1. Pair #J6 :;hielded wLth i Lined: m'erall sh::.('~. d, 600 Volt Tray I Fee1 C2ble, re, complete and in 7,40 $ 71-. Do i i place per LI NEAR FEET. -~ i 1" f> 10 Fencing Complete, and i.n plaCE: Linear ppr LINEAR FRRT. ?eei 70, OC) $ '7OD4 l?O I 3 ?,7 "j Sidewalk, complete and J.n j Square , p.1ace per SQUARE YARD Yay'ds lCO. 00 $ 5'00.. 00 I : --- I I :J~ ~R L Roadway, ::ompJete and in place I Square pel: SQUAF~E YP.RD. Yard::; I 40, a:-.:> $ 4-&0,00 -- , SUB-TOTAL BASE BID - SECTION :J: $ (Bid Item 3-1 through Bid It om 3-38) /I~ l.Ci<=1. 00 The". por unit V;UUQ~ UQ for edditional equipmQnt itQlIUI that may bet requi.roo to r.vi... lOCAt_ionJl dua to corU'licu, with undGrground obJIb:uotiona. :r~ quantitiel'l Ot:' lenqt.hs chang9 froa t:hQ original plans duo to fin8..l foundation locations, thel'lg un.t.t prices will bog used to increa"o!dQorealllo the contract 8Ilount. The quantity of thflBQ edjugt1l\Gnu (1f r4llquj.roo) will bv idcmtifi4lld ;md .wbmi ttQd with t:hQ Approvllod Foundation Location Plan (Special Provi$ionl'l Jl-47). Thg qu.antitias aro inoludnd only for: bid avaluation purposes. Actual quolJ.lti tiel:! "il1 00 ~tw:m..iJl.Qd i:Yy aolual fiQld <::onditions and m3.y b.a zero or a credit. Thera is no gu:u:antGo tOOt :any of thC'lS9 i bml1l'1 wi 1.1 00 u.sod or any pa:ymentll< lllade to thv Contraotor t:or l.:MIlQ 1 tOOll$ / Un18$" lluth.or:i200 by thl'l Engio0Qr ~ PrOI'''~"l n,rm ~,~g'" 14 V ADDENDUM NO. 4 ATTACHMENT NO. 1 Pag~ 14 of 22 'nllL OSO WA'.rER RECI.AW..TION PLANT I!lLECTlUeAL/ALTERNATI POMD n.cILI~n: UPGRADE PART 1 ?roject No. 7231 BID SUMMARY SUB~TOTAL BASE BID - SECTION 1: (Bid ItGII 1-1 through Bid I tea 1-,15) $ 4;q /O/DOD,tv <6 Cf I t 1.. 0 I Db , SUB-TOTAL BASE BID - SECTION 2: (B:ld ! tQll 2 -1 through Bid It_ :2 -11 ) .(l SU8~TOTAL BASE BID - SECTION 3; (Bid Itrnll ::1-1 t.hrouqh Bid It8II 3-38) $ - IlCf /2. '19 . 00 . TOTAL BASE BID: $ _ ~ BASil BID - ~ 1 ... IJ:&-ro'XJI.L 1W:l& BID - SilC1".OCN 2. + stE-'Jl:1l'7\L Ell\SE JJ:lD - SIIX::'n"CN 3) (Bid 11:am 1-1 through aid Ia. 1-15 f- Bid IteII 2-1 through Bid It&!. 2-11 + B:Ld It. 3-1 ~gh Bid Iba 3-36;1 S / 1/8 /7 A.. 00 !rhe value of tho work as identifiad in Sectj.on 8-4-3 Incraa.15ed or Decrea.sed Quantitie., is tho BaslIiI Bid - Seotion 1 8JlJount. Section 2 and Sac:tion :3 a.rG inaludad ~o~ bid puxposes. There ill! no gua.an:tee that ~y of these i t.enus will be used or any payments mado to the Contractor for these 1 tenus, unless authorized by the Engineer. The quantities axe approximate. The pel:' unit v,tiues 1I1~~ bG usod to adjust the balSa bid aaount (increase or dacJ:~ea.se) based on &ct.ual field cond.i.tions ud final ~oundation locat:ions as adjusted for lDld8rqround obstructions. ~ PrQPO~lll I"orm page 15 c f 2/ ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 15 of 22 ~r '1 1.1 rnI;if--- e \\' 1 ~lthln ten (10) calendar days from 13 e th r::::: F 'v\l it t prl ~~~7, orce ano WIll 20mplete same within 395 CALBlIDAR DAYS n ~,.'E qu S uld Contractor default, :::rac a L,t ed ama es as set forth in the t r ;, C ;n," 1 t r: t f-:nt ! Llnoc' for performance of the tr d r -l r:: -~ t . ntract Documents as the work qres :;i rt S" 1, fexas on the date shown ve ATT~T : (tf~ " --l~ ,,' .,..:} SeretaC) CI~Y OF CORPUS CHRISTI '~ p". ~.,..-...""L".\.~,,-^<,,~ '~.! . ?aoald F. Massey, Asst. City · Fublic Works and Utilitie '~c: I~b APP~VED AS TO LEGAL FORM: : :t- ~ ,v \ (' L ( ~, t1 ,'\'3"0,. 'C" r'. At t (-,', 1t=/ 'v ~ ~ I}'~ CONTRACTOR ATTE8T: f o r f.':" rat C) n R.S.Black Machinerv Venture Civil Contractors, Inc./ & Materials, Inc. A Joint Seal Below) r"') p "'.~,.*-< ,{.i _.r-~~i..(~ PI t e: ,-.' to ... t- ~/rt. /11tij..I,<7c; 1i:C' (Note: If Person s~gning for co~ration is not President. atta~h copy of authorization to .ign) P.O. BOX 6218 lI,ddress CORPUS CHRISTI, TX 78466-6218 'it'!' (State) (Zip) 361/242-3187 * 361/242-3188 h ne (Fax) Agleement Page f ll\ 1(j)~'- \ 7 ~'. ~U"l"~ -. < ~ ~ OOlJNC,l._.._Yl}- '7 () -.-.... .... ......}1;A\t' ~JT;~~.n I:IV , \ '-" .~......... ~. ~U:. rJ pot:: }l, f 0 F M ( CI o.)L ~ (~) (: r U R 080 WATER REC~TIO:N PLANT ELECTRICAL/ALTERNATE POWER FJ\.CILITY UPGRADE PART 1 UEPAHTMENT t)f ENGINEERING SERVII~ES CI ry "E '~ORPU$ CHRISTI, TEXM ~ Propo~U Form P"'1e 1 of ? Z ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 1 of 22 n__ L, :.1 i\"~ll lL- I J r' '.~J / PROPOSAL Place: City of Corpus Christi Da t e : Mar c h 1 L_ 2 006 P ror )~;;a 1 0 f F._oS. BLa:k Civil_G::ntra:.tars.L~~ M=it:erialE;.LI!:c. - A Joint Vrnt:ljre .noo atlon orq,nized and existing nder thE! laws of the ~_t'1f'e 0" OR a r3rtn~rship or individual aoing business as R. S. Black Civil Contractors 'l'O: ThUl Ci.ty of! COXPU8 Christi, Texas Gent; ernen; The undersigned hereby proposes to furnish all labor and materials, -:001s, 3.nd neGessa.ry equipment, and tu perform the work requ r",c\ fo::: OSO WATER m!lCI.AMM:'tON PLjrtN"l' ELEC'1'lU:CAL/ALTRRNM.'1 POWER FACIL:rTY UPGItADE P.M."!' 1 at th,~ lOcaLiclns 82t out bv the plans and specifications and in strict accoTdano(~ wi th th~ cont rac! documents for the following prices, to- wit: ~ propoeel Form Page 2 at ,? ADDENOOM NO. q ATTACHMENT NO. 1 page '2 of 22 r- " 080 WATER REC1J\:MM'ION PlANT ELECTRICAL/ALTERNATE POWER FACIl.ITY OPGPADE PART 1 Project No. 7231 lase B1d - SQct10n 1 I'rEM 1- 1- 1-1 I -- I . II t-- III DGscription Exploratoq, Excavations per Special Proviaions A-47 (initial exploratory, backfill, foundation location plan submittal and final exploratory/excavation to , final d~th/..,idth) complete and in lace er LUMP SUM. Demolition, complete and in place per LUMP SUM. Foundations. complete and in place per I~MP SUM I Stn.lctlJral St<?el, compllC"te ar;d , in pl03ce per l,lJMP SOre1. ! -...L ~ "r.opoSlIl t'orrn Page 3 (If 22 IV Unit Price IN FIGtJRSS N/A N/A N/A N/A N/A I ,""_,L v BID ITEM EXTENSION (QTY X UNIT PRICE ) $ qD;OCD.OO . $ tci'ICDO.. , $ /40/otXJ. $ 5"/r;;/000.. 0 $ 13q,Of){),,' ADDENDUM NO. 4 ATTACHMBNT NO. 1 Pag~ 3 of 22 QTl" 1- Lump Sum -j l,um~' SlJm Lump Sum Lump :>um J,11T1'P :3um - )L' i- , ~; 1 , ~. t'.H: Lj-. i-J( 1 UCi 27 OSO WATER RECLAMATION Pl:ANT ELECTRICAL/ALTERNATE POWER FACIl.ITY UPGftM):l!: PART 1 Project No. 7231 Base ~id - Seotion 1 (cont.) _. , I i ; J , 1 ., I Lumt: i BeR #?/ . .. ::omplete and ; n i ~)HI1 I pi ace pf'r :.,m.1P SUM. N/A $ j; '310/000. ex ---i~' 1 "7 Lump . BH#2, B8#3.. BH#l and BH#5 ~;'.lm (include Temporary Work) , cc>mplete and in place per LUMP N/A $ -z.OO~ ~ w SLlM. ~. I i I I ! 1- Lump B:CR #4, complete 8nd in pJace N/A I c; I D jOOo..C-'" I Sum p(Cr LUMP SPM $ __'~.J-... _.__.~ I , ! I- I Lump BH #4, complete and in Dlace N/A Sum per LUMP SUM $ qO,DDO.. Q? i T I I l-Hi l.ump I ECn LS L, complete and in N/A Sam p 1 i1 ce pe: LUMP SUM $ 5/ Sj t:aJ.. ~ I I r --- 1-11 Lump I [.ift Station #') complete dnd N/A / , Sum in place pel' LUMP SnM. $ 47,000 ",a; .___..L-----.-~ . 1-1 Lump I eLl,' Ll War>:, c"mplete ;md 1;: N/A C' m T' Lace per LUMP SUM. $ 2.07 ,OOO"D' . ' -..-..-..---.- I ,- I , ~ r~~o3dl li'orm O~ge d of 2, A.DDENDUM NO. 4 ATTACHMENT NO. 1 Fage 4 of 22 _.,_ill i; ,,~I OSO WATER RECLAlQ.TtON PlANT :ELECTRICAL/ALTEImA'l'E POWER FACII,!TY UPGRADE: PART 1 Projeot No. 7231 8aSG Sid - Section 1 (oont.) - ! f 1-13 i Lump Exterior Cable Tray including N/A I ! Sum Cable Tray, support grounding, $ 'Z. ,0 "cx:o. l l:v i complete and in place per Lump , ~ 1-14 Lump I 12.47kV Cable including N/A Sum tQ~nations, complete and in $ -Z)S3 ,I!XJO- V i placQ per Lump Sum. . I i 1-15 Lump Schedulinq and Coordination SUD\ "i th AEP and Ratail SGrvica Provider includiD9' UP Conatruotion and Switching N/A S-OOO.. 00 Activi ti81!1 f completed and in $ place per Lump Sum. I SUB-TOTAL BASE BID - SECTION 1: $ (Bid Item 1-1 through Bid Itml 1-15) 4,9/D I DOO, ex.:> , ,. ~ Oz:-oposal F'c,q;m Page S of 22 ADDENDOM NO. 4 ATTACHMENT NO. 1 Page 5 of 22 - aso WATRP. REC~TION PlANT ELECTRICAL/ALTERNATE POWER FACIliITY UPlnUIDE PART 1 Proj~et No. 7231 ~tional Exploratory Excavations - Soetion 2 ! i II III IV V BID I'1'EM EXTENSION (QTY X tlNIT PRICE) I~ QTY &, UNIT i De~cription Unit Pries IN FIGtT.l:Ui:S 2 I L' Sach Additional Exploratory Excavations for Building Pier, Detail 1, 5-0 , complete and iT place pEl rEACH. -:]00- 00 $ 'PJ1CD..CJO 2- ~ 2 8adl Additional Exploratory Exoavations for Transfc)rrner , Fcundation, I , Detail 4, S-OJ, compI pte and i in plac~ per EACH. 2 000 v to $ 4000,00 2.... 15 F:~. c h Add1 ~i.onal Bxplora tory Exoav.tion~ for Cable Tray Support ;.'ounda tion, Drilled Pier, Detail 2, 5-02 (1 for Type II CTS, 2 for Type [] CTS), complete and in place pe: EACH, I 7m,OO $ IO/500,(X 2-4 5 Each Mditional Exploratory Excavations for Cable Tray , Support FoundRtion, I I Spread Foot.erl Detai.l 3, s- I I 12, complet~ and ~n place per ! j ;'~ACH 1700.00 $ 8SiV/JO ~ ?ropo~.,!. Form :>age 6 of n ADDENDUM NO. 4 ATTACHMENT NO. 1 p.age 6 of 22 - \ l.~ I OSO WA.TER RZeLAMATIOH PIJ\NT ELEC'l'RICAL/ALTERNA'l'E POn1\ FACIIII*J:IY UPGRADE pnT 1 Project No. 7231 Additional ~lo~atory Exeav~tiOng - S9otion 2 (cont.) '? -- ,- <.. (:) 8,3(" h Addi tional Explorat.ory I'll::x:cavations for Cabl e .1r-ay Bridge Foundation, 'Drilled Pip", Detail 8, S-,)~, complete and in place per' EA':H _ j , ,--, ~- -. 1 Each /IX)D~ 00 $ (;WO.. 00 Addit,1onal mxploratory Exeavation!l ~or Utility Pole/Risf'r rnle, [. De 1. a. i] 1, 8-4 9, complet(~ I.n place per EACH. I and 'Co" tP $ 1&0.,09 1 Each Additi.onal ll:xploxatory Excavations for UUEty Down GUy Anchcr Je1aiJ 1, E-'19, complete and I in place per EACH. 2-[/ 2C L,inear tE'et I i I ::' ,C i ?O Linear feet , / &.D. 00 $ I (;,0. 00 Addi'tional Exploratory Excavations for Underground Conduit with 12.47kV cable, Detail 3, E-57 on E-OJ, E-04, F -1 , ;':"-J. 7 and t:-22, ~omplete and in pldce oer LINEAR FEET. /5.00 $ 300.00 ACklttional Exploratory Excavation3 for Underground Condui t with nOO Volt cable, 'Detdil ;, E-C,'! :)n E-15, complete ane Jri place per L WEAR FEET. Is., {)O $ 300..00 I ~ Clropo~J11 Form 'age 7 of ;., ADDE:NDtJM NO. tl ATTACHMENT NO. 1 Page 7 of 22 ,- aso WATER RECLAMATION PIaAln ELECTRICAL/ALTERNATE POWER rACII.!'1'Y UPGRADE PART 1 Pro,~et No. 7231 AdM tion8.~uE.xPlorat()ry Exoavations - _~ectio1\ 2 (cont.) ;!- LC P.a. (:'1 Addi tional JiIlxplora tory Excavation~ for Ale Ccndensate D!~ain Dpta J . ~ ~q, complet~ rlnrl in placE; per EACH. I JOO, 00 $_1100,00 2-11 I Lump i Sum i i , ~lowanee for unforeseen and Unantieipated Ob~tructions below e' 0" depth. N/A .$ ~o, 000 ----. SOB-TOTAL BASE BID - SECTION 2: $ (Bid Item 2-1 ~ough Bid I~n 2-11) 'ECf .4W.. (P / ~ese p4Jr unit v-alu.tJ 3.rG for additional ~lorato~r OXC!3vatiol,U: t:hat m.-y bGt aaqu.1rod (luo to ~~.ict4 with W1dQl~ground Obst:rtlotion.. If und$rground obstruotion. raquire ~t thQ prOPOI~ Gq1.rlpaent locations be :t"UVisQd, the additiona..l GXplor.to:r:y :Lnvestigationll wiH 1.-. paid on . pclr uni.t basi... ThQ qaantiti~d1 arc> J.ncl:udod Only ~or bid .valW'ltion puxpoftnll. Actual. quantitifi'. wi]'l be &IterminGd by actua.l. fiold conditions and IIaY bo zoro. Thora is no go..a.r&nt:99 th3.t. 1'lny of thGtlQ item.. will bQ usQd or ;tny paymrmbl _cIA to the Conb:8.otor for tJ:lI~UIQ i teaa, unlQtI$ .au.thorizQd by the Engi.nliXJlr. Thea Contraotor is ra8pOn4ibllll to inolQd4 tho .tni.ti<<l explorAtory QX~VAti(ln, badtfill, founc13tion location pl:m 8UbIlU. ttal 3nd final mtploratory /nxoavation ot: oach foundAtion in J:~ 1-2 of n.otion 1 i!!:3 ;:>ropo~~l I'orm PJlgt: 8 of 2;' ADDENDUM NO. 1 ATTACHMENT NO. 1 !?age 8 of 22 ...... ..~~'" OSO WAT-IUt kE'lCLMmTION PI.ANT ELECTRICAt/ALTERNATE POWER FACII,ITY UPGRADE PART 1 Projeot No. 7231 ~tioDal Equipment Items - Section 3 "'- , J ) J ", c< III Description ] i ! Cabl~ Tray Support Type 1, iDe-taL 1, '~14, C(impletE. W L t h grounding, complete and in pJace. per EACH. IV Unit. Price IN FIGtTRES '2 {Jd). CXJ dj txJ "ct:J 4fXJD. {J 0 ~')~/20 rt3 V BID ITEM ~SrON (QTY X UNIT PRICE) /3 ;ceolV $-EfSCr Jp "2-O;a::o.OO $ -L{ :;rx:xCV . 'L ?. s;oJ:D $ ~ 3 /1.21. , -z.,~ $ LDJSW.. / " 130..00 $ J 300.. 00 ADDENDUM NO. 4 ATTACHMENT NO. 1 Pag~ 9 of 22 "'. J-.ach 3' ::-, Each Cable Tray Support Type 11, Dc t a j 1 -; r ~3 - U 4 r Ccmplete \..rUh grounding, ccmplE~te and in pI act=! per E:ACH. 15 Each Cable Tray Support Foundation, Dr illed Pier, Detail 2 r S 02 (1 for T ypei CTS, .2 for Type I1 CTS), C(.'IDFl ete and in placE~ er EACH. 5 F.a.ch I Cable Tray Support Foundati.on, Spread Footer, Detail 3, $-02, I ~.>~omplete and in place per ~'H' ] :1 Onderground r;ondui t Duct Ban k Lim,ar wi.':h #4/0, U.47kV Cable, fent Detail 3, E-5! on E-03 or 8 04 complete.md in place Der LINEAR FFF.T. ~ Pr:oposal torm Oa<re Q of ;.; - 080 WATER RECLAMATION PJAN'l' ELECTRICAL/ALTERNATE POWER FACIl,ITY UPGRADE PART 1 ProjAct No. 7~31 .Adcli tional Equi.pIIlen~ ~::t~~ - Section 3 (eont.) , I ! 3- :; 10 UndergrclJnd Conduil Duct Bank Linear wlth #2, CL:>:, 12.47kV cable, feet Detai l .-" , E '11 on E-ll , E-17 or E-22, complete and n placl~ G, 50. tP C:, S(){) . 00 i $ I per LINEAR FEET. ) I Undergre,und 1 I J 0 Condujt ;Juct Rank Llnear Iw~th.~O~ V~]~ cablPf~ I feet i I Det311 -5, L5 on E-b, , I cornpl ete and J.n place pe r I / {)o. 00 $ 16OD.. ()D I LINEAR fEET. -"- -- 3 .{ 10 Cable Tray WJLh Grounding Linear (Cable Tray and Below Grade) fOe€'t Main Run, complete and .Ln ~#..OO 4-40.Di:> place per !,IKF:AR fEET. $ --i I 3- '~ I 1 0 I Cable Tray with Cable Tray I L i,nea.r i GIounding only, complete and , feet. I iT place pe r TINEAR FEET. ! I 38. 00 $ '3 '80..00 i I 3-10 4 E"3ch I Horizontdl Cnble Tray Fitting, I 30 r 45 or 60, complete and in I pla.ce pee EACH. ()O 2-/D .00 $ "1] 4-/) . - , ! i 'i- i ! ~ Cable Bus, 24)0 Amp Lin[~a r ECP, #2/J, complete and in feet p]ace per LTl'EAR FEET. /500" DO $ ::J. SCO. W i 'i -j '1 Canle Bus, 1 IOU Amp Linear ECH #4 or Poef' LS#2, ::omplete feet, and in pJ ClO: per I.JNEAR FEET, I /5'00, 00 $ 1$00... tJO --_.~- I ~ ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 10 of 22 PropCl~,:')l rorm Page 10 Clf ""'2 OSO WATER REC:LAKATION PI.ANT ELEcnICAL/ALTElmA'l'E POWn. FACII,ITY UPGRADE. PART 1 projeot No. 7231 ~t.ionl!ll Equi~nt Items - Seotion 3 (cont.) I J.C 13:c, ~2, L',47kV cable, With Linear Gcound, CLX, complete and in feet, place per. LINEAR fEET. I 3 i. I i I I - I 3- .L it o Linear fAet 3- ie, 0 Ilnear feet -:H~ I Linear , feet i I '1- i 7 . 10 Linear feet .3-.1.8 10 Linear feet i '1-1 H Linear feEt '""-"--.. I ~LOO $ 4LO.. m I I J ie, #2:0 MC:l~, 600 volt TrdY I Cable, Wit~ Ground, CLX, complete a:Jd in place per I L' NEAP fEET , . 3/C, #2 MCM, 600 Volt Tray I Cable, With ~round, CLX, i cDmplete and in place per ! L NEAR FEET. L'1",OO $ 'Z-CfO.. '00 /2..00 $ I 2-0. Q:J 3/ C, # 500 MCH, 600 Volt Tray ; Cable, With Ground, Te, J complete and in place per ! LINEAR FEET. I 'Z' '00 .J /.. $ 3/V.., 00 3/C, #350 MCM, 600 Volt Tray Cable, With Ground, TC, complete and in place per 11NEAR FFlRT $ ?. 4D~ CP 2- 4,00 3ft:, H/O, 600 Volt Tray Cable, With Ground, TC, complete and in place per I LINEAR FEET. 13/C, #2/0, GOO Vol t Tray :":able, Wi th G.tound, re, (;OmpleLe and i;) place per r~rNEAP FEET 16..00 $ I C,O~{X) ., I/, 00 $ /10,00 ~ Propo"~l, Form ?age 11 Qf 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Fr;lge 11 of 22 OSO WATER ~TION PIAN'l EL1!lCTRlc:AL/AL~T! POW!l me!!.!'rY UPGIW>E PART 1 Projeo~ No, 7231 ~tional E~i~n~ I~s - gec~ion 3 (cont.) ~:i-'---lC~--I:~;-:O 'Jolt Tray Cable, Lir:(O:,'i[ ~i.h Ground, re, complete and fre (t. lD place per LINEAR FEET. Co So $ ~.5: co i__.-+_ :, -~. , 1C i 3/'-:, jf6, fJDOVu] t ':'rav Cable, I' .. r' . I W' h ," .' ", 1.... d ,J.fH-!d[ 1 ,_,1"01,[[(1, _, camp e...l? an f c~(,j I i II pl ace pe':" LINEAR FE!::T. --1..1 00 $ 4-0.,00 .--+- 3-2 '(~Ji, #8, 600 IJ-)l t Tray Ca.ble, Li, rH"'a r Wj ',h ("round, re, complete and J.r:,;(.,t J n p1 ace per. !~INEAR FEET. _ 3~ ~O $ 30..00 ~-+--- I 3 --2 " I ( Lin0ar fRet 3/1 , #10, 60C Volt Tray Cablel With Ground, Te, complflt:e dnd in place pet:' 1.TNEAR FEET. 00 2-. $ 2-0400 .J-- OJ 2.1 Ie 3/(', #12, 6()[' 'Jolt Tray Cable, Linear Wi1.h Ground, Te, complete and feet in place per LINEAE FEET. / ,,5''0 $ /S..(:K?~ :' 2 c . 0 tHQ Bid ~~. ~ 'Ie. #' 7, 600-VOl!. r,,,\, Cable, : !,inear 'fe, complet:E' ;If':(l in p Clce per ) '(""".~ LINEAR P'F:f'~T, L___ $ 0.00 $ 0.00 .3,,(00 $30. 00 - ~ prDJlo~~l rom 'age 1'? of ADOE~DOM NO. 4 ATTACHMENT NO. 1 Ptige 12 of 22 _1A......~_."_...4I 090 WATER. RBCL1oMM!ION PloAN'! ELECTRICAL/ALTERNATE POWER FACII.ITY UPGRADE PART 1 Project No. '231 ~di.tiona1. Equipment Items - Section 3 (coat.) ! '1-. l) L! n'~ar t f0()L I , 'j '.0 ,) L i.nr:>a.L fe.~t f-- -~- 1 'j Linea.l: fe~t i i - J\ 1,1 n(~a r' :-eet ~._- 12:, #12 Gon Volt Tray Cable, TC. complete and in ola=e per I, T "1EAT~ P:.;S'f 2C, #12, GOO Volt Tray~:able, Wi '.h .'".;nnnd! "'1 complete and in pLICf' per L fNEAR fEET. CO:ldensa '.8 d y in piping and dj .ell 1 - 2"1 ,:omplete and in place per. LINEAR FE:ET. Co~dengate drain piping and ditch 2 2H, complete and in place pe.!: LINE:AR FRET. I ? Each J Box Power-Cable Snclosure I MO'.mted, complete and in place I pe rEACH I 3- 2 F:i'ICh i J Box Corctr'Jl-Cable Enclosure I Mounted, ~omplete and in place I pe E:ACH - -,.,----f-- I 3-3 ) ,~f,;lch: ,J Box Power-Wa L 1 Mount~d, 1, oc"',fiPlete ani; n place pc~r [y:A'H. 3-'? ~.._i_, ~ prOI'<:l~ill FQrm rage 13 r"lf 2; _~ C'C)_ 4oJ{~ $ (~=-~-- Is. eX) $ /0..00 r' 00 $ -.:>0. __~ ,. 00 /0. $~.~ / C:,W. co $ '3 ZtxJ- 00 LGoo.OO $ '3 2.DO _ ctJ i J /~[)J. 00 $ "3 ZtxJ_ (X) ADDENDUM NO. 4 ATTACHMENT NO. 1 P8gl;': 13 of 22 -' ~. 090 'D.'.lER RECLANA!'ION PlANT ELECTRICAL/ALTERNATE POUR FACII.ITY UPGRADE PART 1 Project No. 7231 ~tionAl Equipment Items - Section 3 (oont.l i \4 Each .1- ~... Ie Lined r Feet i ]- 16 '10 Linear Feet I 3- ~ 7 I , I ) square YiCl rd~.l i---- ].- ~ fl 1" " Square Yard~ I I i , I J Box C0n~r01-Wal~ Mounted, I Ctlmplete and in lJ lace per I EACH, j I I i 1.~ Pair #16;hielded with I overall shi8Ld, 600 Volt Tray i Cable, re, (;omplete and In p~ace pu ~jNEAR FEET. I j Fencing Complete, and in placEl I Iper LINEAR FRRT. I , IIocn po $ '3 2.a.J.. Q:) 7.40 $ 71--,00 70, (0 $ '7C1D.. DO I jl S. ~dewalkJ complete and in p.ace per SQUARE YARD. , lea. 00 $ 5'00 _00 Roadway, complete and In place per SQUARE YARD. 4D, Q? $ 4&0,00 i SUS-TOTAL BASB BID - 9EC'l'ION :J: $ (Bi.d ttom 3-1 throug-h Bid ltam 3-39) //9,/ z cr=t. 00 !be". por un.i t V:oU.UG-S area :for nddi. tional vquipaQll'lt i tQlnll tb.at may bel requ.i;rod to r$Vi.e lOCAtionll duG to cont'l.iot5 Ifi th undclrqround ONb:uotiorUJ. I:f ~t:.i.t:i.QlJ ot" 14lnqthll chango frOll t:hG original plans dUel to final foundation 1 ocationA, th4UIO utLit prices will 00 uoed to incrCl"~o/dQere.lSQ thQ conb~aot 8&ount. The C{U3Ilttty of the8Q edju!lt1ll.entJI (if rllqu.1.rGd) 'Ifill be idcmtified :md trobmit1::Qd with thQ Approved Foundation Location Plan (SpGoial Provi.ionl'l }\-47). 'l'ho quantiti98 aro inoludn<'! only !Cor bid Mtalwation purposQa. Actual qu:lr1t.i tt03 ~illbo ~t.cu-m.iI1Qd by <l.C1tu:al f1.Qld condi t"ions and may ~ zero or .. credi t. Thl::lro:l.8 no guarantmll t'bat any of th(HIQ itflml!l wi 11 bo uaed or any pa.ymant$ JlAdo to tbv Contraotor for: thoflo 1 tGm.dI, llnl06t'l autb,oriJZoo by tho Engin_r_ ~ ?~OP03,,1 ,0"1'<\ ~,"glt 14 pfZ2 ADDENDUM NO, 4 ATTACHMENT NO. 1 PagEl 14 of 22 i-i<k OSO WATER RE~TION PLAN'l.' PlLECTRICAL/ALTERNA!B POWER ncILI~rY UP~E PART 1 Project No. 7231 BID SUMMARY SOB-TOTAL BASE BID - SECTION 1: (Sid Itrna 1-1 through Bid ItGJll 1,,15) $ 4;CJ /O/DOD ,tv <6Cf,t'l.O,OO I SOB-TOTAL BASE BID - SECTION 2: (Bid rt~ 2-1 through aid Itam 2-11) ~ SUB-TOTAL BASE BID - SECTION 3; (Bid It_ 3-1 throuQ'h sid It8III 3-39) $ Il'=t /l Cf9. 00 . '1OT1U. BASE BID: $ _ (~ EWlil BID - m:!rIQll ... ~ BNm BID - ~ .2 ... sm-~ Ell\SB s:w - S&X:::mN 3) (Bi.d ltam 1-1 th:rough Bid It:ca 1-15 1- Bid I~ 2-1 t::Il.rough nid Ie- 2-11 ... m.d :It. 3-1 through Bj,d I~ 3-36;1 c: / I g >7 ~ 00 -> / I /-/... '!'he value of tho work as identified in Sectj.on B-4-3 Increa~ed or Decreased Quantities, is tha :Bass Bid - Seotion 1 a.mount. Section 2 and Saction 3 are included for bid purposes. Thera is no gua;ranteo that any of these i teas will be used or any payments mado to the Contractor for these i toms 1 unless authorized by the Engineer. The quantities are approximate. The peX' unit v.uues will bG used to adjust the balSa bid aaount (increase or d&c%~ea.se) basad on act.ual. field conc1itions ud final foundat.ion locat:ioDs 308 adju$ted for l1Ddar~ound obstnactions. ~ ProPQ~111 !'ann Page 15 0f 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 15 of 22 --- , Jf t. r~ ,_) DACE .1 27 S'l'ATBMENT OF QUALIFICATIONS '1'1 sect ion will bE: used by the Owner and )rcirlpra~ion cf the bid Award. Engineer for '>H? Cc.ne; r2ict or, subcont rae-tors and supplier shall be qualified and C'x;pf.'rieliced i.n the perfcrrnance of the w,nk as described in the ~':pecia l Provislons, [terns A-30 and A.-35. The following statement :: :1<.111 be tj 1 It,d UU', ill rder to demonstrate compliance with the CUrll if catlons and experience requirements. A_~ question~ must be answered and the data given must be clear and comprehensivE~, This statement must be submitted with the proposal. necessa t'Y ouest ions may be answered on separate at tached sheets. [,- no'. at t,a.;h general advertisinq and marketing literature; non- u'l,^"'..rant materials will rJ!)t be considered as part of the proposal. l:',:'lilure tu complete the Qualif i cations Statement completely and accurate ly may be used as the so Ie cause for the proposal to be considered non-responsive. Pr.oposals with an incompletE~ (,)ua lit 1 C'It ons 3tatement IndY not be evaluat~!d and be rejected. COMPANY INFORMATJ:OR 1 Name of Fi rm/C;ompanl submi ttinq Proposal Form (Prime Contractor ='nly i R. ~. Black Civil~(~r:!t~~tors, l!1<:--"j_~1achinery & Materials, Inc - A Joint Venture 2 Permanent main office 3.ddress and telephone number: 9044 Up River Road. Corpus Christi, TX 78409 (mailing address; P.O. Box 6218 Corpus Christi, 78466-6218) phone (361) 242-3187 :3 When organj zed: -12).'+ If," corpor,3.ti on, where lDcorporated: 4 Contracts on hand: __ j (Provide <l showing name and address of Owner, amount 01 approximate anticipated date of completion.) schedule of these, each contract and the s~~~~ tach~~_ 5. 'lave YOll comp ceted .3,1 J !ontracts awarded to you? ;:1 no, submit detail,: X Yes No. ~ Pl:oposal F""'" Pl!lg~ 16 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 1,6 of 22 - R.S. BLACK CIVIL CONTRACTORS, INC. P.O. BOX 6218 CORPUS CHRISTI. TEXAS 78466 po:1~~ (361) 242-3187 (361) 242-3188 FAX Emeil: rsblack@dbstech.com Re: OSO Water Reclamation Plant Electrical! Alternate Power Facility Upgrade Part 1 Project #7231 Schedule of contracts on hand for R. S. Black Civil Contracton, Inc. Owner City of Corpus Christi, IX P.O Box 9277 Corpus Christi. TX 78469-9277 Proiect DescriDtion Allison WWTP Rehabilitation City of Corpus Christi, IX P.O Box 9277 Wesley Seale Dam Corpus Christi. TX 78469-9277 Actuator Replacement City of Corpus Christi, IX P.O. Box 9277 Laguna Madre WWTP Corpus Christi. TX 78469-9277 Aeration City of Kingsville. IX 200 E. KJeberg Kingsville. TX 78363 Kingsville Water Storage Tank United States Navy Naval Facilities Engineering Command Southern Division Upgrade WWTP P.O Box 1900]0 Corpus Christi NAS North Charleston, SC 29419-901 (; Contract Amount Anticioated Completion Da~e $2,500,000.00 March 2006 $540,00000 March 2006 $750,000.00 March 2006 $90,00000 April 2006 $] ,300.000.00 July 2006 PAGE 7 lave yOU c've defaLlted on a cont ract? __ Yes 1L No If yes, where, why, name of Dr(~ 8Ct, name and address of Owner, and name ,F r.()[d ca~r er: :j your flrrn presently engaged in litigation with respect to any laLm }':,garding cent"act. performance? Yes 1L No. If yes, \:bmi descc.pticn and state case number, style of case and court ..r. wh~cr pending or in which judgment. was entered: -~'--- -~~._---- -.'---.-...-.---- H. Has you fi.-m ev,,"r been assessed liquidated damages on any I'roject? ..x Yes No If yes, submit details, including name and address (f thA )wnAr of the project. 987,:::ityjf '\lice, IX, Northeast wlITP, 3433 Hwy 44 E, Alice, TX 78332 \~e were assess~~thI~e_Sl~ys liquidated damages on $3,754,000 project c; Have '.~lC principal,s of your firm bE~en engaged in the instrument dnd i, Lectrical contracting business under any other name within the past fiv~ (51 years? If so, please provide the name of such r ' i nr:ipal (s) 5md thp n,:;i'1~ and address of the former business: 10 Provide the ,ame of the representative of your firm that attended \'Ie MA.\lOATORY Pre- Bid Conference- Robert Black III ~. -"._-_....---.- 11 Wil] your firm complet.:; the electrical :JiOj eeL? Yes -X No _ Part. intormat: on for Electr _<:il1 Subcontractor W'hich parU will bi2 Subcontracted and 'Jubcont r;1Ctor sectiol for. each Electrical work associated with this If No, complete Company If Part, please define complete the Electrical Subcontractor. COMPANY INFORMATION FOR ELECTRICAL SUBCONTIU~CTOR 12 Name cf Fi '-ml(~ompan/ SL;brritting Proposal Form: K. E. Rabalais.:onstructors Ltd. dba Rabalais I & E Constructors --....~.."- ~_..._-_. -_. ~ ~ropoa"l '0= ::>age l' 61; 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 17 of 22 ,,-,,~-![ } i ] 1 Permanent main office address and telephone number: ~> _0 - Box JJJ36o_1-__~QKPl&S::hristi r TX 78460 (1h1) n7-1121 Whnn c rgEin j-ed ~ ~)9/l934 ~ncorpor,"lted Ii a corporation, where ':ontracts on hand ~ : Provide a schedule of these, showing name and address of Owner, amount of each contract and the )pproximate anticipated iate of completion.) )ee attached :~ (. Have you completed alJ contracts awardE'd to you? '! !lO, ~ubmj' det~ails X Yes No. . Have YC1u ever defaulted on a contract? Yes ~ No If yes, where, why, I dIne 8f pre ect, name and address of Owner, and name c f bord i.:arrier: 10.1. Is your firm presently engaged In litigatlon with respect to any <: lairn regarding contract performance: Yes ---X No. If yes, subrnl t description and state case number, style of case and Court in which pending or In which judgment was entered: 1 q. 4as your f .Lrm ever t,een assessed Liquidated damages on any p.J:f:;,ject? X Yes Nz\. If yes, submit details, including name and dddn~ss 0::' the (lWrW r of the proj ect. Cit~ of Corpus O1risti, P,-U. Box 9277. Corpus Christi. 'IX - Williams St./ Countrv Club Llft Station ~ Pl:<:l):>o3al ~orm rag", 18 of 22 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 18 ot 22 ClRRENT CONTRACTS South Texas Institute for the Arts $578,900 Est Completion: 5/0e, Del Mar Health Sciences & Tech Center $1,051,448 Est Completion 09/06 Corpus Christi Southside Elementary $639,690 Est Completion 07/06 FHR Resources Lab Building $461,000 Est Completion 06/06 FHR Boiler Replacement $828,000 Est Completion 05/06 Del Mar Public Safety Complex $903,310 Est Completion 08/06 Valero McKee Tail Gas Unit $270,000 Est Completion 04/06 POCCA Grant 4 Security Upgrade $1, 125,180 Est Completion 05/06 City of Corpus Christi Kinney Street Pump Station $4 J 8,000 Est Completion 12/06 POCCA Grant 3 Inner Harbor Security $610,445 Est Completion 05/06 ..... South Texas Institute for the Arts 1902 N. Shoreline Corpus Christi, TX 78401 Del Mar College District 101 Baldwin Blvd. Corpus Christi, TX 78404 CCISD 80 I Leopard Corpus Christi, TX 78401 Fhnt Hills Resources PO. Box 2608 Corpus Christi, TX 78409 Flint Hills Resources po. Box 2608 Corpus Christi, TX 78409 Del Mar College District 101 Baldwin Blvd. Corpus Christi, TX 78404 Valero McKee 6701 FM 119 Sunray, TX 79086 Port of Corpus Christi Authority po. Box 1541 Corpus Christi, TX 78403 City of Corpus Christi P.o. Box 9277 Corpus Christi, TX 78401 Port of Corpus Christi Authority P.O. Box 1541 Corpus Christi, TX 78403 Driscoll Children s Hospital Pediatric Suite $73.800 Est Completion 05,06 Driscoll Children's Hospital 3533 S. Alameda Corpus Christi, TX 78411 Pasadena Refining Control System Upgrade $472333 Est Completion 08/06 Pasadena Refining ] 11 Red Bluff Rd. Pasadena, TX 77506 Doran Pump Station $728.856 City of Dallas Water Utilities City Hall ] 500 Marilla St. Dallas, TX 75201 ~;A(JE ,'4~' 7 :.: . Have the p.nncipa is of your firm been engaged in the instrument nd el ectricgJ con trac-tl.ng business under any other name within ,. he past five S1 y'eC1 rr') If so, please provide the name of such '-incipa1. ~'5) a.nd tnp 'Iamf~ and a.ddress of the former business: ,( lY1t. Prnv Ldp t he name (: f '~h(2 representative of your firm that attended .....he ~ANDATORY Pre-Bid Ccnfe:rence: :~mo lcL.BiiITer:a ___.. 2 . Provide the name cf the representative of your firm that attended "'he MANDATORY Pre-Bid Ccnference: :\rnold Barrera LIST OF' 1i":mMS SUBCONTRACTING ON THIS PROJECT In conformance with t.he Contract Documents, listed below are the r.ames, addresses and phone numbers of the firms subcontracting on this con::ract~ and t:) what extent they wi1l be used if awarded this contract This list shall not be modified except as requested of and approved by the OWD8 , in writing. State if no subcontractor flrms will be used. Name and ~e,s oE Subeontractor ~e of Work .~pecialized,Maintenance Seryices 4')13 PAsedena Blvd. Pasedena, .1?;~T7503 ~droexcavation (exploratory excavation) Ga}::'I.E:'tt Paving ~~2!!.a 1 t paving P.O. Box 4931 Corp1.Js~ Christi. TX--n4tl9 F enci ng , Jnc. P.O. Box 7065 ~orpus Christ~: TX 784b7 Fence RUT P.O. Box 389 Alice, TX.7833j.___ OR l..::lrge & Sons 2434 Etring Avenue Corpus Christi, TX 78415 Pier Drilling ~ Propos,,). FOL1ll page ]9 of 22 ADDENDUM NO. <1 ATTACHMENT NO. 1 Page 19 of ;;>2 Rabalais I&E Constructors list of Subcontractors L T Umfleet, PE POBox 159] Orange Grove, TX 78372 DR Acceptance Testing POBox 4668 Corpus Christi, TX 78469 OR Shermco Testing 2425 East Pioneer Dr Irving, TX 75061 , <\C,E :C. i 080 WATER :RECLAlfATION PI.AN'l' ELECftICAL/ALTBRNATB POWER :rACII,ITY UP<;RM>l!: PART 1 Project No. 1231 The Lndersigned hereby declares that he has visited the site and :1as careful] y examined the plans, specifications and contract dOCi.lments reJat.ing to thc' work covered by rlis bid or bids, that he agrees tOlo the "ork, clnd that no representations made by the City are j II In,! SHnse a warranty bu: ,3.re mere estimates for the guidance of the Con f r' let ';r :Jpon not.if [caLLen .)f award of contract, we will within ten (10 calendar days execute the formal contract and will deliver a Per fonnance Bond (as requlred} for the faithful performance of this conlrlCt anc a P3yment Bond (as required} to insure payment for all lab(:<r and rnaLeridls. The bid bond attached to this proposal, in the amo',mt at 5% 0 t .he hi(Jhes t amount bid, is to become the property of the Clty of Corpus Christi i the event the contract and bonds are not executed within tle Lrn(~ above set forth as liquidated damages for the delay and additional work :aw3ed thereby. ~nority/Ninority Busin98S Enterprisa Partieipation: The appd Cl'fit low bidder shall, within five days of receipt of bids, submit to I.he City Engineer, in writing, the names and addresses of MBE firms part icipatl nq j n the c::;nt ract and a description of the work to be performed and its dol :ar 'o7nl111" for bid evaluation purpose. N\nIber of Siqnod Sets of Docu:men t~l ; bonn'i wi 11 be prepa red i [' ~ot less than four sigwyi) sets" The contract and all counterpart (original Ti.ao of Completion: Th~ undersignE~d agrees to complete the work withjy, 395 CALENDAR DAYS from the designated by the Work Order. The und'"rsigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposaJ, in strict accordance with the contract documents and the requirement~ pertaining thereto, for the sum or sums abov" set fop h numb'~r . Receipt of the f01lowinq addenda is acknowledged (addenda #1, 2, 3" 4___~ (SEAL If BIDDER S d C01;'poration) Respectfully submitted. Na~e: ~t Black III By: . (4. ~ / (SIGNATtJ:QE) Addre.ss~ ..P.O. Box 6.2.18 (P.O. Box) (Street) Corpu:>_~hristi,.TX 78466-6218 (Ci ty) (Sta-:e) (Zip) r,"] ephone: ~ 361) _2'if":},18 7 Nl7.l'JJ: ::'0 "ot clet~cll bid from oth~r paperB. 1 in wit to inl< MId Jubmi,. comple~~ :.t-,+' ;:ltt,A.('t">~d P.:'l.Poj;"Q;8. (Revi3pd Augu,e 2000) ~ t'ropoB81 .o.un "age 20 of 1= ADD!!:NDTJM NO. 4 ATTACHMENT NO. 1 Page 20 of 22 ~~,1LLQ,R MAN C E STATE OF TEXAS ~ COUNTY OF NUECES ~ BON D BOND NO. 104458553 KNOW ALL BY THESE PRESENTS: THAT R.S.Black Civil Contractors, Inc./Machinerv & Materials, Inc. A Joint Venture:)f NUECES ',.L j', TCY3S, hereinafter called "Principal", :) TRAVELf;RS CASLALTY SUFET' C'!PANY OF [,c.1ERJCA , a corporation IJanlZE:J melE! la',";: f t Sta"'=':f CONNECTICUT , and duly thori lfl" the 1p f Te:<as, hereinafter called 1 e t \/ . 11 1 " , I cl r 1 )yy, r 1 the C t Y of Corpus Christi, a lC:pc n ,I . fJ f' OU '" f'exa.'::, hE'reinafter called "City", t he _FIVE MILLION, ONE HUNDRED EIGHTEEN THOUSAND, SEVEN HUNDRED NINETEEN AND NO/100_ ($5,118,719.00) LJDLLI\ES, lawful money of the t eel Ar'~, C ( - \ IE x.as, for the payment of \.Y. h s.n 'W>C, 3 lE rna w~ J Iii:] ourselves, our heirs, ",. ut a:lrrtl: ,r ('( i tit! 'I and severally, firmly -hesf re THE CONDITION OF entc'l'--.J I. t ~t~. e 25TH THIS OBLIGATION IS SUCH THAT: Whereas, the a rdin !ilrac! WIth the City of Corpus 20~, a ::opy of which is hereto h y,' the cC)nstr ction of: If I r nClpb C llsti, c . ,3chec d m3C> 3rt OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 PROJECT NO. 7231 (TOTAL BASE BID SECTIONS 1,2& 3: $5,118,719.00) NOW! THEREFORE , accoi" rlCf Vi'. f iH: r:>r ' ~le >-- L } 'j ] udin 'in ::r n Je , (;:<- "(, shall repa r at/e'o ep ac w r Kma n s i j: t n El t 3 r: pea r vi 1 t h j r i c<Jmpleti r. anc: dcc:e ta =:e cri igati r sha t), j '+-1'=1 PROVIDED FURTHER, 'ld \r't UP sh t~ \ '~c'tc An d t:-i at -3 a c s r e t Eo. cnange, c nt ract ~ t i:Le , a ~ )/ t er.s 1 C or t le we k 3 n i:? ':: if} c ton S I : I (j W n g:' , affect ic~ ob' ]dt Dr 0' a'" suc:h an';E2>. tc E' t-. j' ,1: ,. , c r-he c n' ca -'1 :..,.- -, 1 lpa shall faithfully perform said work "Ope' f.~ 'at ions and contract documents, s, uay'anties, and if the principal defe ts dJe to faulty materials and/or per )0 Df one () year from the date of lmprcvements by the City, then this ise t remain ir full force and effect. 3nv leaa dctiop be filed on this bond, - 1 T f~"": "^' .:::J ,. alue received hereby stipulates that no ratl Ii r addi t 1 on to the terms of the Der f nned thereunder, or the plans, accompanying the same shall in anywise ~nd, dnd it does hereby waive notice of 'Tle, teration cr addition to the terms .0 be performed thereunder. rma::l....,f, b'=:-n-:_:i ::Je Th ?non' fe tJ( r, j v x J. \' t ] I Teet !')e rt::quirements of Article 5160, t ~:e r apr1 icable statutes of the e '1 \1 S, rrhf ::l eLl , L ,,' Acre] ven c t '1 r '\ ---" ri'i::J \ lJE: by the Surety herein as equisite notices may be had in matters arising --;.19-1, Vernon's Texas -..n " ,. [1 t . ran )1,.' IN WITNESS WHEREOF I 1 Ii c of v h :; C'!- (1 to em__ (] stJ: !,.1IHc ],S eXE'.1ted in ~ copies, each o II '] , a t. his 'h e 4TH day of MAY ~~.N'Btf~ C I V IL CONTRACTORS, INC. / 'lACHINEFY & HATERIALS, INC., JOINT VENTURE ( ~'- t L ~ oj' ;'{c,4:'iz.. I'll J ) <~:t:.'; t t.1,7 .,.) L<::, (. ,4(,~ ,1lL (;'E All:' t.'.tL ~~ ~'] n +-- ".}~l r ;" r, M'" 1 t- ("::l 'I .~ ) . '11.:l.'j..t'I..,l"< ATTEST >::ecret a r ..~:'rl_nt NamF SURETY '~RAVELERS CASUALTY & SURETY COMPANY OF AMERICA I' '~2:y J~~~.,. ~~ tor ne ycci'l1- f ac t rtARY ELLEN MOORE r'Yln+~ rJ-~Tr;~- The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency. SWANTNER (> (;.)RDON INSURANCE AGENCY Con tact Person: MARY !.LLEN !'1C)()RF Address: F.~. BOX 870 CORPU~ CHRISTI. TEXAS 78403 Phone Number: 361-Rh3-J ill : Da t ! Pi ~ . sed 9, ~ ,~ e 1'1 jate of ,- ~tract) 'f ! ::ormancp Bond ge ~_~x .M E N T BON D BOND NO. 104458553 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT R.S.Black Civil Contractors, Inc./Machinerv & Materials, Inc. A Joint Vent~e NUECES CCllety, '.e:xas, hereinafter called "Principal", and TKAVELERS 'A:)UALTY~_ SURETY COMPANY jf AMERIC:A_, a corporat ion organi zed der U _ a v,::: ,~., S' at E CONNECTICUT and duly authorized to [:usi: "..~ r: t ',c.. :'ite '1 ciS, ~H<'=' nafter called "Surety", are held f:i fIT h ,U 1 Cc If -:'h r i st i, a municipal corporation \.ueCE )1 " e>J~, i're Eter "lee] "Cit":,,, and unto all persons, 1 rrlS a': (:'): j ::: Lt.!" '1 l,d: 3n:1 mate rials in prosecution of h::' wore : efell(' ir:' 'ache ntract,.n the penal sum of FIVE MILLiON, ONE HUNDRED EIGHTEEN THOUSAND, SEVEN HUNDRED NINETEEN AND NO/lOa ($5,118,719.00) "c. LJRS I\-;t enonC' f the Uni"ed States, to be paid in t"'es ( v" "i ymer . + 'vih" ch um well and truly to be ;c WE J 3' LV h'c''';p '0tors, administrators and 'e s s ( [v: - " .! If: :[ t' t tH: S e present s : 1 THE tlncipa t'ristit ttachec CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the entered lite- d (;[1 ain contract wlth the City of Corpus 'bted t he.~5TH _ ca~i APRIL . 20~, a copy of which is hereto r,d mad,: ,ar ';:?r,'( ~, f r the c:onstruction of: OSO WATER RECLAMATION PLANT ELECTRICAL/ALTERNATE POWER FACILITY UPGRADE PART 1 PROJECT NO. 7231 (TOTAL BASE BID SECTIONS 1,2& 3: $5,118,719.00) NOW, THEREFORE, f thE P d~ make p emf r ymt~nt rporat S an:! ~ airna:--,t s prosecut on f .~e wJrk pl v duly autnorized modification Fia,je, nct;ce cf wLi h modif \-}alVea, then tni 'b .LgC1. In >-::rce arYl effe:-t ipal "11 shall falthfully perform its duties 1'fO'rsr)!iS, fj rms, subcontractors, nc labor and material in the In saId contract and any and all ontract that may hereinafter be the surety is hereby expressly v id; otherwise to remain in full upp y Lced for salCi r'3tion :: 311 be PROVIDED FURTHER, "': na- "<'" ue sh>J ~2 1 n N eCEo'; ny ~ega act Lon De filed upon this bond, :Jr' I 'T'e:>:a.c:. And that ~G d s re } t~. alue re eived hereby stipulates that no change, eyter,sic f time, alteration or addition to the terms of the con tract _ 01 t ne v.. doer formed thereunder, or the plans, specificat 1 orcs, jraw ngs r ",t. accompanying the same shall in anywise affect i S otlia.3t LOl OJ thi~ [Clnd, and j does hereby waive notice of a~/ such c~ange, extEnsl r lme, a teration or addition to the terms of the eLlra, ') +hE~; r to be performed thereunder. ayment BeLO fdge] · Th ~ non I, TI,/ r +- IV !-e t t. " Co ). 5 , a r' .'] '1imant 10 it requirements of Article 5160, ther applicable statutes of the "Labor 11 and "Material", as used (1 11 said l\rticle. Din) L [fleet ~. he ~e '-- ei ,.:'::z: -j ,~ , e "h Aqei ver cr e ~}(-' ~ IJ , c" reI in t'j ~es ~r atea by the Surety herein as 'lcm allY requisite notices may be rru\' l:? had in matters arising '". '.19-l, Vernon's Texas :j, . : C . . j , a i r r .j.. .lr n IN WITNESS WHEREOF, of i.'" : h 5 r " i::.. .~ e '{ e j st r Ul',en l'O exe u t ed 1n --1- copies, each j: OLi G ral, t his -he 4TH day of -~- )6 ~ PRINCIPAL ~.. S. BLACK (' IV IL CONTRACTORS, INC. / '1ACHINERY & HATERIALS, INC., JOINT VENTURE /; c' ,~ \- t{ i". ~:Ldc~:PI , .) ~p;r'li'f/iJ . '., L' rL^' ',- m .rlnt ~3m~ & Tl~~e\ (:':;f''\/€~iL 41.!'I J\..-J1 <. IE...:: t . ATTEST ~ecret: d Ii rrHlt Name SURETY TEAVELERS CASUALTY & SURETY COMPANY OF AMERICA ~ y :~.--:;:; ~~ '~;/:;<:~7 ~./7"~ / ;ttorn,eY""ln-fact ivlARY ELLEN MOORE Drl nt t<:-;irn(~ \ The Resident Agent of the Surety in Nueces Co un tv, Texas, for de~ivery of notice and service of process is: Agency: SWANT"JKR " U1RTJ(J\. TNSllRANCE AGENCY Contact Person: ~1ARY ELLEN ~100RE Address: l.(). BOX S7C CORPUS CHRISTI, TEXAS 78403 Phone Number: 361.-833-1 ill NCTE: Date Rpv~sed 9 ',' r\~ 'y'Tle ,- - r';~)f! m L -'~ t 1- t.. lor date e>f 'ontldct) F dyment Eioflli age .... le STPAUL TRAVELERS l l l PO\\- ER OJ< ,\lTORNE) ----, I "",.,' [' W'T'~n: I~ T,JF RED BORDER q!\j' -""~..""..."_: r:: --- ~,':::r_:..' 'J"-"ORNF' f arnnnglon ( f idtlll~ iJlld , ! i,1. Ii;, !IIHI ( ,,-snail, { 1IlHpafl\ HanlOt \ IIl>..,uraHl t Harant \ In-.urapl ~ ldllpan.' 'Hlt'r" ritl'r... IIH \',li:lti,trn .....Uf i.\ ('olllpan id \LUIII! 1i....11l ;ll\\ i Olnpall\ II ~ ; H'~> \tUH'H:\ .]11 Fal-t '-if, ~qU~ h. '\C\\ \ i L ME" In IIESI PIH,Sl, 'I " me "i."li I 1\1 "il!ll nl Juh 1ft 'late " \ ,-il '~lIral!( 1,: I I,.'S ,I< iH.:" l St. Paul (;uardian Insurance Company ....t. Paul Mercur) Insurance Company rrallil'rs Casualty and Surety Compan) rra\ ,il'rs Casualt) and Surety Compan) of Amerka ! "il<'d Statl's Fidelit) and Guaranty Company ertiticat., No. 0 00 1 7 8111 ,: ulllkr the law, of the State o! New York. that St. Paul ! [1 "liLith", l111pany ;trc L'orporations duly organized under the laws ,,', ["a\ek-r, C"ualty and Surety Company ,)1' America are ,nt\ ('''mpafl\ i, a corporation duly organized under the ';I~.Ullh',' 1I1dcr Ihe law, nfthe State of Iowa, and that Fidelity and ! \\ "l"" i1lc'r,'ln ,'olkelivelv called the "Companies"), and that """ 11";11"1'" dill; ill 1[1,- lil "Lit, " " t(;llf pi (II [1..' L H M ee Diann E'senhauer Mary ELen 1J10orE' Leloy HVl'l and Krlstl Roberts Ih.l -":11 L (\"pu', 'hl",t L I,l, :hel HIlt L ...epa rale :~:-- ohilgar eXn'utli 1'\ \\ II 'X8, SS \VHEHE( tJ, 1\1 arch L L 1 1 1 '.f,;L 'leCti\ lH 'I'd 13th 1 'I I the SC! iid SUIt.'!: Surd} I to do '.l' I In \\ ,lnt',., Whereof. \1, ( "Ion "\p I 84~ Printec' VVARNHG: THIS POWER OF ATTORNEY IS INVALID WITHOUT THe RED BORDER ----~ L I, \d' , their true and lawful Attorney(s)-in-Fact, \~',-'L1k> II]d ,J~_-~Iln'.,\kdgl' ;1Il\ ,lJid all hnnds. recognizances. conditional undertakings and III l/lIL'1I t-'Ii'-llll'-":-' _~L1ar~lI1ll'i.'II1.~ the fidelity of persons, guaranteeing the performance of 'I plTllllth.:d II ;lllY act]()ll' '.11" prol'~' 'din~... alJuv..ed hy hl\v. I' 1 '" .mh,',! : ili. ,,\ I, 'l,'[l', (\) '\.'h;l , Jdl I' , ,ill ilhll'! l~'U_ii llk( d\l";'-, l-.lrUllh'nl i('; hl''>lgl1l'tl \lid their l\1f11nr;ltL' "c,li- In hl' hcrctu affixed. this 13th '~N'tf larllllngton ( ,lsuall\ COlllpal1\ Fidelit) and Cuaranl\ In'lIralll'~ Company l'iddit) and Cuaranl\ In'urann ! ndenHit,'r." 1m .....{.ahoard Slll'd~ ('oIHpan ~ ;'-.t P:Htll'in' ~'lId 'Ltrinl' !HSll~;lIhi- ('0I11peJll\ c ~ ~/;~-.~ / ".l\-'--.,,<'.u-9.... \ f;~-cO"',',h~tf~~\ \ ", ,,- ,;::! \'1...:,t. HJ..,. It::!: '-~~~~~~',:~~t/ Sl.lREr.~~ S~ ~"."~ li~\ (~:, Marc 2006 p, ..... ~:~'!j! '11JI '(_'11 Illkl:l\ In\ in, ' 1a11JI' il,ill\ " I' i;l!! Jill! .-\ I!H~": thl " ~. , !It :,} St, p"ul Guardian Insurance Company St. Paul \lercury Insurance Company l'ra\l'lers Casualty and Surety Company l'raH'lers Casualty and Surety Company of America Inih'd States Fidelity and Guaranty Company (~":~~~:;~~\ \~\SEAL..?j \~s.""~-'~~o/ .....,;,.,.--' ~,;~~.~ ~ 'ft~r.:-IlTfORD,. \ ~ \. \ CCIlN). 1I ~ --~"" H 1"""(>11:: i\ appearcd George W, Thomp,on, who acknowledged ( i,HdT1\' lfl\llt",llln t1rnpany'. Fidclit); and Guaranty Insurance Underwriters, (;liirdl,11 In"dl~ltlL'l' I, ll1lpdn~. Sr. Paul Mercury Insurance Company. Travelers ,ilid i IlHe'd ~I.ill" l'ldelll\ and Guaranty Company, and that he, as "uch. bcing ,'"'" 'C ,11 h,'hal' I {he eorpnratioll" hy himself as a duly authorized otficer. ';!!lI\ :.(\q lilli, lll( trll' Ih ~11i A, ~, c.j~ Tetreault. '\Jutarv Public f'" IJ:-- ,fA 'In L ,UTc' !"rdi" II L \L'i IiI iH:~, Ii \ ED. thd' t' t'" Tl~ dSli II ~ ian~ :Ill m .eal 'i1l1 :rs th " FUR t III'R RE~OI \ EI' k.k_ >f ..II]' r h~n ,:,~d], thi t1 FUR IH ~.R RE~OJ \ Ell hal and hin n, i';Y S~'~:np >n .eal ,,' " liC'". hi ldl rill Ii !l11"P' ( '1'1"" . '"'fll,l;i h :,,!U'ill ,\ -1,1 1" . ';b:i.Ci 1 ',', ~n ;,11L n!; I, ,)! ,1, 11 ,-p ( i . I i [ 11 ~ j l ); 'il" I\',~ l'IL~ l\J1'\i1rll J t . I, '- ~', l'" r I r . !11 ~ hai!li~ \1\ lI,!2Ji ,pOl1 Ow 'li'lt'~m \\'lh Prt"" Id~ 'Ii II) '\11 ,111 FUR i H~R RESOL' ED ,hal ,I"" ,;~"u" " if;} "~l!ll Vltt:' }" ""'1' .Iii' )('l-',-,,'ur\ Jil' i:ru ~-,iatinL th\ __'I. ,'PP(;ll\\ll't: Fl~'ldl '[ \ nlc1 ':,iung', dOC ,[11 n\jn~' i;!) i~.litl It " bindll1g ,i)l.; IlL' ( 11] )dl I!H llH l!l tht~ :utu iL'''j)\.',,' it! KI, nd, :()han:~;Hl. li'(h'r:--l~'.n(d \,,,1....1;;.:[ Sl >11 nt, !ne ::J!";,"V. !II irE '..lh ',:1,1 \lirl~l\ ('.lnp,-:li\ travekrs :...t; ;:Ind l..,urci' (I; IIpal re~>'lli~ ~ IN nSTI\cIONY \\ HEIUm I ~ g l.t']",' IntI c ~ _l!.,,,..,*jj;___'OiI.'__'''''',,,,,',~,__''' ..<l>, ___~_I___1f' ~p~: 'IG ""e: P( WEr r, \TTORNEY INViI,UC WITHOUT THF RED BORDER WlJi,,' 1\ 11'( 111~ rL'" dut" 'II' ,,,jppted b, th~ Boar, I, pt Directors of Farmington Casualty Company, Fidelity Hir:PArlkr-, Illl "'t.'ahoartl Suretv \t}mpany. St. Paul Fire and Marine lnsurancc Company. ,'Ipall\ :I('!, ( ,,,ualt\ "nd SUL"\ Company, Traveler, Casualty and Surety Company of 1\\11" 1:.11 l',\r~,' .md L'fkl r'~ading as follows J dl\ lU<-lLI ,!;'ljr;U;~, Ui leriil I J" i!IJ1, 1) \ J (!' LXlYll!!\ I~'t !In.:'''ldL~nl any St.'LIDl Vin~ President. any Vice President. allY Second Vice \_' ( lli[ ,~'; 'I al1~ \",,:..Utn \l.'(TeL.lr: na> '-Lpp'11l11 Attorneys-in-Fact and Agents to '-let f{)r and un hehalf h ..luli" nl n?rtJtlL,d, ,1iull1ilrll~ "ia) pre..., nbe tn sign with the Company',,, name and seal \,\,1111 the lIhll i,lll ;11<' !:,t "nlill~'- ,1I)lji2~lt\l;' II': 1I1l' '1dture .)1 hond, rCL'ognizance. or conditionalllndertakin~. ~Illd any Il' !l dPP(lll1k, ,Uhj 1\'\ llkl' Thi POW,'] i\t'1l h1fll or her: and it is ~ j ~ ~ j Pre'-lk'rll j;llrmd/J " "r Cl11plt \~ ,'utl\l" \H.. \..' Pr(':-;HJI..'nl. an~ Senior Vice President or an)' Vice President may Ih,. ('llIl1flclll\ 1'" 1\ ided that each such delegation is in writing and" copy 111 :, ,a"lI anll ,ll'itr 11. ( i ILl'!llnity, l.lf \\ ntlllg ;)hljgator~ Il1 the luture of a bond. recognizance, or conditional undertaking (<.1 i ...<,-~n,'d \> th' rl;~ident. ~tIl\ \':ll' C'!l<:lIrntan, allY EXt'l.utlve Vice President. any Senior Vice President or any Vice ,," \,,' ,LIII! 'r' 'iller. the (',,,vurall' Secretat\ or am ,hststant Secretary and duly att~sted and sealed w,th the I): ,,' '),,, i unde: ,(',d ii, l'LjIIlI\'d 1 h\ onc u' 'nore Attorneys-in-Fact and Agents pursuant to the power ;.'ak' j, 1!](lJ (Hll' ')1 ;j()n' ('\lnl~)an: ~)tlice;-' pursuant to a \vrittcn delegation of authority: and it is 'l,'L'f"\O l'n h rill. 1i\ 1,\\1.1:1:,,= t;l"cr:-.: Pr,-''',,ilic'1l1 ,'flY L:.\Cl'UI1\t' Vllt.' President. any Senior Vice President. any Vice Pre...ident, \S""ld;]1 ",'eta', hi Ihe ,e,,1 "I Ihe ('\"11pa11\ may be dtfixed by facsimile to any power of attorney or to any <. Pr,"ldcnl I<l' .,Cl'._'liI \......istal11 "l.'~Tt'l~inc"'; in Att()rneYS'ill~Fact for purposes only of executing and attesting bonds h: 1'1,11 jl,',' Ul' 1I'(l) jn> ...uch fHl\-\.cr (11 ~lttprJley ur cer1iflLlte hearing such facsimile signature or facsimile seal shall "h I"~ ,Ind 'Lcrllhd h, .ud; 'dC'lnllk ,i~I"turc and facsimile seal shall be valid and binding ,)[1 the J I JIH.J..... ;J1!l! P:.! i !, II 1:-; dira,iH_"C ifl(' ,etal\ ,,' I r ""l1el'" . "sualt\ ('ulllpafl', Fldelitv ;lI1d Gual!lI1ty Insurance Company, Fidelity and Guaranty Insurance ",wi I'll' ,>lld \1.11'1\' (nsurlln" (umpanv, Sf Paul GUdrdian Insurance Company. St. Paul Mercury Insurance 1',<1' \'Il'!' ,""llt\ I!ld Surety Company of Amenca, and United State, Fidelity and Guaranty Company do hereby 'ff("'l'" ",h J', ','e, of Atll)!I"'\ executed bv ,aid Cnplpanies, "hich is in full force and effect and has not been J 1 't ,m 11.111,1 IIld affix,cd the sea" "j' 'atd Compame' thi, 4TH .200~, MAY day of I Kln M, Johans I le, ~~ ~1RIl~/ ~,t:;'"''''~ .'.'" ~ "\ ~. . ~ \-:1- O' 'I'/,.S, , C. '''~,~f,_~,~,;,; 1 (~~~:;~~\ \,..::.SE';y!JLi ~ ~s."."~" ,.~~.'b .... L Ii \. :lk' authent:".It~ ," thl" 1\'\\Ci "t .-\(torn '.. ...al: l-x{)IL"";'2 ~..;X( ~)r cUllt~tCl d'" ,It ;..\.'Io^\\,,,tpaultravele,-..hond.conl. Please refer to the Attorney-In-Fact number, 1 'tle ,d'il named mdl'.1{j~jdh and the lkt;i1h ~lth\ hond \~hll1 till' :-:Ii)\'.t'f l~ attKhl'd . 1 1 1 1 WARN!NG: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I ~ TravelersJ IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: 'You may contact Tnvelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond AUn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19]02 (267) 675-3130 (2671675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies. coverages, rights or complaints at: Texas Department of Insurance P.O Box 149104 Austm. TX 78714-9104 (80UI 2S2-343Y A TT ACH THIS NOnCE TO YOUR BOND. This notice is for information only and dues not become a part or a condition of the attached document and is given to comply WIth Section 225.)-02 L Government Code, and Section 53.202, Property Code, effective September 1. 2001. r 't'\f~l '/"! ~ ~ CITY OF CORPUS CHRISTI DISCL OSURE OF INTERESTS City of Corpu9 Christl Ordinance 17112, as amended, requires all p&rsons or firms seekIng to do business with the City to provide tho following Information, Every qU99tion must be answered. If the quostlon is not apptlcable, answer wIth uNA." FIRM NAME R. S. Black CiVll Contractors, Inc/Mach~ry & 1'1Rtpri,q 1 R) Tnc'-A loint VenturE STREET' P. O. Box 6218 CITY: Corpus Christi ZIP: 78466-6218 FIRM is: 1. Corporation 2. Partnorshlp X 3. Sole Owner 4. Assoclatlon_ 5. Other DISCLOSURE QUESTIONS If additional spacG Is necessary, plo:lsO use tho rever$G side of this piJge or attach sepatate sheet. State the names of each "employee" of the City of Corpus Christi havIng an 'ownership interesf constituting 3% or more of the ownership In the above named "firm' NClmo Job Title and City Department (If known) _.._.:~jA i , 2. Slate the names of each 'officlal' of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership In the above named "firm: Namfl TitlG N/A 3. State the names of each "board member" of the City of Corpus Christi having an .ownershlp interest" constituting 3% or more of the ownership tn the above named "finn.. Name Board, CommJsslon or CommIttee N/A 4. State the names of eacl1 employee or officer of a "consultanr for the City of Corpus Christl who worked on any matter relaled to the subject of this contract and has an .ownership interesr constlbJtlng 3% or more of the ownership in the above named "firm.' Name Consultant N/A CERTIFICATl I certify that all Information provided Is true and correct as of tho date of thIs statement, that I have not knowingly withheld dlsclosur. of any Infonnation requested; and that supplemental statements will be promptly submitt@d to the City of Corpus Christl, Texas a9 changes Ol:eur. Certifying Person: Robert Black III Title: President 1I.".,.....Prlr'llJ / ~ _.- -_ SIQflatuH~ofCertlfying Person: ~.As4- ~~p [)ato; 3-15-2006 / '"--" ~ Propo~~l l"orrn ?ag~ 2;, ;If 22. ADDENDUM NO. I] ATTACHMENT NO. 1 Page 21 of 22 ,--i:J[ DEFINITIONS ! a. "Soard Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christl, Texas. b, "Employee". Any penon employed by the City of Corpu!'l Christi, Te~, eIther on a full or part time basis, but not 39 an Independent contractor. c. "Finn". Any ontlty operated for eeonomlc gain, whether profe$slonal, Indu$trlal or commercial and whether established to produce or dear with a product or service} Including but not limited to, entities operated rn the fonn of sole proprietorship, as se'f-employed person, partnership, corporation, Joint stock company, Joint ventur1t,r&Celvershlp or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. "OffIcial". The Mayor, members of tho City Council, City Manager, Deputy City Manager, Assistant City Managers. Oepartment and Division Heads and Municipal. Court Judges of tho City of Corpus Christl, Texss. 9. "Ownership 'nte....t". Legal or equitable Interest, whether actually or constructively held, In a flnn, Including whAn 8uch interest Is hold through an &gent, trust, estate or holding entity. "CorUltruetlvefy hefd" refen to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or flnn, such as .ngln..... and architects, hired by the City of Corpus Christl for the purpose of professional consultation and recommendation. ~ Propo$~l P'om 'age 22 of '.2 ADDENDUM NO. 4 ATTACHMENT NO. 1 Page 22 of 22 I ACQBD~ i P~ODUCfP iSwan~ner & ~o~don Ins Agcy ~C I p e, Box 8' 0 Corpus Christ TX - 403-087C I?hone:361-883 L711 Fax:J61 844-0H1 CERTIFICATE OF LIABILITY INSURANCE CSR SP BLACK-2 05 15 06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONL Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW, INSURERS AFFORDING COVERAGE NAIC # INSUREr 'F~l PF::: :, Unitrin Prop & CaS Group '..-;.;. Tl :n'.tl :']~:"d g :nsurao.nce Co RS BlacK Civil Contractors :nc Machinery & Materials, Ine P.O Box 6218 Corpu8 Chri8tJ TX 78466-621~ . j ,":. r:; ~ .~ i__.x<'1il K\.ltu,,". :~..~~e_~~~r T ~~~--~- ___._~~__-L_.___~~~ F:. l ~./1l\' 3 1"..:.<1 Insu:r;a.nc~ CQ, t6Uj.:i,t,,:; ~ COVERAQ8S "IE r>::)Uc:.tes OF 1"..;:-:;UR;';i"K~E LiSTU-, ECi- >,'./ H~\VE P;'EN ISS<jEC ~'~E :"..;:S .,.--::;C NAMED ABCV~ ::::OH ~;"1E PCl!CJ ~E-RIOC 'j,:':>CAfED, NOTWITHSTANOING ~.N\ ~,::':::UIREMtJfr . ERhA C)f1 CC~~~, Ti,')~~ JF ANV CO'~THAC~ U~ (), -,:::=i ~~ ',>~UM~NT W1TH:::{ESPEC :-~~, Wf1iC;... ::ERT:~ .::;A TE MAY BE iSSUED OR "AA\ ;:::::ERTAJN THE 'N:Sur:U,NCE ,o..,cFORDE~ f-1V i'~E Pfi..,IClES DESCq,BEC .~EPE:i"i S SUBJECT ALL: ~E T[!<M5 ~:X'>i.JSiCJf.S AND CONDiTIONS OF SUCH ::::'-~L"'':>ES AGGREG,t:.~E ......TS Sj---IOVl/"'I ~l.Ii H.....\'t BEE"~ qE[<~.r:'ED S'" rAI[ I:"" ~"J:: TYPE OF INSURANCE GeNERAL, .ABILlrv POLICY NUMBER LIMITS 'EACHOCCURRENCE '$ 1,000,000 :[))l;M=TO-RENTEIT------uc--~--. ~EMISESIEaocourence).$ 100,000 MEC EXF ,.Any one person) , $ 5, 000 " PERSONAL&ADV'NJURY i$ /l,OOO,Ogo GENERAL AGGREGATE !Y 2,000,000 '-PRODUCTS. CO~P;OP AGGT$2;'oo~ooo r '__~________'____~__-+-_'_"._'__n"'._u,_,_,_,_____'_,_ i ]; I ! I I X: :;M' H' -+ x:J P~r Pro~<::~Ag;lEe '1:"'(' x CAP075415590 jE-~"i ~r'-. U[,l~._ 3EN'~ 4,(;(,;;:-'EGt'.-'[ UM:T :v'PUF:':; P"-~;: -.1 n.-" ".:- PRr .- __~_ JEC:~_~__ c> AUTOMOBILE llllBILlTY E Xi r,N' v CAP2 5005C oor 1 28/06 I COMBINED SINGLE LIMiT $ 1, 000 , 000 01/28/07 l!l'aacci~~_n_~_~~_~_~ 1/ i eOC!L'~ INJ'JRV I [06f personl is ; 4,..,. t. '.'"N1- \."T S':;HE'. 'I .'.'T X: riiREl -'CJ' ------.-f X j "JON.' 'Nt\; tI.:j1 " r~--~_n_~---+~- -~--- I ~P~~~~~I~~~yty $ .---'4 , FROPERTY DAMAG E I iPe. accident) GARAGE L1ABll.'TV AUTO ONLY - EA ACCIDENT $ [OTHER THAN ~ ACC ~___~____.._ _ I AUTO ONLY AGG S EACH OCCURRENCE ~ ANY:, -'< I I ---t------ '-'__"_____'~" .-_.____ eXCE5S1\JMBRELLA L1A6ILI" . -Xl -.Yl' .,1'" 'c.'DE cnoo 2 52661 C C ___J - .", " AGGREGATE B 01.128/06 01/28/07 .el _~ ~CDl; -'E X I "~TL'.- y' sIC,aOD c WOAKfIl8 COMPENSATION AND ENPLOYIRS' UABILITV ANY PROPRIETOR/PARTNER/EXEC UTI-, 1 FFICER/MEMBEP EXc\ UDEr,' st~CI~~~V~~~~;NS t'E,OW ,----.--- ------ TSFOOO1l40917 01/28/06 01/28/07 J X TORY l{MITS FR E~ E;C~-~C~~D~NT- -~-I ~l,'o 00, 000'-- f----- ---- ----.~------t-.-__h._- , E L DISEASE. EAEMPLOYE5 $ 1,000 r 000 r .-------,---------- ,Ec DiSEASE-POUCYlIMIT I S 1,000,000 OTHER D BldrsRiak/lnstall. l MZI97802204 oj 01/28/06 01/28/07 I Comleted Value ALL RISK FORM I ' DESCRIPTION OJlt;RATIONS I LOCATIONS i VEHICLES' EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: Oeo Water Reclamation Plant Electrical/Alternate Power Facility Upgrade (Builders Risk/Installation Limit $5,118,719) Various ( The City of Corpus Christi 18 named as additional insured on all General and all Auto Liability policies CERTIFICAte HOLDER CANCELLATION CICC-CC SHOULD ANY OF THE ABOVE DESC~IBED POLICIES BE CANCELLED BEFORE TIlE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City of Corpus Christi Engineering Services Attn; Contract Administrator P. 0 Box 9277 Corpus Christi TX 78469-9277 ./ ACORD 25 (2001108\ .( @ ACORD CORPORATION 1986 r I I I I I ! ; IMPORTANT f '.p certificate holde IS an ADDIT'ONAL INSURED, the policy(ies} must be endorsed. A statement )1 mlS certJficate doee notconf8r riqht~ to the certificate holdern lieu of such endorsement(s). f';UBROGATION ISNAIVED subJe:' to the terms and conditions of the policy, certain policies may 'e')ulre an endursemEnt. A statf'CnWlt I 'his cPrtlf;cate does not canter rights to the certificate "cider In lieu C'i 5' ch ,'ndorserr:?'1t1'o DISCLAIMER Th,-: Certificate)f insurance on 'r,e reverse side of this form does not constitute a contract between !tiE: ISSUing Insurer(s), authorlze,j representative or producer, and the certificate holder, nor does it ,,!firmative1Y or negatively amend extArlO or alter the coverage afforded by the policies listed thereon. I ACORD 25 (2001108) ..... PC III " NU MBEF CAP 754' r: r:, COMMERCIAL GENERAL LIABILITY CG 20 26 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED J PERSON OR ORGANIZATION n- ~'l:iOr'.-~Hr.gr~' ~'Hl,jlf,e~ IIlS!;rfH1( r- rr (:80 unde' trle tl)!l(]\\,/; q, J ::C:~AMERCIAl GENEFAL LIABiliTY Cl'JERAGE PLI,RT SCHEDULE -------- '-~--'- .-- -_._~----- . Na;;;; Of Additionalln~ed Person~L9.! qrganlzation(sj I I--- --. -- .-- -'-, '.- ..~-- -------. -- .--...-.-.-...--.-.----~-----.-------....-...--.. -~._-_.~._-----__.+. r : Infor~~tl~~~~~-d t~ co~pjete this Schedule, If not shown above, will be shown in the Oeclaration~ Section II - Who Is An Insured is ilmended to in elude as an additional insured the personisl or or- ganlzation(s) shown in the Scheduie but only with respect to liability for "bodily Injury" property damage' or "personal dnd advertising 'njury' caused 1', whole ,)! In oar' by VOUI ilC'S ',r omis- slons or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations; or B In connection with your premises owned by or ,ented to YOI! j CG 20 26 '17 04 CClr"','r<gh' 'SO Properties Inc 200,. Page 1 of 1 TRINITY UNIVERSAlINSURAN, CO 10000 'K/RTH CEWRAI7)if'RES"WA D,.1LL z 1r::,.'<~ ,'-DE ,1 ; ':S:?E 'IT'! R.ES '2F, JEFT ( ~~ljI~EEFS'~ " ::;:) BC::Y:J. '8RFTJf issued Date SCHED 0801 COMMERCIAL PACKAGE POLICY POLle Y INTEREST SCHEDULE "'E:- A,lENT CUpy Pollc'( Number: CAP 0754-15500 ~IEV" 8USINESS Named InsLlrsd: R,S BLACK CIVil CONTRACTORS, 8 Page 17 otl8 TE 9901 B ADDITIONAL !NSURED 1'", c," '.~ j,'.. i..,r -I t- k:".~',~'--:: J} e f'-y!~y~ '~Q / r -BUSINESS AthO COVERAGE-FCRM-l I GARAGE COVERAGE FORM I TRUCKERS COVERAGE FORM I _.J n~". :;,:r '~:J~t:rne~'t :"L:"-(Jf~S tlH: C-ob(-'l <~ffr:-{';II;~ dl t ',' :"'C(~ptt-.p l8te of '.'le pa!!<7y IJOless.m:)trer date ,5 indic.ated b~ow .--_. -- Fr"1.y,,~n':6ql [f;i;!c!.\;f' . RS B\:.'"~Cl< C~'::ill CuN r R "O! iHS I~;C I . r FOrqNumb€t CAP250050000 V ./~~-_._-- __ ~"cnl"!...S!!L'.,,:?'.Jj~__"~ ( Aut ori d RepresefllaflVl'j ) ----.-----, i / May j 0,2006 ~.Na-~)ed In;ured I 1 ! T'J-'f' .)r':-J~"Ii)'t..., d"'C fo"- ;usor-.;; 'l~! ;~'L'~~.;y (t...' :.Hil 1'- O'.h:"'P4GE <3.lsO ar:.pv !(j tn!s ell'.1~;' s-:rnent J e,l'. :t 'crp.us Uti !st! "::eplo! ;_niJ.""''+:!I/!5i '~e(J1s')<;~~~t(i Contr~~Ad:::.!nis~~tor:~C? Bu':..~JL COlpUS ~.htiS~_T_~_7~'1~9.=.9.:7L___. "Ie \'1 If'!} ,'.t.i"1drpss '){Additiona! !nsvreo } S (~r if'sured :::," '~"Jr~ ~/fth ""!s::~o !c: I.r;.~; Jnder th!S pO!ICy '!-~1~' iliy f.'.~'-JC~S ,)r r~''''-',,:~s;cns. !)i J :)r-::n":(;' f,-r hh(')(';1 Lkib:rty' C,')'-le(age ;dforded r~~\ additional ins.urEd ;S ''lot rc.:..quip.:d to L,ly fer -1,')\ ~~rr~r;-lu,11'-~ -:.:,late.1 .-~..;: f:.~; '--l ~:,:.:rr'I;::'(1 ";-om the pOlic)' '~'(1'1 return pfe-ml~m ann ~]ny cti'iidE"!11 If ;1r,p~c(lb!e-.jec:a(ed tlV ):,) S(,J,i ')0;-- pa~d 10 'Ie': '{CL ~fe .:)lnhonzrd t.l -:~C~ L,r fr.t~ ad<d!t1onal insu~ed;l rIHtr;,attBrs r:e!t~[r:Hlg ~:J ~il;'. I; 5U(..:::i; 'A3. /J<: \'YtU jTiHf th~ additional insured riU; ;..":': r ,-if"\ 1'P' e1ratinn .;,7 lhs. ~(;W::y :; ~l\(, -....:JrL..(.i;,i'lCn IS '0'1 ~S_ V..S 'hill I'}ve ten 0..J.YS (i(+ce-1o 'fle additional in~[JrerJ rhe additional lI"$uri!'d it,: ret;;:" dr', !~J'l .~; l~ d ,:-:?i,'~~2'\: fi,:_J.e-l .~. ~ ::.;-) -', "ORM TE 990'8 ADDITiONAL iNSURED fexas StanrJard4utoHloblle f'1'l!'J'semcn; Pr~scdled Ma,ch 16. . 392 ,e- ,i,<C\p.( , AP07541550G V COMMERCIAL GENERAL LIABILITY CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLlCY< PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE e~;{;c:)~q '~nt '~lO~ fies It":Sdf.FT0 ~irO~'djed un.jar the fUI!:)WHY~ :::or{Hv~ERC!Al (--,E~,IERAL liABILITY' r'\(ERAGF P"R ./ LIQUOR liABiLiTY COVERAGE. PAR! J\fJNERS 4ND CONTRACTORS PROTECTIVE li,\BtL!~Y COVERAGE PIl,RT ?OLLUTICN liABILITY COVERAGE PART PRODUcr VVITHDRAWAL COVERAGE PART PRODUCTSiCOMPLETED OPERA TIONS LIABILITY COVERAGE PART i'UliLROAO PROTECTfVE Ll/\8ILlTY CGVERAGE PAR-'- the event :)1 ~:a(1cellalion 0; :T13'erial cl1ange that reduces or restricts the Insurance afforded by this Coverage ""art we agree tQ rlail Inor wntten notice ')F cancellation or !ratenal change to SCHEOULE l~F~~~: ~ .-t-._- 12, i Address ! City Of CorpUS Christi Department of Engineering Services . Atto...:...Contract Administr9JQL....._ V' PO Box 9277 Colrpus Christl. TX 78469-9277 i t!' NlJfI)b~r~Qf -;~d~~~~ti~s: ... ~~.9 . ...~=.==.==_=-'-,.__._.__._-- · rlfo!."':'.!!.Ji:!.e.o~elj t(Z20:l~te this Schedule. if not shown above, Will be.~1.t~.!~1..lt!~g5!~.!.a~.l!9r:.~___,_.....__.__ .,// ,r; 02 0512 >},1 SCl Pr"c'F:::f~:~, jl-'(' ?C1i;._, Page 1 of 1 o TE 02 02A v' CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT T~', ,'r-:~ '~~~~n'~i-'.:"'tr' ;(1[iT:~S ~urili',-'e 1,'~"'C:.der ('-e 'C:lO'NII'9 ./ BUSINESS AUTO COVERAGE FORM I GARAGE COVERAGE FORM i rpUCK~~ ?~~~~~E!O~~,_..J '1" l''ir~r~!rtJ'f ~r 1f'lS ~.. 'f "",(,. \~ .,' 'pe .,',pr'f1Dl DIG '}t :'1;0 roi;ry '1'p.% another ~ate 'S !!~1;c"ted t.::lcw En ;(, 'S~' n'?rt rffl:~cl',. / V ~- ,- ------~ '- - -- -------.----~ l POltcy ~~umber c:~:-~~~::~~~-~j I Authon:led Rp.prasentativel May 1 U, 2000 "JBI'ied RS BLACK CIVfL CONTRACTORS ING - -- "- ~._-- / 30 .v ___ ~d"5 ",.'c:.~ !r~; :.L';.~y:~ <ancel e.; or "8lwi.11i, ""8nged to reduce or restnct coverage ~.tice ,)' tl',e ,:ar ,ellaiI0!' cr Cik"'9" ., Ne /vd! ":3:11 " '~;)ti't:S~""h C:,>pL f Epg,neen';() S", .'-P'; Altn (~onl;aCI ,A,dm:m:;trator PO 8<:JX 9277. Corpus Christi. TX 113469-9277 Enter ~j"w'e and /\,jdr95S I FORM if Q2 02A ' CANCELLA TlON PROVISION OR COVERAGE CHANGE' ENDORSEMENT le."s Stamhrd Au!on'obi'IG Etl{h,rs0.ment P,,"qcnbed March '8,1992 1exasMutuaf r nsuraoce (ot:1p:anv VIORKf'RS' COMPfNSA nON AND EMPLOYERS ,ABILITY INSURANCE POLICY we 42 06 01 EX"S NOTJ( F (iF "'IHERIAl CHANGE ENDORSEMENT This r-:'dOI',;,'m'T 1~n :'~ IpfOnT1 1"'1' ;'AGE' 'l''y , n" .' ::l (;c:j ~~ '. ;-i L' ~J'~ "'/;lS,S c,llown III It'~rn ~:; ^ ~i r'\ (if :hf' r: !he orgaf'lld11 u! ;~(,ll;.Lltj(!l 'tf1t" ,T~d"'n'\' L na~liec n 1"'e ~f h,J uie T~C- r' HilL ,<'I,)'" Ji th' p, 'VE :i:1i ,'ldll dcJvancc notice to the person or L1VS 2,fJ'lj d[lCF l ,;'lce .l:; '~~town il- 1r1P. Scr1edl1Je This eij'JO,'\,->rnp',1 .:.haii I-ot ',DC: ~te r~!~;._:-:J)\- r:! "(Jrr ;'!ly to be11t'fit di"\J(IIH-" l:(){ '\i:unedlil the ScherJul~ S:tWOuL' NUflI!i,. drty',rjv~,','e !lO! (, v 2 Not:. ~ ,"dl bl' 'TI ailect h} ,,:,ty uf Corpus Christi :!epartll1ent of Engineenng Services ./ Mln Contract Administrator >' 0 Bo, 9277 orpu:; ';'1riStl. 'x: 18469.9217 } ',c,-t cl . I' ri,\I' .:,t ~h. (,/':j""_~ ':-$',:1 :j;fferl'::rl! ,_~,3t~!t ;~~JCi1Ti,:;d tl;!jl:;'\V L,j c., t", ('..,-r~ ~:) t-r~~('d:"''j1L)r. ,~f H,f" p,r)~ICY n~...-~ !"'!)(: ',', januiry 28. 20UO .', r.,. ~ L :lief) , ;-,::. : p,:\,~ ')1 :.,;-;::( i ~ 'JO.] i ~ -1 (J , :0501': 8 'I r'/l'Jt"." ' -p,' J01' , 'S':_l:~)d 8 i ",',. r ON T":.,,,< r ---_I::j ~ ~ fndor5E''nent 1\0 "'I //--'~1 fl~.~ !\, uthuri,:(~({ Represt::nt<1tive / ,Vr:420V, -, ~ ;; H. ~ HriGGFr. 1'30 ?006 ~ ._, ~ I[ \;11<'\ i ~!)! ',~ \if.~ ~; 't'~ p, 'l, ~: " 'l"! ''';t:''n't I 11n) ( .\' f'~n\ -u I.! '! ~ .(., \1ZIY 7802204 ",/ , I ."rnc';1 .~~.._--~ -~,.__....._~._----~----~--- <." lil-e,k {',\\1 ( 'ii/ne!on. In.::. \LiC'lme~1.. & \-ht:r..:n,d~, Inc. ./ -....-. _._------------...-_------------------_.~- M~9_.?Q~. F;",IO! ''''mell! N LJmbl."f P"fIe) [''''',d ~l2uary 2~L2006-20.2!___ Rlliltlen Ri\!" lnst:ll!llthm rlO:JtCT {\'\', \ d T~l)i In rn 'I'j( .~}- l' I'lle'" <~ is:;Ul' ih.; ''f!.Jors':''''1'n:en( Jfkr W1; "',';iuc )OIJT pol1cy) ~lJ_{~_l~~Hi'\ Fi.:..Bd r,~~~'anci~ ('Y~~L I C\l1h.- ;:r,:t;r\n it no ilJ'fige i' p ('il11~ il, (( 'r'" tH C 'HJt rJl }l (,1 ; ~(J':( 1) 1 '~~ 'l)lT Ii> Chnct:, \ hotdd tll{' ,:I'LVC ;j(',,!. 'hed 1:"111..:', ~rnr:~tn '.<.'dlnnd 10 hy..;: ", 'tnt'!' l1,)tfl "11" tL:l' p,;rirrl'f',' . Jd tJ1C rul]{l',1, H:!? Jr LidJlfj('nJT 11~:jr({L '<( l' 1 ,: r-' , ~ \ .- I ;(,q 'I ~.~."! f'l'::', , :~J uI' l!:ak!;iJ.lh "i!L;)1g'~J G<:k:ft ~h;;: ~ '-..Dirali{.)t1 [li.th::, t!H:,rt'of. ~.ht' h;l1.~ing \ ~~'~'.l r.C' '" p"t-' ,.1 ""i~l1~.HTjr: \ ~,. R M. Lee, Managing Partner Swa/ltner & GordQIl 1\ K-(;l.fJII I